invitation to bid (itb) til the dates - fsu facilities · invitation to bid (itb) ... elevator...

32
Invitation to Bid (ITB) The Florida State University Facilities Purchasing will receive sealed bids and times shown for the following projects. Bids may be brought to the bid sent to: Florida State University Facilities Maintenance, Purchasing 114F Mendenhall Building A Tallahassee, Florida 32306 prior to bid opening. Bidder must reference bid number, opening dat outside of bid package to insure proper acceptance. Bids submitted b til the dates opening or and time on acsimile are not acceptable. For information relating to the Invitation(s) to Bid, contact the Bid Number Procurement Associate: Public Bid Opening: Time: FAC24516-11 Betty-Jean (BJ) Lewis, Facilities February 10,2011 10:00 A.M., EST FSU-Facilities Maintenance Facilities Maintenance Purchasing 969 Learning Way 110 Mendenhall, Building A Tallahassee. Florida 32306-4150 Bid Documents: Electric Oil-Hydraulic Passenger Elevator Renovatio Work, Florida State University, Diffenbaugh Building Contact Person: Betty-Jean (BJ) Lewis, Purchasing Agent E-mail: [email protected]

Upload: ngocong

Post on 10-Mar-2019

220 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Invitation to Bid (ITB) til the dates - FSU Facilities · Invitation to Bid (ITB) ... Elevator renovation work includes, but is not limited to, ... hands-free telephone instrumen

Invitation to Bid (ITB)

The Florida State University Facilities Purchasing will receive sealed bids

and times shown for the following projects Bids may be brought to the bid

sent to

Florida State University

Facilities Maintenance Purchasing

114 F Mendenhall Building A

Tallahassee Florida 32306

prior to bid opening Bidder must reference bid number opening dat

outside of bid package to insure proper acceptance Bids submitted b

til the dates

opening or

and time on

acsimile are

not acceptable For information relating to the Invitation(s) to Bid contact the

Bid Number

Procurement Associate

Public Bid Opening

Time

FAC24516-11

Betty-Jean (BJ) Lewis Facilities

February 102011

1000 AM EST

FSU-Facilities Maintenance

Facilities Maintenance Purchasing

969 Learning Way

110 Mendenhall Building A

Tallahassee Florida 32306-4150

Bid Documents Electric Oil-Hydraulic Passenger Elevator Renovatio Work

Florida State University Diffenbaugh Building

Contact Person Betty-Jean (BJ) Lewis Purchasing Agent

E-mail blewisadminfsuedu

NOTICE TO BIDDERS

THERE WILL BE A PUBLIC BID OPENING

BID NUMBER FAC2416-11 Purchasing Agent BJ Lewis Facilities Purchasing Location 969 Learning Way 102A MMA FSU Campus

Tallahassee Florida 32306 TITLE Elevator Renovation Diffenbaugh Building Public Bid Opening February lO 2011 lOOO AM EST

Bids may be brought directly to the bid opening or delivered to the Facilitie Purchasing Department 969 Learning Way 102A Mendenhall Building A Tallahassee Florida 32306 prior to the scheduled opening time Bids which for any reason are ot delivered to this location at the prescribed time will not be considered Delivery of a id to the University Post Office or any other point on the University campus oth r than the Facilities Purchasing Department Office is not acceptable It is the bid ers responsibility to insure that hislher bid is delivered at the proper time a d place for the bid opening To insure your BID or NO BID response remains sealed til opening time place BID NUMBER DATE AND TIME OF OPENING ON OU SIDE envelope ofFederal 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 rejec the offending vendors bid

I certify by the signing of this invitation to bid that the prices offered to Flor da State University on the items included are less than or equal to those offered othe stat universities for the same or similar items

Betty-Jean (BJ) Lewis Purchasing Agent Facilities Florida State University 969 Learning Way 102A Mendenhall Building A (P) 850-644-7639 (F) 850-644-5071 blewisadminfsuedu

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 FAC24516-11

DATE February 10 2011 LOCATION 969 Learning Way 102AMMA

TIME 1000 AM EST

PROJECT Elevator Renovation Diffenbaugh Bldg

COMPANY NAME

CONTACT PERSON

-----------------------------------shyPHONE NUMBER FAX NUMBER

E-MAIL ADDRESS

BASE BID __________________

Print Individual or Firm Name (Apply Seal if Corporation)

SIGNATURE ______________________

TITLE ___________________________

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORID STATE UNIVERSITY

INVITATION TO BID (ITB) Bid FAC24516-11

SECTION 14221- ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION W RK

PART 1-GENERAL

101 SUMMARY

A Section Includes Renovation work on One (1) existing Westinghouse Elevato Company brand electric oil-hydraulic passenger elevator identified by State of Florida serial 24516 The renovation work on this elevator includes all necessary tools ladders scaffol ing labor materials supervision and all work specified hereinafter Refer to any attach d Bidding Instructions General Conditions and any Special Conditions for instructions r requirements pertaining to complete site examination pre-bid conference or inspection p ject schedule submittals working hours and schedule as well as all other project requirem nts associated with this contract Elevator renovation work includes but is not limited to t e following 1 Provide new Highest quality stainless steel elevator cab enclosure inclu ing applied wall

panels handrails bumper rails exhaust blower door panels and other ca features Include electrical contact assembly on emergency exit to prevent cab from opera ing unless the emergency exit is closed and locked

2 Provide new Car door hanger equipment and door track car door conta t assembly door relating cables and hardware car door clutch assembly and door restrict r assembly which complies with applicable codes The door tracks and hanger equipment s all be coated to reduce potential for rust and corrosion

3 Provide new Door operator machine equipped with complete controls loop electronic control system and hardware

4 Provide new Car operating panelcontrols complete with Phase II Fire ens Operation service cabinet floor selection buttons (provide any security lockout key itches as may be required by Owner) door control buttons and 115 volts AC duplex outlet operating certificate frame in service cabinet door hands-free telephone instrumen speaker grill for future intercommunication system and other features as required herein fter

5 Provide new Electronic screen type door protection system with Panac orne feature and 3-D operation

6 Provide new Top of car operating station that complies with the ASME A 71 Safety Code 7 Provide new Accessibility provisions for physically handicapped or disabl d persons inside

the elevator cab assembly 8 Provide new Painting work as specified hereinafter 9 Provide new Railing for the top of the elevator car as required byelevat r code 10 Provide new Any other devices or equipment that is required in connectl n with the cab

replacement to replace any existing equipment or is newly required by t ASME A171shy2004 Safety Code for Elevators and Escalators including all addenda publi hed for that code edition

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-1

frame shown in

s for the

quipment car r top inspection

DIFFENBAUGH BUILDING PHASE I ELEVATOR NO 24516 FLORID STATE UNIVERSITY

11 Provide all other elevator work tools materials supervision coordinatio and systems required to restore the elevator system to proper and complete operatio as well as that required by the elevator and other applicable codes

12 Provide warranty as specified hereinafter 13 Provide all safety related work including full height barricades at any op ing where work is

being performed all safety protection for all workmen students and Owers employees while the Elevator Contractor is on the site No open hoist way openings re to be left unattended at any time Openings are required to be locked at all times nless being utilized by employees of the Elevator Contractor Safety is extremely crit al in this building and all safety provisions are subject to approval by the Owner Project M nager and Elevator Consultant At the end of each workday all hoist way and mach e room areas must be secured to prevent unauthorized entry

102 SUBMITTALS

A Submit all shop drawings and submittals to Owner as directed within the ti the bid documents All approval related materials should be submitted at th not in a piecemeal fashion

B Product data Submit product data andor shop drawings cuts and similar it following items (Provide six 6 copies of each 1 Elevator car enclosure door hanger and track equipment door operator

door clutch electronic type door protective screen cab exhaust blower station and related items

2 Car operating panelfront return with pOSition indicator 3 LED emergency car lighting system components

C Shop drawings (Provide six 6 copies of all shop drawings) 1 Show equipment arrangement in the cab including sizes metal gauges e c

D Finish Selection Submit cab material samples cab wall panel finish samples nd cab flooring materials for approval Provide five (5) samples of each item for approval ad quately marked as to the location for the material The samples shall include the type 304 sta less steel with no 4 satin finish for all locations Additionally samples of the finish on the c b wall removable panels shall be provided Sizes of the samples shall be approximately 4 or la er square or rectangle All of the samples shall be provided to the Architect or Owner as d rected in the bid documents

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

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION RK 14220-2

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORID STATE UNIVERSITY

F Operation amp maintenance equipment and other such data (specifically desig ed for this project) shall be submitted to the Owner including the following items 1 Provide four (4) copies of all elevator equipment installation adjustment instructions

maintenance recommendations parts lists lists of recommended spare arts and troubleshyshooting instructions protection devices door restrictor device and any ther electrical and mechanical equipment required under this contract Provide the four (4) copies of all of this information in heavy duty oversized three (3) ring binders which must e project specific in terms of details Include reduced size lias-built electrical wiring diagr ms in the project manuals Include electrical drawings and lists of all fields wiring pull she ts or wiring connections used throughout the elevator system

2 The four (4) copies of the project manuals must also include all of the ne ssary information necessary for reliable elevator contractor to efficiently trouble-shoot ma ntain service adjust parameters test or otherwise evaluate and suitably alter perform nce of the new equipment including door operator and signal fixture This information all include all necessary SIM cards (one copy of these cards for each elevator) passwor s legends reference codes key words descriptions that activate the diagnostic po on of the controllers door operators and other control devices The manuals shall include all necessary instructions on how to change the parameters that impact sa~ y of operation during normal operation and during scheduled testing of the equipment

3 Provide one (1) archival copy of any computer chips SIM cards other pro rammed items or devices or software type programs to the Owner for future use that are required to restore the elevator equipment to normal operation adjustment testing parameter adjustment or other related work whatsoever after a door operator part replacement lightning strike power surge or if any of these items may be needed for a y such event If any changes occur to the software or programming during the one (1) ye r warranty and maintenance period a revised set of software or electronic chips shall be rovided to the Owner automatically and without any charge to the Owner

4 Provide one (1) complete set of reproducible as-built electrical wiring iagrams on either heavy gauge Mylar materials or 24 pound high rag content paper printe with black on white paper background Include any revisions to the elevator controller iring diagrams These drawings shall be presented in a heavy gauge paper or plastic roll ith screw-on top labeled for the elevator project

5 Provide one (1) complete set of as-built electrical wiring diagrams mea uring 85 by 11 or 85 by 14 designed for mounting on a sturdy wall rack to be mounte on the wall of the elevator machine room All drawing pages shall be laminated with cle r plastiC to protect the drawings while being used to trouble-shoot the elevator equi ment 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 adju tment tools that are necessary for efficient maintenance adjusting testing and trouble-sh oting work on any of the elevator electrical control equipment including that of the door op rator or other electronic components These tools shall be electronically serialized for t is project and not usable on any other elevator equipment

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION RK 14220-3

DIFFENBAUGH BUILDING PHASE 1 ElEVATOR NO 24516 FLORID STATE UNIVERSITY

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

103 QUALITY ASSURANCE

A Manufacturer Qualifications An approved manufacturer regularly engaged i manufacturing elevator equipment of the type required for this project 1 The manufacturer of the new or replacement components must be a fir

listed among the prior approved manufacturers 2 The major parts of the elevator equipment shall be manufactured in No America 3 The manufacturer shall have a documented on-going quality assurance rogram 4 Only new components shall be acceptable No rebuilt reconditioned or sed equipment is

to be brought onto this worksite by the Elevator Installer The only previ usly used equipment components are the items clearly identified hereinafter

B Elevator Contractor Qualifications The Elevator Equipment Manufacturer financially owned organization of the Elevator Equipment Manufacturer (elevator install tion contracting and elevator maintenance firm organization) shall have no less than ten (10) ears of satisfactory experience installing and maintaining elevator equipment equal i character and performance in the Tallahassee area of Florida Submit with the bid a list of t least ten (10) similar or equal renovationmodernization projects and ten (10) electric oil-h draulic elevator maintenance contract accounts along with the names addresses and phone umbers of the Architects and Owners Additionally submit with the bid the building contac names addresses and phone numbers All such locations shall be within 50 miles of the Florida tate University Campus and are subject to review and evaluation by the Owner and Elevator onsultant prior to award of the elevator renovation contract

Elevator Contractor must already have a well established elevator sales main enance and repair office or facility within ten (10) miles of the campus of Florida State Universit prior to bidding on the work required for these elevators Response time to call-backs and e rgency repairs is highly critical to the Owner

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION RK 14220-4

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORID STATE UNIVERSITY

C Regulatory Requirements 1 ASME A171-2004 Safety Code for Elevators amp Escalators including all pu lished addenda 2 Florida Building Code 2007 Edition 3 NFPA 70 Latest Edition 4 ASME A175 Code for Elevator and Escalator Electrical Equipment latest 5 Americans with Disabilities Act - Accessibility Guidelines (ADAAG) 6 Florida State 399 Chapter 30 Florida 4A-47 Florida Chapter 61-C5 Elevat r Safety Code 7 AWS Standards - American Welding Society latest requirements 8 Any other State Federal or Local requirements include fire life safety an other codes

D Inspection and Testing Elevator Contractor shall obtain and pay for all requi ed inspections installation or alteration permits and fees associated with the elevator work der this contract 1 Secure all State of Florida required permits and pay all associated fees 2 Arrange and pay for the required inspections and tests to be performed i the presence of a

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

3 Copies of all such documents shall be submitted with the turn-over docu quantities required

104 DELIVERY STORAGE HANDLING SCHEDULING AND SITE RENOVATION WORK

A Deliver elevator materials components and equipment in manufacturers pr tective packaging All packaging and related refuse shall be properly disposed of at the expense f the Elevator Contractor

B Store materials in a dry protected area Protect and handle the materials in a cordance with manufacturers recommendations to prevent damage to materials Elevator ontractor shall arrange and pay for all off-site storage facilities that he may need in the exec tion of this contract The Owner shall not incur any additional costs for storage demurr e handling or other material related storage expenses Protected storage at the building is xtremely limited consequently the Elevator Contactor should anticipate the need for off-site s orage for the elevator related materials

C Equipment not being retained and reused in the execution of this contract sh II be promptly removed from the site at the sole expense of the Elevator Contractor The m terials removed from the elevator systems shall be regularly removed from the building and n t 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 at er elevator located on the Florida State University Campus

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION RK 14220-5

DIFFENBAUGH BUILDING PHASE 1 ElEVATOR NO 24516 FLORID STATE UNIVERSITY

D Elevator work on this project shall be performed on a one (1) shift per day 0 e (1) crew per elevator five (5) days per week except on legal holidays as may be applicabl due to union or other agreements Full cooperation of Elevator Contractor is expected and r quired in order to keep the project execution time to the minimum required for this type of ren vation project Working in concert with other trades in the coordination and performance 0 the work is absolutely necessary

E The Elevator Contractor shall be responsible for any demolition and repairs a ociated with delivery and installation of the elevator equipment Sufficient care must be t ken by the Elevator Contractor to protect the building structure systems walls roof an surrounding surfaces from damage

F This is a tltime is of the essence contract

G Adequate safety barriers shall be installed by the Elevator Contractor in the ist way between the elevators to protect all such employees from exposure to the elevator e uipment in the opposite hoist way area

105 PROJECT CONDITIONS

A Prohibited Use The elevator shall not be used for construction purposes or ublic conveyance until the elevator renovation work has been completely finalized and approv by Architect or Owner and Elevator Consultant

B Painting Except as otherwise indicated in the elevator technical specificatio s the following painting work shall be required by the Elevator Contractor 1 Paint all of the car frame equipment platform steel members stiles and r lated equipment

prior to installing the new cab equipment 2 All painting except low odor paint applications shall be performed by th Elevator

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

106 WARRANTY

A Warranty certificates Submit elevator manufacturers and Elevator Contract rs type written project warranty certificates agreeing to repair restore or replace materials ving defects in the elevator work and materials furnished under this contract including all as ociated labor and materials that are reworked replaced or reconditioned as a requirement of t is contract Warranty also requires that the door operator eqUipment receive the necess ry adjustments required to comply with these specifications The warranty shall be for a peri d of at least twelve (12) months from the date of Final Completion of all elevator work inc uded in this contract The date of the Final Completion shall be as determined by repres ntatives of Elevator Contractor Owner and Elevator Consultant

DCSI 010811 ElECTRIC OIL-HYDRAULIC PASSENGER ElEVATOR RENOVATION RK 14220- 6

DIFFENBAUGH BUILDING PHASE I ELEVATOR NO 24516 FlORID STATE UNIVERSITY

B Any adjustments repairs or otherwise needed work shall be performed by th Elevator Contractor as soon as possible after the problem is reported to the Elevator ontractor The Elevator Contractor shall be on site to make the needed repairs or adjustme s within one (1) hour 247 including holidays after the problem is reported

C Non-warranty parts and equipment The only parts or equipment that the EI vator Contractor shall not be required to furnish as part of his responsibility are those made n cessary as a result of major acts of vandalism fire floors windstorm civil disturbances or othe major losses Repairs made necessary by minor acts of vandalism abuse or misuse are to included in the work to be performed by this Elevator Contractor

PART 2 - PRODUCTS

201 MANUFACTURERS

A Manufacturer Only products manufactured by the following manufacturers ill be acceptable

on this project and the named products are subject to complete compliance ith the technical

speCification requirements listed hereinafter

1 Otis Elevator Company

2 Schindler Elevator Corporation

3 ThyssenKrupp Elevator Corporation

The following equipment component manufacturers are afforded prior appro ai subject to

complete compliance with the technical specifications

4 Elevator Components Inc model VFE 2500-HL or HH (closed loop heavy uty type linear or

harmonic door operator interlocks door tracks and door hanger equipm nt)

5 Janus Elevator Products (door safety detectors only)

6 Elevator Cabs Inc Tyler Elevator Products Gunderlin Ltd E-Cab Archit ctural Elevator

Cab Interiors Snap Cabs (elevator cab interior work)

7 Innovation Industries Inc Elevator Products Corporation Monitor Contr Is (vandal

resistant signal fixtures

8 Electronic Controls Inc (LED type emergency lighting system controls)

9 Pratt amp Lambert Sherwin -Williams Martin Senour (paints)

10 Rath Microtech (car emergency telephones)

11 GAL (door tracks door hangers door relating equipment and door closers only)

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION RK 14220-7

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORID STATE UNIVERSITY

B Substitutions Elevator Contractor may substitute other manufacture of elevator cab materials subject to the following 1 The Elevator Contractor must agree to an inspection of the products by wner Architect

and Elevator Consultant after assembly but prior to shipment Any de cts in materials or workmanship must be corrected prior to shipment to the site

2 Substitutions must fully comply with all technical requirements elevat r code quality and fit and all other aspects of these specifications

3 No substitutions of material grades finishes and other details will be ac pted 4 The Elevator Contractor shall be responsible for paying all associate costs for Owner

Architect and Elevator Consultant to visit the production plant to evaluat the products 5 No time extension will be permitted in the installation schedule du to substitution of

products manufacturers

202 MATERIALS1 GENERAL

A Materials patterns and finishes As selected by the Architect from the man facturers patterns and finishes for this project

B Steel 1 Shapes and bars ASTM A 336 2 Sheets ASTM A 336 cold rolled sheet commercial quality class 1 matt finish and

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 y Architect

D Aluminum 1 Sheet and plate ASTM B 209 alloy 6063-752 2 Extrusions ASTM B 221 alloy 6063-T52

E Finish flooring on platforms Supplied and installed by Elevator Contracto The Owner shall select materials for flooring The flooring shall be the same product or eq I to that which is installed in the other elevator in the adjacent section of the building

203 HOIST WAY AND MACHINE ROOM EQUIPMENT

A Platform The existing platform shall be retained and reused with the follow g work 1 Install new elastomeric type underlayment for installation of new floorin materials 2 If the platform has a plywood subfloor the top layer of plywood shall be placed under this

contract New plywood shall be W thickness high quality material with xterior glue 3 Clean and paint all of the metal on the platform assembly 4 Tighten all bolts and fastenings 5 Owner will not accept any additional charges associated with reuse of th

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-8

L

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORID

B Car sling Equipment The existing car sling and related hardware shall be reta Include the following work 1 Clean and paint all of the equipment 2 Adjust the brace rods as necessary 3 Owner will not accept any additional charges in connection with repairs

reconditioning of the safety equipment

C Guide rails The existing car guide rails shall be retained in their present locat

D Guides The existing guide assemblies shall be cleaned and retained

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

F Hydraulic Cylinder The existing cylinder shall be retained and reused

G Hydraulic Piping Retain and reuse

H Hydraulic Pumping Unit Retain and reuse Make required adjustments aft door operator equipment is installed

I Elevator Controller System Make required alterations to the wiring and com controller to accommodate the new door operator direction indicators on ca panel equipment

J Automatic terminal limits and directional limits The existing equipment retained and reused

K Automatic self leveling The existing leveling devices and equipment sh reused

Door operator machinery The existing door operator shall be removed completely new door operator equipment with the following design and feat 1 Heavy-duty gearless type harmonic motion design 2 Heavy-duty drive motor shall be alternating current type Motor shall be

model designed for long life service 3 Precise encoder on the drive motor shaft 4 Completely closed-loop design system 5 Door position recognition 6 Door velocity regulation 7 Door motor current monitoring control and regulation S Door closing pressure regulation Set door pressure at lS-20 pounds

STATE UNIVERSITY

ned and reused

placements or

on

r the new cab and

onents of the and car operating

all be completely

I be retained and

nd replaced with

2 horsepower

9 Immediate door reversal shall occur if preset closing door is obstructed fr m closing and door pressure of lS-20 pounds is exceeded for any reason

10 Include elevator code required car door restrictor device to prevent ope ing car door more than 4 when the car is outside the designated landing zone

DCSI 010S11 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-9

DIFFENBAUGH BUILDING PHASE I ELEVATOR NO 24516 FLORID STATE UNIVERSITY

11 Include high quality car door clutch assembly or suitable similar devices to unlock the hoist way doors

12 Door obstruction warning If door opening is obstructed for 15 secon (adjustable timer design of 12 to 30 seconds) an audible warning shall occur and continu to sound until the doorway is cleared however doors do not close When the door openin has been cleared the door shall close at normal speed

13 Door close watchdog If the doors are closing but do not compl tely close after a programmable time period the doors will recycle open for twelve (12) ti es to try to correct the fault before the elevator is automatically removed from se ice The recycling program shall be adjustable for up to 20 times

14 Door close assist When the doors have failed to fully close and are in th recycle mode the door drive motor shall have increased torque applied to possibly overc me 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 c II assignment (not coincidental call) the current door open time is changed to a shorter eld programmable time when the electronic door detection system is activated by a passen er passing through the doorway

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

17 Door operator control equipment without all of these features shall not acceptable 18 Door opening time measured from door closed position shall be 18 sec nds 19 Door closing time measured from door open position shall be 23 secon

M Door safety screen Replace existing door protection with new detector devi e The elevator car doors shall be equipped with high quality electronic type door safety screen qual in design and manufacture to that of Janus Elevator Products Inc The electronic safety creen device shall have both 3-D and Panachrome features built in to the system The Panachr me system shall feature green lighting mounted vertically along the edge indicating it is safe to enter the doorway and orangered lighting to indicate that the doors are ready to clo e or in the process of closing All electrical connections for this equipment shall be mounted 0 the car top out of reach of unauthorized persons Provide a defeat switch for the 3-D portion the safety screen for use if the Owner elects to turn off that portion of the screen operation

204 HOIST WAY ENTRANCES

A Doors The existing center-opening side-sliding type door panels shall II be retained and reused

B Frames The existing hoist way door frames shall be retained

C Headers fascia toe guards and dust covers The existing headers fascia t e guards and dust covers shall be retained and reused under this contract

D Interlocks The existing interlocks and interlock release mechanisms sha I be retained and reused Make any needed repairs to the interlock release mechanisms and in erlock assemblies

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-10

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA STATE UNIVERSITY

E Door hangers tracks relating equipment and door closers The existing equipment in this category shall be retained and reused

205 ELECTRICAL CONTROL SYSTEMS

A Elevator single car control system The existing elevator controller system s II be retained and reused Make any required modifications to accommodate the new door perator controller car direction indictors and car operating panel system

B Top of car inspection station Completely new elevator code approved ar top inspection stations shall be installed on the top of each elevator The station shall contain all of the necessary operating devices required by code Locate the car top operating tation in position that will allow the elevator maintenance technician to gain control of the el vator car from the landing without the need to step on the car to access the car top station rovide two (2) car top lights for illuminating the work area One (1) light shall be mounted 0 a self coiling cord arrangement 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 fluorescen type equal to 150 watts output Suitable lamp guards are required Include a duplex type GFCI rotected electrical outlet

206 ELEVATOR OPERATING AND SIGNAL DEVICES

A Car operating station or panel The existing car operating panel shall be totall completely replaced with all new equipment of the following design 1 Full height and width swing panel and entrance column type panel compl te with heavy

duty type locking devices and adjustments to alleviate rattles and warpin Design the full swing type front return panel to permit a custom design appearance Inst II a suitably sized recessed metal box to enclose the signal devices behind the front return

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 cen r jewels for illumination with red LED lamps Match the button designs in the other el vator in the same building

3 Lower portion of operating station shall have door control buttons keyed alarm button Alarm button shall have a center jewel that illuminates red pushed

4 Electronic chime to indicate passing of floors 5 Provide an elevator car overload jewel and audible alarm This feature sh

operational until the elevator is completely modernized with new control

14220-11

6 Upper portion of the control station shall contain a tight fitting stainless st el cabinet door covering the firemens control buttons and features Door shall have a 10 that meets the latest fire code requirements Phase II operation instructions shall be lam ated to interior of the cabinet door The sub-plate and features inside the cabinet shall c ply with the control features that currently exist In the future the features shall be u -dated to comply with the ASME A171 Safety Code at the time of the elevator renovation

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION

quipment

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA STATE UNIVERSITY

7 Include firemens jewel that flashes when fire or smoke is in the machine oom or hoist way If this feature can be made operational at this time the flashing light shall be made to operate Otherwise the jewel shall be available for future use when the ntrol equipment is replaced

8 Include engraving for elevator serial number at the top of the panel 9 Below the elevator numbers locate a digital type car position indictor an

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 nd with 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 instruction p te for operating the phone The phone shall be Rath-Microtech brand amp model that fully mplies with the equipment currently being used by Telecommunications Department Flo ida State University Verify the design requirements prior to purchase of the phon equipment

12 Below the emergency telephone device provide an elevator service cabin t with a tight fitting stainless steel door Cabinet door shall be large enough to contain completely flush mounted clear Lexan brand certificate cover large enough to accommod te the State of Florida elevator operating certificate of standard size Door shall have a s itable 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 Provide engraving for elevator lifting capacity in both pounds and numbe of people 14 Furnish a light colored duplex type GFCI protected outlet grounded elect ical outlet located

as low as possible in the operating panel securely fastened to the rear of he panel 15 All markings shall be fastened from the rear and be easily replaceable if t ey become

damaged No markings shall appear to be surface mounted type 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 hall be polished

stainless steel materials 18 All display lamps shall be high intensity LED type 19 Front return panel when completed with new operating fixture devices s

professional design and quality and shall fit-up well in the new elevator c b structure

C Car riding lanterns New car riding lanterns shall be furnished and installed 0 each side of the cab opening The design shall be vandal resistant and include an electronic c ime and high intensity brilliant white and brilliant red LED lamps Locate at the required di ance from the floor level Chimes shall sound one (1) time for up traveling car and two (2) ti es for down traveling car Chime audible sound level shall be easily adjustable by the elev tor maintenance technicians Cover plates shall be held in place with countersunk spanner he matching material

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-12

screws of

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA STATE UtIIVERSITY

D Landing stations All of the existing landing stations shall be retained and reu

207 ELEVATOR CAB ENCLOSURE

A Elevator cab The existing elevator cab structure shall be completely remove with a new cab assembly The new cab shall include the following designs m features 1 Three (3) walls of the elevator cab shall be constructed of 14 gauges no

stainless steel with suitable reinforcement to prevent warping or rattling

ed

and replaced terials and

satin finished

2 The cab walls on three (3) sides shall be equipped with high quality replac able panels that are applied to the walls The panels shall be constructed and installed in t e following manner a There shall be three (3) applied panels across the rear of the cab and wo (2) panels on

each of the side walls Total number of panels in the cab shall be 14 II aligned to provide a professional appearance The lower panels shall be designe to allow for ventilation through the walls without exposed ventilation grills in the ase area of the cab

b Panels shall be divided at the handrail location allowing approximatel 5-6 spacing from the bottom of the top panels to the tops of the lower panels

c The top ofthe applied wall panels shall be set at approximately 7-4 bove the finished floor level

d The panels shall be approximately 78 total thickness using high qua ity wood core materials backed with laminate plastic for panel stabilization The fr t of the panels shall be faced with 5WL stainless steel materials approximately 18 ga ge materials

e The edges of all panels shall be equipped with 18 thickness stainless steel fabricated in an angle shape so that the edging can be attached to the rear of th panels with countersunk screws The edge materials shall be held as tightly as po ible around the panels to avoid large gaps in the materials Weld corners and grind 0 all sharp edges on the corners and remove any sharp edges on the edge materials T e stainless steel edging shall extend approximately 18 beyond the face of the 5WL f e materials

f Provide concealed ventilation grills or openings behind the wall panel 3 Design the total cab height to be approximately 8-2 total overall Eleva r Contractor shall

take field measurements to verify that a cab of this height will fit the exist ng car sling Adjust the height of the cab to fit if the existing car frame will not accept cab of that height

4 Top of the cab shall be heavy gauge furniture steel with baked on white e amel finish Thickness of the cab top along with the reinforcement shall support two 2) workmen along with their tools

5 The front return panels and transom shall be constructed of 14 gauge sati finished stainless steel materials

6 Cab base area shall be covered with 12 gauge stainless steel approximatel 5 high Laminate the metal to the wall panels with high quality industrial grade c ntact cement Smooth the top surfaces to remove sharp edges This straight base is to r inforce the base area to avoid denting and damage from floor buffers

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-13

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

erials Secure

7 Handrails shall be installed on three (3) sides of the elevator cab Rails sh II be constructed of heavy gauge round stainless steel with suitable number of matching su ports that will permit each rail to support at least 600 pounds at any location Return th ends of the rails toward the wall panels Provide oversize backing plates on the rear of the cab walls

8 Provide stainless steel bumper rails located approximately 8 above the fl or to the top of the rails The rails shall be constructed of 38 thick by 3 high solid stainl ss steel bumper rails Provide matching stainless steel supports for the rails designed to s pport at least 600 pounds on each rail at any location the rail Return the rails toward the II panels Provide oversize backing plates on the rear of the cab walls

9 The existing cab ceiling shall be handled as follows a Carefully remove the existing stainless steel ceiling and LED lighting sy tern without

damaging the materials This ceiling shall be installed in the new cab t a height of approximately 7-6 above the finished floor level

b As part of the new cab top provide a suitably located emergency exit anel that is arranged for removal through the top exit panel Align the exit with t e opening location in the existing cab ceiling

c Provide an electrical switch assembly on the top exit to prevent the el vator from moving unless the exit is closed and locked

d Height of the cab top and location of the cab ceiling shall be verified y Elevator Contractor prior to designing the cab drawings

10 Furnish and install new sandwich type construction car door panels with s itable reinforcement for the car door clutch and other devices Door shall be fa with 14 gauge no 4 stainless steel material

11 Threshold for the car door entrance shall be satin finished nickel silver rna with matching countersunk nickel silver bolts

12 Provide a new two (2) speed squirrel cage type exhaust blower with at Ie st 700 cubic feet per minute capacity on high speed Propeller fan is not acceptable

13 Furnish a new certificate frame that will accept standard size of State of FI rida operating certificate The flush mounted frame shall be incorporated in the swing d or for the service cabinet

14 Furnish and install a new Emergency telephone device Phone shall be Rat -Microtech model no 2100-967DVCA or other as approved by Owner Prior to purch se of the equipment Elevator Contractor shall verify the model number by contacti g Telecommunications Department of Florida State University Incorporate nto car operating panel

15 Provide high quality vinyl material protection pads and stainless steel pa buttons Install buttons with screws coated with Loctite no 290 tread sealer material t prevent removal without appropriate tools Pads shall also cover the front return panels i which cutouts shall be provided for operating devices

16 Provide stainless steel type 304 with no 4 satin finish 17 Provide any additional features as required by elevator code 18 Clean and polish the entire elevator cab prior to acceptance Cab shall ha e a like new

appearance except for any dents or deep scratches that remain as a resul of the existing damage

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-14

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

19 Furnish and install new cab flooring materials specified elsewhere Before install sheet type elastomeric goods to cover the entire floor area Glue d the plywood

208 ALARM BELL SYSTEM

A Retain the existing emergency alarm bell system provided it will function as

TATE UNIVERSITY

installing the cab wn the sheet to

quired hereinafter If a new alarm bell system is required provide as a requirement of this contract

209 CAR TOP RAILING SYSTEM

A Furnish and install a car-top safety railing system for added protection for ele ator technicians While working on the car top Comply with all code requirements on height a d mounting

210 ELECTRICAL WIRING AND WORK REQUIREMENTS

A Furnish and install new electrical wiring conductors and other wiring as requ red Install new NEC approved conduit conduit fittings electrical pull boxes raceways and du t work were required

B Emergency Car Lighting Provide LED type emergency car lighting system that will automatically illuminate when the normal power supply fails The LED lighting system shall e incorporated into the normal ceiling lighting system by installation of the emergency cab Ii hting system available from Electronic Controls Inc Cape Canaveral Florida Illuminate at least three (3) of the normal lighting fixtures with the emergency lighting system for a period at least four (4) hours after the loss of power Also provide emergency power supply for the larm bell as part of the emergency lighting system

PART 3 - EXECUTION

301 EXAMINATION

A Before fabricating the equipment or commencing elevator installation work i spect the complete hoist way and equipment platform dimensions machinery to be re sed pit area and machine room as constructed or modified verify all critical dimensions and e amine supporting structures and all other conditions under which elevator work is to be installe or performed Do not proceed with the elevator installationrenovation work until all conditi ns have been reviewed and evaluated

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

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-15

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

302 INSTALLATION

A Install new elevator system components and incorporate the equipment that and reused in a completely satisfactory installation

TATE UNIVERSITY

is being retained

1 Work to be performed by completely competent fully trained elevator in tallation personnel in accordance with the requirements of ASME AI71 elevator anufacturers installation instructions and approved shop drawings All elevator mecha ics working on this project shall hold current State of Florida Certificate of Competency license cards The use of temporary or probationary mechanics to perform work as a mechanic is not acceptable on this contract

2 Comply with the National Electrical Code and ASME A175 for elevator el required during installation of this equipment

3 Perform work with skilled workmen under the direct control and supervis on of the Elevator Contractors experienced foreman and superintendent The Owner Arch tect and Elevator Consultant shall reserve the right to interview all employees assigned to ork on this project and require that any unsuitable employees in their sole opinion e removed from the site

4 Mount all moving elevator components on vibration absorbing mounts d signed to effectively prevent the transmissions to the structure and eliminate sour es of structure borne noise from the elevator system

303 FIELD QUALITY CONTROL

A Acceptance testing Upon completion of the elevator installation work and b fore use of the elevator equipment performance acceptance tests are required to demonstr te that the equipment will sustain and lift the loads for which the elevator was initially d signed Test weights shall be provided to perform these tests and must be used to demon trate the performance in the presence of representatives of the Owner Elevator Cons Itant and a State of Florida licensed CEI (QEI) elevator inspector Elevator inspector shall not b a former or current employee of the Elevator Contractor

B Advise the Architect Owner Elevator Consultant and CEllicensed elevator in ector at least five (5) business days in advance of the date and time the testing is to be pe rmed on the elevator equipment

304 ADJUSTING WORK

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

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-16

elevator

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

305 CLEANING

A Before final acceptance remove all protective materials from the finished su the plastic sheeting All of the elevator equipment must be cleaned prior to Fi

TATE UNIVERSITY

ces including al Acceptance

B At completion of the elevator work remove all tools equipment surplus mat rials and the like from the site Remove all trash and debris during the clean-up Thoroughly cI an up all oil spills and residue

307 TURNOVER OF DOCUMENTS TOOLS AND OTHER SUCH REQUIREMENTS

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

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

C Provide at least twelve (12) sets of all elevator keys to the Owner except for t e elevator door keys

308 COMPLETION DATE

A The installation is not considered complete until the complete project has be considered to have been performed in a first-class professional manner and is completely ceptable to the Owner and Elevator Consultant Further all adjustments load tests perfor ance tests and punch-lists must be completed All required documents special tools archiv I information and the like must be turned over to the Owner prior to establishing the final com letion date

B The Owner Elevator Contractor and Elevator Consultant must be in agreeme t as to the completion date and date the warranty shall commence

309 ELEVATOR SCHEDULE

A Number of elevators - One (1) Westinghouse Elevator Company brand elevat r previously

modified by Mowrey Elevator Corporation

B Elevator type - Electric Oil-Hydraulic

C Speed - Approximately 200 feet per minute Set down speed at 180 feet per inute in down

direction with no load on the elevator

D Control system - Omron microprocessor type installed by Mowrey Elevator

E Door type - Center-Opening side-sliding 3-6 wide by 7-0 high

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-17

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

F Warranty - Twelve (2) months after completion and acceptance by the Owner

310 ELEVATOR CONTRACTOR PERFORMANCE REQUIREMENTS UNDER THIS CONTR

A Considering that this is a time if of the essence Contract the expectation

require the Elevator Contractor be mindful of the need for prompt handling

Contract Consequently rigid timelines are being established prior to accepta

B After award of the elevator contract work or issuance of a notice to pro

Contractor shall perform the work as follows

TATE UNIVERSITY

CT

of the Owner do

all aspects of this

ce of bids

ed the Elevator

1 Provide all required submittals shop drawings samples etc within thirty 30) of the

contract award notification

2 Elevator Contractor shall allow ten (10) work days for the review and app val process and

time to return the submittal documents Elevator Contractor is expected 0 travel to the

FSU Campus to the pick-up the approved or approved as noted docu ents and samples

at the location designated in advance

3 Elevator Contractor shall make all necessary arrangements to obtain all m terials to be

installed under this contract including handling appropriate delivery of al such materials to

the work site no later than ten (10) weeks from the date the approval pr cess has been

completed and the required documents are returned to Elevator Contrac or

4 Elevator Contractor shall notify the Owner in seven (7) calendar days adv nce of the exact

date of the elevator being removed from service so that information reg rding the elevator

renovation work can be provided to the building management personnel nd students

5 Any questions regarding the requirements scheduling needs or other con erns shall be

handled by both parties in a manner that should not delay the work sche ule on the site

6 Once the elevator is removed from service the work schedule shall conti ue without

interruption until the project has been completed The Elevator Contract r shall complete

all work on the elevator within eighteen (18) calendar days from the tim the elevator is

removed from service This time period includes all testing adjusting cle ning painting

trash removal and all other associated work In the event the Elevator Co tractor

anticipates requiring additional time to perform the work this work shall e included as

overtime or shift work and shall be included in the bid price

7 When the work is commenced on the elevator no delays wit be accepte by the Owner

unless the delays are caused by fires storms floods civil disruption the

materials labor strikes or similar causes over which neither party has not

8 When Elevator Contractor submits a bid for this work he or she complet y accepts the

requirements of the technical speCifications and the Elevator Contractor

Requirements stated herein

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-18

ontrol

erformance

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

SPECIAL TERMS AND CONDITIONS

A Public Inspection

In accordance with Florida Statutes the ITN shall not be made available for public ins ction until the

University provides notice of a decision or intended decision pursuant to s312053 (5) ) Florida Status

or within 10 days after the opening date whichever is earlier

B Written Communications Required

No negotiations decisions or actions shall be initiated or executed by the Proposer a a result of any

discussion with any University employee Only those communications that are in writ ng from the

University Facilities Purchasing Department shall be considered as a duly authorized e pression on

behalf of the University Also the University will recognize only communications fro Proposers that

are signed and in writing as duly authorized expression on behalf of the Proposer

C Formal Offer

A Proposers written submission in response to the ITN shall be considered as the Pro osers formal

offer The content of the ITN the Proposers submission in response to the ITN and r suiting

contractpurchase order(s) shall be considered the entire agreement between the su essful Proposer

and the University It is understood and agreed that nothing herein is intended or sh uld be construed

as constituting the Proposer as the agent or representative of the University for any p rpose or in any

manner whatsoever The Proposer is and shall remain an independent contractor 0 erating in

accordance with the terms and conditions of the license granted as a result of this Inv ation of

Negotiation

D Interpretations

Proposers shall examine the ITN to determine if the Universitys requirements are de rly stated If

there are any requirements that are too vague or restrict competition the Proposer ay request in

writing that the specifications be changed A Proposer who request change in the sp cifications must

identify and describe the Proposers difficulty in meeting the Universitys specificatio must provide

detailed justification for the change and must provide a recommended change to the specification

Request for changes must be received in the Facilities Purchasing Department by the lose of the

business day not later than the entry note in the Calendar of Events area of this IT as the last to

receive written inquiries regarding the Proposal A Proposers failure to request chan es by the

permissible date shall be considered acceptance of the Universitys Specifications and a waiver of the

Proposers right to protest the ITN on the basis of Specifications The University rese es the right to

determine which changes to the ITN shall be acceptable to the University If required the University

shall issue an addendum reflecting the changes to the INT This addendum shall be s nt to all Proposers

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-19

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

so that each is given the opportunity of submitting proposals to the same Specificatio

Specifications shall be considered the Universitys minimum mandate requirements

E Verbal Communications

TATE UNIVERSITY

Said

Proposers may not consider any verbal instructions as an official expression on the Un versitys behalf

Only written communications Signed by a duly authorized representative of the Facili ies Purchasing

Office shall be considered valid

F Proposal Tabulation

A Proposal Tabulation that serves as the Notice of Award to the Proposer of receivi the contract

award will be posted for review by interest parties at the University Facilities Purchasi g Department on

the day noted in the Calendar of Events area of this ITN and will remain posted for a period of

seventy-two (72) hours Any person who is adversely effected by this University decis on or intended

decisions as detailed above in connection with this ITN shall file a written Notice of rotest with the

Director of Facilities Purchasing Failure to file a Notice of Protest within the 72 hour after the

protested University intended decisions is posted shall constitute a waiver of proceed gs under s120

Florida Statutes A Notice of Protest is considered filed when it is delivered to Facili ies Purchasing

Department 969 Learning Way 114 MMA Tallahassee Florida 32306 during normal ours of operation

of the file a Formal Written Protest and the bond required under Rule 6C-18055(3) lorida

Administrative Code (FAC) with ten (10) days after filing the Notice of Protest in the ccordance with

Rule 6C2-2015(13) FAC shall constitute a waiver of the Proposers right to protest un er s12057(3)(b)

Florida Statutes

G Mandatory Requirements

Any proposal that fails to meet mandatory Specifications stated in the ITN may be rej cted Any

proposal that does not comply with the functional cost or contractual requirements i the ITN may be

rejected In addition to the requirements of paragraph (8) Awards of the General Co ditions on the

Invitation of Negation Commodities Acknowledgment form the University shall not b liable to pay for

information obtained from or through any Proposer prior to issuing the purchase ord r to the successful

Proposer

H Minor Irregularities

The University reserves the right to waive minor irregularities in proposals providing uch action is in

the best interest ofthe University Minor irregularities are defined as those that hav no adverse affect

of the Universitys interest will not affect the amount of the Proposal and will not giv a Proposer an

advantage or benefit not enjoyed by another Proposer

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-20

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

I Format

Each proposal shall be prepared simply and economically providing a straight forward concise

delineation of the Proposers capabilities to satisfy the Specifications of the ITN Fancy binding colored

display and promotional materials are not desired However technical literature and ictures of

proposed equipment should be included in the proposal Emphasis in each proposal ust be on

completeness and clarity of contents To expedite the evaluation of Proposals it is es ential that

Proposers follow the format and instructions contained herein Failure to follow the r quested format

may result in rejections

J Extension Errors

In the event of extension error(s) the unit price will prevail and the Proposers Total er will be

corrected accordingly In the event of addition errors the extended totals will prevail nd the

Proposers Total Offer will be corrected accordingly Proposers must check their Prop sal for any such

errors and state the discount(s) where applicable

K University Point of Contact

The Proposers pOint of contact for all matters relating to this ITN is

Betty-Jean (BJ) Lewis

Florida State University Facilities Purchasing Department

969 Learning Way 102A MMA

Tallahassee Florida 32306

Fax (850) 644-5071

E-mail blewisadminfsuedu

Written questions on this ITN must be submitted to Betty-Jean (BJ) Lewis Questions ust be received

by the date listed for that event in the Calendar of Events After that date no inqui ies regarding the

Proposal oral or written will be accepted

L Contractor Point of Contact

Each Proposer shall identify in its submittal the single point of contact for all matters elation to the

response

M Proposal Materials

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-21

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

The materials submitted in response to this ITN become the property of the Universit upon delivery to

the Facilities Purchasing Department All of the materials will considered as part of th ITN and will be

subject to review as public records 10 days after the ITN is opened or an award is mad whichever

occurs first

N Proposal Rejection

The University shall have the right to reject any or all Proposals and in particular reje a Proposal not

accompanied by data required by the ITN or Proposal in any way incomplete or irreg ar including

omissions of pricing Conditional Proposals will not be accepted

O Conflict Between Document

If any terms and conditions contained within the documents related to this ITN are in onflict with any

other terms and conditions contained therein then the various documents comprisin this ITN as

applicable shall govern in the following order of the precedence AmendmentChange Order Addenda

ITN Terms and Conditions ITN Specifications ITN Responsibilities general conditions f the ITN

Proposal

P Additions Deletions Substitutions

Should the University find it necessary to supplement modify correct or interpret an portion of the

ITN during the Proposal period such action shall be taken by issuance of a written Ad endum to the

documents distributed to all known prospective Proposers Addenda will be issued no less than seven

(7) calendar days prior to the date scheduled for receipt of Proposals

Q Interpretation

Neither interpretation of the meaning of the ITN documents nor any corrections of a biguity

inconsistency or error will be made to any Proposer orally All such communications ill be in the form

of written addenda as issued by the Selection Community Only written addenda issu d by the Selection

Community shall be binding Proposers are advised that no other source is authorize to accept or give

information concerning explain or interpret the ITN

R Addenda Acknowledgment Form

Any addenda issued by the University to participating Proposers shall include an Add nda

Acknowledgment Form This form shall be signed by a company representative dat d and returned to

the University by the date specified in the Calendar of Events for Proposals to be 0 ned

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-22

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

S Amendments

Any amendments alterations or modifications to the contract resulting from this ITN ust be in the

form of a change order to the original contract and have the written approval of the F cilities Purchasing

Department and must be signed or initialed and approved by the same signatories not d on the ITN

T Assignment

Under no circumstances shall the successful Proposer assign to a third party any right r obligation of

successful Proposer pursuant to this Proposal without prior written consent of the Uni ersity If the

successful Proposer is or during the term of the contract resulting from this ITN beco e an individual

on the payroll of the State of Florida successful Proposer represents that he or she ha complied with all

applicable provisions in the Florida Statutes and Florida Administrative Code regardin outside or dual

employment and compensation

U Jurisdictional Applicability

Applicable provisions of all federal State of Florida county and municipal statutes la s ordinances

rules and regulations shall govern Proposal submitted hereto and any resulting contra t Lack of

knowledge by any Proposer shall not constitute a cognizable defense against the legal effect thereof

Disputes arising from or in connection with the contract shall be determined before Florida court of

competent jurisdiction or through an applicable administrative proceeding whichever s appropriate to

the circumstances under Florida law In the event that either party is required to obta n any permit

license or authorization as a prerequisite to performing its obligation under the contr ct the cost shall

be borne by the party required to obtain the permit license or authorization

V Governmental Restrictions

In the event any governmental restrictions may be imposed which would necessitate Iteration of the

terms of the contract resulting from this ITN it shall be the responsibility of the succe sful Proposer to

immediately notify the University in writing indicating the specific regulation which r quires the

alteration The University reserves the right to accept any such alteration including a y fee adjustments

occasioned thereby or to cancel the contract at no expense to the University

W Negotiation

In the event services are required to be performed or equipment required to be purc ased that are not

set out in the ITN but are within the general scope of the reqUirements the Universi and the

contractor hereby reserve the right to negotiate the terms covering the required serv ces or equipment

not to exceed $25000 per itemoccurrence

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-23

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FlORIDA TATE UNIVERSITY

X Additions Deletions and substitutions

The University reserves the right to add to or to delete any item from this ITN on a per odic basis as

necessary when deemed in the best interest of the University The contractor is respo sible for

submitting requests for such changes on a timely basis with sufficient documentation 0 allow

evaluation of the request When items are approved and added to the contract the c ntractor shall

maintain those items on the contact for a minimum of 120 days and sufficient quantit to accommodate

reasonable request or make provisions to offer substitute items as outlined in this sec ion

The University will consider substitutions for discontinued items provided that substit te items have

equivalent or greater featurescapabilities and shall be offered at the same or lower p ice as the item

replaced The University reserves the right to accept or reject substitutions

The University will consider the addition of newly released items provided that those i ems are offered

at the same percentage discount as similar items on the contract

The University will consider changes to contract items provided revisions are in accor nce with the

conditions and Specifications contained in this ITN The University reserves the right t accept or reject

changes proposed by the contractor

Y Equal Opportunity

The Contract must al all times during the term of the contract be in compliance with a I federal state

and local laws rules and regulations relating to the nondiscrimination clause containe in Section 202

Executive Order 11246 as amended by Executive Order 11375 relative to equal Empl yment

Opportunity for all person without regard to race color religion sex or national origi and the

implementing rules and regulations proscribed by the Secretary of Labor are incorpor ted into the terms

and conditions of this ITN

Z Governmental Action

It is mutually agreed that if at any time during the term of the contractual agreement he Contractor is

required to make extensive program changes as a direct result of any determination r action by any

applicable Federal State or Local Government authority the University will be willin to negotiate any

cost increase necessitated by such changes subject to availability of funds Any nego iated price

increase may not be implemented until a contract amendment signed by both parties is processed

through the Florida State University Facilities Purchasing Department

AA Travel

Travel expenses included in any contractpurchase order resulting from this ITN must e in accordance

with Section 112061 Florida Statutes

DCSI 010811 ElECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-24

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

BB Parties to the Contract

Parties to the contract will be the University and the contractor Payment will only be ade to the

contractor and in the name as it appears on the Proposal submitted and the resulting ontract

Cc Contractors Insurance

The Contractor shall not commence performance in connection with the contract unti he has obtained

all the following types of insurance and such insurance has been approved by the purc aser nor shall

the Contractor allow any subcontractor to commence work on his subcontract until all similar insurance

required for the subcontractor has been so obtained and approved All insurance poli ies shall be with

insurers qualified and doing business in Florida and with an AM Best rating of no les than AX The

purchaser shall be furnished proof of coverage of insurance by certificates of insuranc accompanying

the contract documents and shall name the Florida State University and Florida Board f Trustees as an

additional name insured The insurer shall provide 30 days written notice to the certi cate holder if a

policy is to be canceled before the expiration date thereof

The purchaser shall be exempt from and in no way liable for any sums of money that may represent a

deductible in any insurance policy The payment of such deductible shall be the sole r sponsibilityof

the Contract andor Subcontractor providing such insurance

1 Workers Compensation Insurance

The Contractor shall secure and maintain during the life of this agreement Workers mpensation

Insurance for all his employees connected with the work of this project and in case a y work is sublet

the Contractor shall require the subcontractor similarly to provide Workers Compens tion Insurance for

all the latters employee unless such insurance shall comply fully with the Florida Wor ers

Compensation Law In case any class of employees engaged in hazardous work under this contract at

the site of the project is not protected under Workers Compensation statute the Co tractor shall

provide and cause each subcontractor to provide adequate insurance satisfactory to he purchaser for

protection of his employees not otherwise protected

2 Contractors Public Liability and Property Damage Insurance

The Contractor shall secure and maintain during the life of this agreement COMPREH NSIVE GENERAL

L1ABNILITY AND COMPREHENSIVE AUTOMOBILE LIABILITY INSURANCE as shall protec him from claims

for damages personal injury including accidental death as well as claims for propert damages which

may arise from operations under this agreement whether such operations be by him If or by anyone

directly or indirectly employed by him and the amounts of such insurance shall be th minimum limit as

follows

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-25

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

1 Body Injury Liability $1000000 each acci nt

2 Auto Property Damage Liability $ 500000 each accid nt

3 Property Damage Liability- $1000000 each acci ent

(other than automobile) $1000000 aggregate operation

$1000000 aggregate protective

$1000000 aggregate contractual

Insuring clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended to provide coverage

on an OCCURRENCE basis

3 xcu (Explosion collapse underground damage) -the contractors liability P icy shall provide

xcu coverage for those classifications in which they are excluded

4 Contractual Liability - work contracts - The contractors liability policy shall co er such contracts

when they are affected

5 Subcontractors Public Liability and Property Damage Insurance

The Contractor shall require each of his subcontractors to secure and maintain during he life of this

contract insurance of the type specified above and insures the activities of his subco ractors in his

policy as specified above

Qualifications

All insurance poliCies shall be with insurers qualified and doing business in Florida

Proof of Insurance

Proof of insurance for all of the specified types and limits in the form of original Certif cates of Insurance

shall be delivered to the Facilities Purchasing Department within ten (10) days of exe tion of the

contract In lieu of original certificates certified copies of the actual policies may be f rnished

Whether certificates or policies are furnished the Florida State University and the Bo rd of Trustees

shall be deSignated as additional named insured Each such copy or certificate shall c ntain a valid

provision or endorsement that the policy may not be canceled terminated changed r modified

without giving thirty (30) days written advance notice thereof to the Universitys repr sentative A

renewal policy or certificate shall be delivered to the University at least thirty (30) da s prior to the

expiration date of each expiring policy If at any time any of the policies shall be or b come

unsatisfactory to the University as to form or substance or if any of the carriers issui g such policies

shall be or become unsatisfactory to the University Contractor shall promptly obtain a new and

satisfactory policy in replacement upon such written notice from the University

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-26

DIFFENBAUGH BUILDING PHASE I ELEVATOR NO 24516 FLORIDA

Original Copy

If determined necessary by the Universitys representative the Contractor shall delive

Universitys representative upon demand the original of any policy shall be returned t

Deductibles

The University shall be exempt from and in no way liable for any sums of money that

deductible in any insurance policy The payment of such deductible shall be the sole r

the Contractor andor subcontractor providing the insurance

DD Liability

The following Special Conditions supersedes General Conditions Number 21 Liability

to Negotiation Commodities Acknowledgment form

Contractors entire liability and the Universitys exclusive remedy shall be as follows

In all situations involving performance or non-performance under this Agreement th

be entitled to actual damages to the limits set forth in this provision

Contractors liability for damages to the University for any cause whatsoever and reg

TATE UNIVERSITY

to the

Contractor

may represent a

sponsibility of

n the Invitation

University shall

rdless of the form

of action whether in contract or in tort including negligence shall be limited to the gr ater of $100000

or the contract price stated herein for damages that are the subject of matter of or a e directly related

to the cause of action The foregOing limitation of liability will apply to

bull the payment of the cost of damage awards pertaining to patent and copyrigh indemnity or to

bull claims for re-procurement costs or the cost of cover pursuant to Rule 6C220 5(20) of the

Florida Administrative Code or to

bull claims for personal injury or damage to real or person property caused by Sel rs tortuous

conduct

Contractor shall hold and save the University harmless for any and all suits and judgm nts against the

State for personal injury or damage to real or personal property caused by Contracto s tortuous

conduct in the performance of this Agreement provided that

bull the University promptly notifies the Contractor in writing of any claim and

bull the Contractor shall be given the opportunity at its option to participate an associate with the

University in the control defense and trial of any claim and any related settle ent negotiations

and provided further that with respect to any claim or portion thereof for hich Contractor

agrees at the initiation of such claim that Contractor shall save an hold the U iversity harmless

Contractor shall have the sole control of the defense trial and any related se lement

negotiations and

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-27

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

bull the University fully cooperates with the Contractor in the defense of any claim

In no event however will Contractor be liable for

bull any damages caused by the Universitys failure to perform the Universitys res onsibilities or

for

bull any lost profits or other consequential damages even if Seller has been

advised of the possibility of such damages or for

bull any claim against the University by any other party e ept as provided

in the hold harmless provision of the preceding parag aph of this

provision and except as provided in Paragraph 18 of t e General

Conditions Patents and Royalties on the Invitation 0 Negotiation

Commodities Acknowledgment form or for

bull any damage caused by performance or non-performa ce of machine or

programming located outside the United State or Pue 0 Rico

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-28

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

SPECIAL TERMS AND CONDITIONS Payment shall be made in accordance with s 215422 FS which provides that agencies have 5 working days to inspect ampapprove goods ampservices unless bid specifications r the PO specifies otherwise If payment is not available within 40 days measured from t e latter of the date the invoice is received or the goods or services are received inspected an approved a separate interest penalty set by the Comptroller pursuant to s 5503 FS will b due and payable in addition to the invoice amount To obtain the applicable interest rate please contact the University Facilities Payables and Disbursements Section at (850) 644-047 Invoices returned to a vendor due to preparation errors will result in a payment elay Interest penalties of less than $1 will not be paid unless the vendor requests payment The payment period does not begin until all terms of the contract (including shi ping and billing instructions exactly as they are specified on the purchase order) hav been met and a properly completed invoice is provided the University The university reserve all administrative contractual and legal remedies against the contractor or vendor ho breaches any of the contract terms The employment of unauthorized aliens by any contractor is considered a viola ion of Section 274A(e) of the Immigration and Nationality Act If the contractor knowingly emp oys unauthorized aliens such violation shall be cause for cancellation of this purch se order Acceptance of this order serves as certification that the vendor or its principals (a) are not presently debarred suspended proposed for debarment declared ineligible 0 voluntarily excluded from covered transactions by any federal department or agency (b) ve not within a three-year period preceding this proposal been convicted of or had a civil judg ent rendered against them for commission of fraud or a criminal offense in connection with 0 taining attempting to obtain or performing a public (federal state or local) transaction r contract under a public transaction violation of federal or state antitrust statutes or commissio of embezzlement theft forgery bribery falsification or destruction of records rna ing false statements or receiving stolen property (c) are not presently indicted for or oth rwise criminally or civilly charged by a government entity (federal state or local) with commissi n of any of the offenses enumerated in paragraph (b) of this certification and (d) have not wit in a three-year period preceding this applicationproposal had one or more public transactions federal state or local) terminated for cause or default 52249-5 (a)-(f) Hazardous Material Identification and Material Safety Data When subcontract involves hazardous material Utilization of Small Business Concerns and Small Disadvantaged Business Concerns Walsh-Healey Public Contracts Act 52219-8 52222-20 Employment if the subcontract amount 52203-7001

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-29

Page 2: Invitation to Bid (ITB) til the dates - FSU Facilities · Invitation to Bid (ITB) ... Elevator renovation work includes, but is not limited to, ... hands-free telephone instrumen

NOTICE TO BIDDERS

THERE WILL BE A PUBLIC BID OPENING

BID NUMBER FAC2416-11 Purchasing Agent BJ Lewis Facilities Purchasing Location 969 Learning Way 102A MMA FSU Campus

Tallahassee Florida 32306 TITLE Elevator Renovation Diffenbaugh Building Public Bid Opening February lO 2011 lOOO AM EST

Bids may be brought directly to the bid opening or delivered to the Facilitie Purchasing Department 969 Learning Way 102A Mendenhall Building A Tallahassee Florida 32306 prior to the scheduled opening time Bids which for any reason are ot delivered to this location at the prescribed time will not be considered Delivery of a id to the University Post Office or any other point on the University campus oth r than the Facilities Purchasing Department Office is not acceptable It is the bid ers responsibility to insure that hislher bid is delivered at the proper time a d place for the bid opening To insure your BID or NO BID response remains sealed til opening time place BID NUMBER DATE AND TIME OF OPENING ON OU SIDE envelope ofFederal 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 rejec the offending vendors bid

I certify by the signing of this invitation to bid that the prices offered to Flor da State University on the items included are less than or equal to those offered othe stat universities for the same or similar items

Betty-Jean (BJ) Lewis Purchasing Agent Facilities Florida State University 969 Learning Way 102A Mendenhall Building A (P) 850-644-7639 (F) 850-644-5071 blewisadminfsuedu

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 FAC24516-11

DATE February 10 2011 LOCATION 969 Learning Way 102AMMA

TIME 1000 AM EST

PROJECT Elevator Renovation Diffenbaugh Bldg

COMPANY NAME

CONTACT PERSON

-----------------------------------shyPHONE NUMBER FAX NUMBER

E-MAIL ADDRESS

BASE BID __________________

Print Individual or Firm Name (Apply Seal if Corporation)

SIGNATURE ______________________

TITLE ___________________________

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORID STATE UNIVERSITY

INVITATION TO BID (ITB) Bid FAC24516-11

SECTION 14221- ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION W RK

PART 1-GENERAL

101 SUMMARY

A Section Includes Renovation work on One (1) existing Westinghouse Elevato Company brand electric oil-hydraulic passenger elevator identified by State of Florida serial 24516 The renovation work on this elevator includes all necessary tools ladders scaffol ing labor materials supervision and all work specified hereinafter Refer to any attach d Bidding Instructions General Conditions and any Special Conditions for instructions r requirements pertaining to complete site examination pre-bid conference or inspection p ject schedule submittals working hours and schedule as well as all other project requirem nts associated with this contract Elevator renovation work includes but is not limited to t e following 1 Provide new Highest quality stainless steel elevator cab enclosure inclu ing applied wall

panels handrails bumper rails exhaust blower door panels and other ca features Include electrical contact assembly on emergency exit to prevent cab from opera ing unless the emergency exit is closed and locked

2 Provide new Car door hanger equipment and door track car door conta t assembly door relating cables and hardware car door clutch assembly and door restrict r assembly which complies with applicable codes The door tracks and hanger equipment s all be coated to reduce potential for rust and corrosion

3 Provide new Door operator machine equipped with complete controls loop electronic control system and hardware

4 Provide new Car operating panelcontrols complete with Phase II Fire ens Operation service cabinet floor selection buttons (provide any security lockout key itches as may be required by Owner) door control buttons and 115 volts AC duplex outlet operating certificate frame in service cabinet door hands-free telephone instrumen speaker grill for future intercommunication system and other features as required herein fter

5 Provide new Electronic screen type door protection system with Panac orne feature and 3-D operation

6 Provide new Top of car operating station that complies with the ASME A 71 Safety Code 7 Provide new Accessibility provisions for physically handicapped or disabl d persons inside

the elevator cab assembly 8 Provide new Painting work as specified hereinafter 9 Provide new Railing for the top of the elevator car as required byelevat r code 10 Provide new Any other devices or equipment that is required in connectl n with the cab

replacement to replace any existing equipment or is newly required by t ASME A171shy2004 Safety Code for Elevators and Escalators including all addenda publi hed for that code edition

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-1

frame shown in

s for the

quipment car r top inspection

DIFFENBAUGH BUILDING PHASE I ELEVATOR NO 24516 FLORID STATE UNIVERSITY

11 Provide all other elevator work tools materials supervision coordinatio and systems required to restore the elevator system to proper and complete operatio as well as that required by the elevator and other applicable codes

12 Provide warranty as specified hereinafter 13 Provide all safety related work including full height barricades at any op ing where work is

being performed all safety protection for all workmen students and Owers employees while the Elevator Contractor is on the site No open hoist way openings re to be left unattended at any time Openings are required to be locked at all times nless being utilized by employees of the Elevator Contractor Safety is extremely crit al in this building and all safety provisions are subject to approval by the Owner Project M nager and Elevator Consultant At the end of each workday all hoist way and mach e room areas must be secured to prevent unauthorized entry

102 SUBMITTALS

A Submit all shop drawings and submittals to Owner as directed within the ti the bid documents All approval related materials should be submitted at th not in a piecemeal fashion

B Product data Submit product data andor shop drawings cuts and similar it following items (Provide six 6 copies of each 1 Elevator car enclosure door hanger and track equipment door operator

door clutch electronic type door protective screen cab exhaust blower station and related items

2 Car operating panelfront return with pOSition indicator 3 LED emergency car lighting system components

C Shop drawings (Provide six 6 copies of all shop drawings) 1 Show equipment arrangement in the cab including sizes metal gauges e c

D Finish Selection Submit cab material samples cab wall panel finish samples nd cab flooring materials for approval Provide five (5) samples of each item for approval ad quately marked as to the location for the material The samples shall include the type 304 sta less steel with no 4 satin finish for all locations Additionally samples of the finish on the c b wall removable panels shall be provided Sizes of the samples shall be approximately 4 or la er square or rectangle All of the samples shall be provided to the Architect or Owner as d rected in the bid documents

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

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION RK 14220-2

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORID STATE UNIVERSITY

F Operation amp maintenance equipment and other such data (specifically desig ed for this project) shall be submitted to the Owner including the following items 1 Provide four (4) copies of all elevator equipment installation adjustment instructions

maintenance recommendations parts lists lists of recommended spare arts and troubleshyshooting instructions protection devices door restrictor device and any ther electrical and mechanical equipment required under this contract Provide the four (4) copies of all of this information in heavy duty oversized three (3) ring binders which must e project specific in terms of details Include reduced size lias-built electrical wiring diagr ms in the project manuals Include electrical drawings and lists of all fields wiring pull she ts or wiring connections used throughout the elevator system

2 The four (4) copies of the project manuals must also include all of the ne ssary information necessary for reliable elevator contractor to efficiently trouble-shoot ma ntain service adjust parameters test or otherwise evaluate and suitably alter perform nce of the new equipment including door operator and signal fixture This information all include all necessary SIM cards (one copy of these cards for each elevator) passwor s legends reference codes key words descriptions that activate the diagnostic po on of the controllers door operators and other control devices The manuals shall include all necessary instructions on how to change the parameters that impact sa~ y of operation during normal operation and during scheduled testing of the equipment

3 Provide one (1) archival copy of any computer chips SIM cards other pro rammed items or devices or software type programs to the Owner for future use that are required to restore the elevator equipment to normal operation adjustment testing parameter adjustment or other related work whatsoever after a door operator part replacement lightning strike power surge or if any of these items may be needed for a y such event If any changes occur to the software or programming during the one (1) ye r warranty and maintenance period a revised set of software or electronic chips shall be rovided to the Owner automatically and without any charge to the Owner

4 Provide one (1) complete set of reproducible as-built electrical wiring iagrams on either heavy gauge Mylar materials or 24 pound high rag content paper printe with black on white paper background Include any revisions to the elevator controller iring diagrams These drawings shall be presented in a heavy gauge paper or plastic roll ith screw-on top labeled for the elevator project

5 Provide one (1) complete set of as-built electrical wiring diagrams mea uring 85 by 11 or 85 by 14 designed for mounting on a sturdy wall rack to be mounte on the wall of the elevator machine room All drawing pages shall be laminated with cle r plastiC to protect the drawings while being used to trouble-shoot the elevator equi ment 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 adju tment tools that are necessary for efficient maintenance adjusting testing and trouble-sh oting work on any of the elevator electrical control equipment including that of the door op rator or other electronic components These tools shall be electronically serialized for t is project and not usable on any other elevator equipment

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION RK 14220-3

DIFFENBAUGH BUILDING PHASE 1 ElEVATOR NO 24516 FLORID STATE UNIVERSITY

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

103 QUALITY ASSURANCE

A Manufacturer Qualifications An approved manufacturer regularly engaged i manufacturing elevator equipment of the type required for this project 1 The manufacturer of the new or replacement components must be a fir

listed among the prior approved manufacturers 2 The major parts of the elevator equipment shall be manufactured in No America 3 The manufacturer shall have a documented on-going quality assurance rogram 4 Only new components shall be acceptable No rebuilt reconditioned or sed equipment is

to be brought onto this worksite by the Elevator Installer The only previ usly used equipment components are the items clearly identified hereinafter

B Elevator Contractor Qualifications The Elevator Equipment Manufacturer financially owned organization of the Elevator Equipment Manufacturer (elevator install tion contracting and elevator maintenance firm organization) shall have no less than ten (10) ears of satisfactory experience installing and maintaining elevator equipment equal i character and performance in the Tallahassee area of Florida Submit with the bid a list of t least ten (10) similar or equal renovationmodernization projects and ten (10) electric oil-h draulic elevator maintenance contract accounts along with the names addresses and phone umbers of the Architects and Owners Additionally submit with the bid the building contac names addresses and phone numbers All such locations shall be within 50 miles of the Florida tate University Campus and are subject to review and evaluation by the Owner and Elevator onsultant prior to award of the elevator renovation contract

Elevator Contractor must already have a well established elevator sales main enance and repair office or facility within ten (10) miles of the campus of Florida State Universit prior to bidding on the work required for these elevators Response time to call-backs and e rgency repairs is highly critical to the Owner

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION RK 14220-4

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORID STATE UNIVERSITY

C Regulatory Requirements 1 ASME A171-2004 Safety Code for Elevators amp Escalators including all pu lished addenda 2 Florida Building Code 2007 Edition 3 NFPA 70 Latest Edition 4 ASME A175 Code for Elevator and Escalator Electrical Equipment latest 5 Americans with Disabilities Act - Accessibility Guidelines (ADAAG) 6 Florida State 399 Chapter 30 Florida 4A-47 Florida Chapter 61-C5 Elevat r Safety Code 7 AWS Standards - American Welding Society latest requirements 8 Any other State Federal or Local requirements include fire life safety an other codes

D Inspection and Testing Elevator Contractor shall obtain and pay for all requi ed inspections installation or alteration permits and fees associated with the elevator work der this contract 1 Secure all State of Florida required permits and pay all associated fees 2 Arrange and pay for the required inspections and tests to be performed i the presence of a

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

3 Copies of all such documents shall be submitted with the turn-over docu quantities required

104 DELIVERY STORAGE HANDLING SCHEDULING AND SITE RENOVATION WORK

A Deliver elevator materials components and equipment in manufacturers pr tective packaging All packaging and related refuse shall be properly disposed of at the expense f the Elevator Contractor

B Store materials in a dry protected area Protect and handle the materials in a cordance with manufacturers recommendations to prevent damage to materials Elevator ontractor shall arrange and pay for all off-site storage facilities that he may need in the exec tion of this contract The Owner shall not incur any additional costs for storage demurr e handling or other material related storage expenses Protected storage at the building is xtremely limited consequently the Elevator Contactor should anticipate the need for off-site s orage for the elevator related materials

C Equipment not being retained and reused in the execution of this contract sh II be promptly removed from the site at the sole expense of the Elevator Contractor The m terials removed from the elevator systems shall be regularly removed from the building and n t 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 at er elevator located on the Florida State University Campus

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION RK 14220-5

DIFFENBAUGH BUILDING PHASE 1 ElEVATOR NO 24516 FLORID STATE UNIVERSITY

D Elevator work on this project shall be performed on a one (1) shift per day 0 e (1) crew per elevator five (5) days per week except on legal holidays as may be applicabl due to union or other agreements Full cooperation of Elevator Contractor is expected and r quired in order to keep the project execution time to the minimum required for this type of ren vation project Working in concert with other trades in the coordination and performance 0 the work is absolutely necessary

E The Elevator Contractor shall be responsible for any demolition and repairs a ociated with delivery and installation of the elevator equipment Sufficient care must be t ken by the Elevator Contractor to protect the building structure systems walls roof an surrounding surfaces from damage

F This is a tltime is of the essence contract

G Adequate safety barriers shall be installed by the Elevator Contractor in the ist way between the elevators to protect all such employees from exposure to the elevator e uipment in the opposite hoist way area

105 PROJECT CONDITIONS

A Prohibited Use The elevator shall not be used for construction purposes or ublic conveyance until the elevator renovation work has been completely finalized and approv by Architect or Owner and Elevator Consultant

B Painting Except as otherwise indicated in the elevator technical specificatio s the following painting work shall be required by the Elevator Contractor 1 Paint all of the car frame equipment platform steel members stiles and r lated equipment

prior to installing the new cab equipment 2 All painting except low odor paint applications shall be performed by th Elevator

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

106 WARRANTY

A Warranty certificates Submit elevator manufacturers and Elevator Contract rs type written project warranty certificates agreeing to repair restore or replace materials ving defects in the elevator work and materials furnished under this contract including all as ociated labor and materials that are reworked replaced or reconditioned as a requirement of t is contract Warranty also requires that the door operator eqUipment receive the necess ry adjustments required to comply with these specifications The warranty shall be for a peri d of at least twelve (12) months from the date of Final Completion of all elevator work inc uded in this contract The date of the Final Completion shall be as determined by repres ntatives of Elevator Contractor Owner and Elevator Consultant

DCSI 010811 ElECTRIC OIL-HYDRAULIC PASSENGER ElEVATOR RENOVATION RK 14220- 6

DIFFENBAUGH BUILDING PHASE I ELEVATOR NO 24516 FlORID STATE UNIVERSITY

B Any adjustments repairs or otherwise needed work shall be performed by th Elevator Contractor as soon as possible after the problem is reported to the Elevator ontractor The Elevator Contractor shall be on site to make the needed repairs or adjustme s within one (1) hour 247 including holidays after the problem is reported

C Non-warranty parts and equipment The only parts or equipment that the EI vator Contractor shall not be required to furnish as part of his responsibility are those made n cessary as a result of major acts of vandalism fire floors windstorm civil disturbances or othe major losses Repairs made necessary by minor acts of vandalism abuse or misuse are to included in the work to be performed by this Elevator Contractor

PART 2 - PRODUCTS

201 MANUFACTURERS

A Manufacturer Only products manufactured by the following manufacturers ill be acceptable

on this project and the named products are subject to complete compliance ith the technical

speCification requirements listed hereinafter

1 Otis Elevator Company

2 Schindler Elevator Corporation

3 ThyssenKrupp Elevator Corporation

The following equipment component manufacturers are afforded prior appro ai subject to

complete compliance with the technical specifications

4 Elevator Components Inc model VFE 2500-HL or HH (closed loop heavy uty type linear or

harmonic door operator interlocks door tracks and door hanger equipm nt)

5 Janus Elevator Products (door safety detectors only)

6 Elevator Cabs Inc Tyler Elevator Products Gunderlin Ltd E-Cab Archit ctural Elevator

Cab Interiors Snap Cabs (elevator cab interior work)

7 Innovation Industries Inc Elevator Products Corporation Monitor Contr Is (vandal

resistant signal fixtures

8 Electronic Controls Inc (LED type emergency lighting system controls)

9 Pratt amp Lambert Sherwin -Williams Martin Senour (paints)

10 Rath Microtech (car emergency telephones)

11 GAL (door tracks door hangers door relating equipment and door closers only)

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION RK 14220-7

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORID STATE UNIVERSITY

B Substitutions Elevator Contractor may substitute other manufacture of elevator cab materials subject to the following 1 The Elevator Contractor must agree to an inspection of the products by wner Architect

and Elevator Consultant after assembly but prior to shipment Any de cts in materials or workmanship must be corrected prior to shipment to the site

2 Substitutions must fully comply with all technical requirements elevat r code quality and fit and all other aspects of these specifications

3 No substitutions of material grades finishes and other details will be ac pted 4 The Elevator Contractor shall be responsible for paying all associate costs for Owner

Architect and Elevator Consultant to visit the production plant to evaluat the products 5 No time extension will be permitted in the installation schedule du to substitution of

products manufacturers

202 MATERIALS1 GENERAL

A Materials patterns and finishes As selected by the Architect from the man facturers patterns and finishes for this project

B Steel 1 Shapes and bars ASTM A 336 2 Sheets ASTM A 336 cold rolled sheet commercial quality class 1 matt finish and

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 y Architect

D Aluminum 1 Sheet and plate ASTM B 209 alloy 6063-752 2 Extrusions ASTM B 221 alloy 6063-T52

E Finish flooring on platforms Supplied and installed by Elevator Contracto The Owner shall select materials for flooring The flooring shall be the same product or eq I to that which is installed in the other elevator in the adjacent section of the building

203 HOIST WAY AND MACHINE ROOM EQUIPMENT

A Platform The existing platform shall be retained and reused with the follow g work 1 Install new elastomeric type underlayment for installation of new floorin materials 2 If the platform has a plywood subfloor the top layer of plywood shall be placed under this

contract New plywood shall be W thickness high quality material with xterior glue 3 Clean and paint all of the metal on the platform assembly 4 Tighten all bolts and fastenings 5 Owner will not accept any additional charges associated with reuse of th

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-8

L

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORID

B Car sling Equipment The existing car sling and related hardware shall be reta Include the following work 1 Clean and paint all of the equipment 2 Adjust the brace rods as necessary 3 Owner will not accept any additional charges in connection with repairs

reconditioning of the safety equipment

C Guide rails The existing car guide rails shall be retained in their present locat

D Guides The existing guide assemblies shall be cleaned and retained

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

F Hydraulic Cylinder The existing cylinder shall be retained and reused

G Hydraulic Piping Retain and reuse

H Hydraulic Pumping Unit Retain and reuse Make required adjustments aft door operator equipment is installed

I Elevator Controller System Make required alterations to the wiring and com controller to accommodate the new door operator direction indicators on ca panel equipment

J Automatic terminal limits and directional limits The existing equipment retained and reused

K Automatic self leveling The existing leveling devices and equipment sh reused

Door operator machinery The existing door operator shall be removed completely new door operator equipment with the following design and feat 1 Heavy-duty gearless type harmonic motion design 2 Heavy-duty drive motor shall be alternating current type Motor shall be

model designed for long life service 3 Precise encoder on the drive motor shaft 4 Completely closed-loop design system 5 Door position recognition 6 Door velocity regulation 7 Door motor current monitoring control and regulation S Door closing pressure regulation Set door pressure at lS-20 pounds

STATE UNIVERSITY

ned and reused

placements or

on

r the new cab and

onents of the and car operating

all be completely

I be retained and

nd replaced with

2 horsepower

9 Immediate door reversal shall occur if preset closing door is obstructed fr m closing and door pressure of lS-20 pounds is exceeded for any reason

10 Include elevator code required car door restrictor device to prevent ope ing car door more than 4 when the car is outside the designated landing zone

DCSI 010S11 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-9

DIFFENBAUGH BUILDING PHASE I ELEVATOR NO 24516 FLORID STATE UNIVERSITY

11 Include high quality car door clutch assembly or suitable similar devices to unlock the hoist way doors

12 Door obstruction warning If door opening is obstructed for 15 secon (adjustable timer design of 12 to 30 seconds) an audible warning shall occur and continu to sound until the doorway is cleared however doors do not close When the door openin has been cleared the door shall close at normal speed

13 Door close watchdog If the doors are closing but do not compl tely close after a programmable time period the doors will recycle open for twelve (12) ti es to try to correct the fault before the elevator is automatically removed from se ice The recycling program shall be adjustable for up to 20 times

14 Door close assist When the doors have failed to fully close and are in th recycle mode the door drive motor shall have increased torque applied to possibly overc me 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 c II assignment (not coincidental call) the current door open time is changed to a shorter eld programmable time when the electronic door detection system is activated by a passen er passing through the doorway

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

17 Door operator control equipment without all of these features shall not acceptable 18 Door opening time measured from door closed position shall be 18 sec nds 19 Door closing time measured from door open position shall be 23 secon

M Door safety screen Replace existing door protection with new detector devi e The elevator car doors shall be equipped with high quality electronic type door safety screen qual in design and manufacture to that of Janus Elevator Products Inc The electronic safety creen device shall have both 3-D and Panachrome features built in to the system The Panachr me system shall feature green lighting mounted vertically along the edge indicating it is safe to enter the doorway and orangered lighting to indicate that the doors are ready to clo e or in the process of closing All electrical connections for this equipment shall be mounted 0 the car top out of reach of unauthorized persons Provide a defeat switch for the 3-D portion the safety screen for use if the Owner elects to turn off that portion of the screen operation

204 HOIST WAY ENTRANCES

A Doors The existing center-opening side-sliding type door panels shall II be retained and reused

B Frames The existing hoist way door frames shall be retained

C Headers fascia toe guards and dust covers The existing headers fascia t e guards and dust covers shall be retained and reused under this contract

D Interlocks The existing interlocks and interlock release mechanisms sha I be retained and reused Make any needed repairs to the interlock release mechanisms and in erlock assemblies

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-10

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA STATE UNIVERSITY

E Door hangers tracks relating equipment and door closers The existing equipment in this category shall be retained and reused

205 ELECTRICAL CONTROL SYSTEMS

A Elevator single car control system The existing elevator controller system s II be retained and reused Make any required modifications to accommodate the new door perator controller car direction indictors and car operating panel system

B Top of car inspection station Completely new elevator code approved ar top inspection stations shall be installed on the top of each elevator The station shall contain all of the necessary operating devices required by code Locate the car top operating tation in position that will allow the elevator maintenance technician to gain control of the el vator car from the landing without the need to step on the car to access the car top station rovide two (2) car top lights for illuminating the work area One (1) light shall be mounted 0 a self coiling cord arrangement 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 fluorescen type equal to 150 watts output Suitable lamp guards are required Include a duplex type GFCI rotected electrical outlet

206 ELEVATOR OPERATING AND SIGNAL DEVICES

A Car operating station or panel The existing car operating panel shall be totall completely replaced with all new equipment of the following design 1 Full height and width swing panel and entrance column type panel compl te with heavy

duty type locking devices and adjustments to alleviate rattles and warpin Design the full swing type front return panel to permit a custom design appearance Inst II a suitably sized recessed metal box to enclose the signal devices behind the front return

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 cen r jewels for illumination with red LED lamps Match the button designs in the other el vator in the same building

3 Lower portion of operating station shall have door control buttons keyed alarm button Alarm button shall have a center jewel that illuminates red pushed

4 Electronic chime to indicate passing of floors 5 Provide an elevator car overload jewel and audible alarm This feature sh

operational until the elevator is completely modernized with new control

14220-11

6 Upper portion of the control station shall contain a tight fitting stainless st el cabinet door covering the firemens control buttons and features Door shall have a 10 that meets the latest fire code requirements Phase II operation instructions shall be lam ated to interior of the cabinet door The sub-plate and features inside the cabinet shall c ply with the control features that currently exist In the future the features shall be u -dated to comply with the ASME A171 Safety Code at the time of the elevator renovation

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION

quipment

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA STATE UNIVERSITY

7 Include firemens jewel that flashes when fire or smoke is in the machine oom or hoist way If this feature can be made operational at this time the flashing light shall be made to operate Otherwise the jewel shall be available for future use when the ntrol equipment is replaced

8 Include engraving for elevator serial number at the top of the panel 9 Below the elevator numbers locate a digital type car position indictor an

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 nd with 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 instruction p te for operating the phone The phone shall be Rath-Microtech brand amp model that fully mplies with the equipment currently being used by Telecommunications Department Flo ida State University Verify the design requirements prior to purchase of the phon equipment

12 Below the emergency telephone device provide an elevator service cabin t with a tight fitting stainless steel door Cabinet door shall be large enough to contain completely flush mounted clear Lexan brand certificate cover large enough to accommod te the State of Florida elevator operating certificate of standard size Door shall have a s itable 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 Provide engraving for elevator lifting capacity in both pounds and numbe of people 14 Furnish a light colored duplex type GFCI protected outlet grounded elect ical outlet located

as low as possible in the operating panel securely fastened to the rear of he panel 15 All markings shall be fastened from the rear and be easily replaceable if t ey become

damaged No markings shall appear to be surface mounted type 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 hall be polished

stainless steel materials 18 All display lamps shall be high intensity LED type 19 Front return panel when completed with new operating fixture devices s

professional design and quality and shall fit-up well in the new elevator c b structure

C Car riding lanterns New car riding lanterns shall be furnished and installed 0 each side of the cab opening The design shall be vandal resistant and include an electronic c ime and high intensity brilliant white and brilliant red LED lamps Locate at the required di ance from the floor level Chimes shall sound one (1) time for up traveling car and two (2) ti es for down traveling car Chime audible sound level shall be easily adjustable by the elev tor maintenance technicians Cover plates shall be held in place with countersunk spanner he matching material

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-12

screws of

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA STATE UtIIVERSITY

D Landing stations All of the existing landing stations shall be retained and reu

207 ELEVATOR CAB ENCLOSURE

A Elevator cab The existing elevator cab structure shall be completely remove with a new cab assembly The new cab shall include the following designs m features 1 Three (3) walls of the elevator cab shall be constructed of 14 gauges no

stainless steel with suitable reinforcement to prevent warping or rattling

ed

and replaced terials and

satin finished

2 The cab walls on three (3) sides shall be equipped with high quality replac able panels that are applied to the walls The panels shall be constructed and installed in t e following manner a There shall be three (3) applied panels across the rear of the cab and wo (2) panels on

each of the side walls Total number of panels in the cab shall be 14 II aligned to provide a professional appearance The lower panels shall be designe to allow for ventilation through the walls without exposed ventilation grills in the ase area of the cab

b Panels shall be divided at the handrail location allowing approximatel 5-6 spacing from the bottom of the top panels to the tops of the lower panels

c The top ofthe applied wall panels shall be set at approximately 7-4 bove the finished floor level

d The panels shall be approximately 78 total thickness using high qua ity wood core materials backed with laminate plastic for panel stabilization The fr t of the panels shall be faced with 5WL stainless steel materials approximately 18 ga ge materials

e The edges of all panels shall be equipped with 18 thickness stainless steel fabricated in an angle shape so that the edging can be attached to the rear of th panels with countersunk screws The edge materials shall be held as tightly as po ible around the panels to avoid large gaps in the materials Weld corners and grind 0 all sharp edges on the corners and remove any sharp edges on the edge materials T e stainless steel edging shall extend approximately 18 beyond the face of the 5WL f e materials

f Provide concealed ventilation grills or openings behind the wall panel 3 Design the total cab height to be approximately 8-2 total overall Eleva r Contractor shall

take field measurements to verify that a cab of this height will fit the exist ng car sling Adjust the height of the cab to fit if the existing car frame will not accept cab of that height

4 Top of the cab shall be heavy gauge furniture steel with baked on white e amel finish Thickness of the cab top along with the reinforcement shall support two 2) workmen along with their tools

5 The front return panels and transom shall be constructed of 14 gauge sati finished stainless steel materials

6 Cab base area shall be covered with 12 gauge stainless steel approximatel 5 high Laminate the metal to the wall panels with high quality industrial grade c ntact cement Smooth the top surfaces to remove sharp edges This straight base is to r inforce the base area to avoid denting and damage from floor buffers

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-13

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

erials Secure

7 Handrails shall be installed on three (3) sides of the elevator cab Rails sh II be constructed of heavy gauge round stainless steel with suitable number of matching su ports that will permit each rail to support at least 600 pounds at any location Return th ends of the rails toward the wall panels Provide oversize backing plates on the rear of the cab walls

8 Provide stainless steel bumper rails located approximately 8 above the fl or to the top of the rails The rails shall be constructed of 38 thick by 3 high solid stainl ss steel bumper rails Provide matching stainless steel supports for the rails designed to s pport at least 600 pounds on each rail at any location the rail Return the rails toward the II panels Provide oversize backing plates on the rear of the cab walls

9 The existing cab ceiling shall be handled as follows a Carefully remove the existing stainless steel ceiling and LED lighting sy tern without

damaging the materials This ceiling shall be installed in the new cab t a height of approximately 7-6 above the finished floor level

b As part of the new cab top provide a suitably located emergency exit anel that is arranged for removal through the top exit panel Align the exit with t e opening location in the existing cab ceiling

c Provide an electrical switch assembly on the top exit to prevent the el vator from moving unless the exit is closed and locked

d Height of the cab top and location of the cab ceiling shall be verified y Elevator Contractor prior to designing the cab drawings

10 Furnish and install new sandwich type construction car door panels with s itable reinforcement for the car door clutch and other devices Door shall be fa with 14 gauge no 4 stainless steel material

11 Threshold for the car door entrance shall be satin finished nickel silver rna with matching countersunk nickel silver bolts

12 Provide a new two (2) speed squirrel cage type exhaust blower with at Ie st 700 cubic feet per minute capacity on high speed Propeller fan is not acceptable

13 Furnish a new certificate frame that will accept standard size of State of FI rida operating certificate The flush mounted frame shall be incorporated in the swing d or for the service cabinet

14 Furnish and install a new Emergency telephone device Phone shall be Rat -Microtech model no 2100-967DVCA or other as approved by Owner Prior to purch se of the equipment Elevator Contractor shall verify the model number by contacti g Telecommunications Department of Florida State University Incorporate nto car operating panel

15 Provide high quality vinyl material protection pads and stainless steel pa buttons Install buttons with screws coated with Loctite no 290 tread sealer material t prevent removal without appropriate tools Pads shall also cover the front return panels i which cutouts shall be provided for operating devices

16 Provide stainless steel type 304 with no 4 satin finish 17 Provide any additional features as required by elevator code 18 Clean and polish the entire elevator cab prior to acceptance Cab shall ha e a like new

appearance except for any dents or deep scratches that remain as a resul of the existing damage

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-14

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

19 Furnish and install new cab flooring materials specified elsewhere Before install sheet type elastomeric goods to cover the entire floor area Glue d the plywood

208 ALARM BELL SYSTEM

A Retain the existing emergency alarm bell system provided it will function as

TATE UNIVERSITY

installing the cab wn the sheet to

quired hereinafter If a new alarm bell system is required provide as a requirement of this contract

209 CAR TOP RAILING SYSTEM

A Furnish and install a car-top safety railing system for added protection for ele ator technicians While working on the car top Comply with all code requirements on height a d mounting

210 ELECTRICAL WIRING AND WORK REQUIREMENTS

A Furnish and install new electrical wiring conductors and other wiring as requ red Install new NEC approved conduit conduit fittings electrical pull boxes raceways and du t work were required

B Emergency Car Lighting Provide LED type emergency car lighting system that will automatically illuminate when the normal power supply fails The LED lighting system shall e incorporated into the normal ceiling lighting system by installation of the emergency cab Ii hting system available from Electronic Controls Inc Cape Canaveral Florida Illuminate at least three (3) of the normal lighting fixtures with the emergency lighting system for a period at least four (4) hours after the loss of power Also provide emergency power supply for the larm bell as part of the emergency lighting system

PART 3 - EXECUTION

301 EXAMINATION

A Before fabricating the equipment or commencing elevator installation work i spect the complete hoist way and equipment platform dimensions machinery to be re sed pit area and machine room as constructed or modified verify all critical dimensions and e amine supporting structures and all other conditions under which elevator work is to be installe or performed Do not proceed with the elevator installationrenovation work until all conditi ns have been reviewed and evaluated

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

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-15

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

302 INSTALLATION

A Install new elevator system components and incorporate the equipment that and reused in a completely satisfactory installation

TATE UNIVERSITY

is being retained

1 Work to be performed by completely competent fully trained elevator in tallation personnel in accordance with the requirements of ASME AI71 elevator anufacturers installation instructions and approved shop drawings All elevator mecha ics working on this project shall hold current State of Florida Certificate of Competency license cards The use of temporary or probationary mechanics to perform work as a mechanic is not acceptable on this contract

2 Comply with the National Electrical Code and ASME A175 for elevator el required during installation of this equipment

3 Perform work with skilled workmen under the direct control and supervis on of the Elevator Contractors experienced foreman and superintendent The Owner Arch tect and Elevator Consultant shall reserve the right to interview all employees assigned to ork on this project and require that any unsuitable employees in their sole opinion e removed from the site

4 Mount all moving elevator components on vibration absorbing mounts d signed to effectively prevent the transmissions to the structure and eliminate sour es of structure borne noise from the elevator system

303 FIELD QUALITY CONTROL

A Acceptance testing Upon completion of the elevator installation work and b fore use of the elevator equipment performance acceptance tests are required to demonstr te that the equipment will sustain and lift the loads for which the elevator was initially d signed Test weights shall be provided to perform these tests and must be used to demon trate the performance in the presence of representatives of the Owner Elevator Cons Itant and a State of Florida licensed CEI (QEI) elevator inspector Elevator inspector shall not b a former or current employee of the Elevator Contractor

B Advise the Architect Owner Elevator Consultant and CEllicensed elevator in ector at least five (5) business days in advance of the date and time the testing is to be pe rmed on the elevator equipment

304 ADJUSTING WORK

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

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-16

elevator

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

305 CLEANING

A Before final acceptance remove all protective materials from the finished su the plastic sheeting All of the elevator equipment must be cleaned prior to Fi

TATE UNIVERSITY

ces including al Acceptance

B At completion of the elevator work remove all tools equipment surplus mat rials and the like from the site Remove all trash and debris during the clean-up Thoroughly cI an up all oil spills and residue

307 TURNOVER OF DOCUMENTS TOOLS AND OTHER SUCH REQUIREMENTS

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

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

C Provide at least twelve (12) sets of all elevator keys to the Owner except for t e elevator door keys

308 COMPLETION DATE

A The installation is not considered complete until the complete project has be considered to have been performed in a first-class professional manner and is completely ceptable to the Owner and Elevator Consultant Further all adjustments load tests perfor ance tests and punch-lists must be completed All required documents special tools archiv I information and the like must be turned over to the Owner prior to establishing the final com letion date

B The Owner Elevator Contractor and Elevator Consultant must be in agreeme t as to the completion date and date the warranty shall commence

309 ELEVATOR SCHEDULE

A Number of elevators - One (1) Westinghouse Elevator Company brand elevat r previously

modified by Mowrey Elevator Corporation

B Elevator type - Electric Oil-Hydraulic

C Speed - Approximately 200 feet per minute Set down speed at 180 feet per inute in down

direction with no load on the elevator

D Control system - Omron microprocessor type installed by Mowrey Elevator

E Door type - Center-Opening side-sliding 3-6 wide by 7-0 high

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-17

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

F Warranty - Twelve (2) months after completion and acceptance by the Owner

310 ELEVATOR CONTRACTOR PERFORMANCE REQUIREMENTS UNDER THIS CONTR

A Considering that this is a time if of the essence Contract the expectation

require the Elevator Contractor be mindful of the need for prompt handling

Contract Consequently rigid timelines are being established prior to accepta

B After award of the elevator contract work or issuance of a notice to pro

Contractor shall perform the work as follows

TATE UNIVERSITY

CT

of the Owner do

all aspects of this

ce of bids

ed the Elevator

1 Provide all required submittals shop drawings samples etc within thirty 30) of the

contract award notification

2 Elevator Contractor shall allow ten (10) work days for the review and app val process and

time to return the submittal documents Elevator Contractor is expected 0 travel to the

FSU Campus to the pick-up the approved or approved as noted docu ents and samples

at the location designated in advance

3 Elevator Contractor shall make all necessary arrangements to obtain all m terials to be

installed under this contract including handling appropriate delivery of al such materials to

the work site no later than ten (10) weeks from the date the approval pr cess has been

completed and the required documents are returned to Elevator Contrac or

4 Elevator Contractor shall notify the Owner in seven (7) calendar days adv nce of the exact

date of the elevator being removed from service so that information reg rding the elevator

renovation work can be provided to the building management personnel nd students

5 Any questions regarding the requirements scheduling needs or other con erns shall be

handled by both parties in a manner that should not delay the work sche ule on the site

6 Once the elevator is removed from service the work schedule shall conti ue without

interruption until the project has been completed The Elevator Contract r shall complete

all work on the elevator within eighteen (18) calendar days from the tim the elevator is

removed from service This time period includes all testing adjusting cle ning painting

trash removal and all other associated work In the event the Elevator Co tractor

anticipates requiring additional time to perform the work this work shall e included as

overtime or shift work and shall be included in the bid price

7 When the work is commenced on the elevator no delays wit be accepte by the Owner

unless the delays are caused by fires storms floods civil disruption the

materials labor strikes or similar causes over which neither party has not

8 When Elevator Contractor submits a bid for this work he or she complet y accepts the

requirements of the technical speCifications and the Elevator Contractor

Requirements stated herein

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-18

ontrol

erformance

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

SPECIAL TERMS AND CONDITIONS

A Public Inspection

In accordance with Florida Statutes the ITN shall not be made available for public ins ction until the

University provides notice of a decision or intended decision pursuant to s312053 (5) ) Florida Status

or within 10 days after the opening date whichever is earlier

B Written Communications Required

No negotiations decisions or actions shall be initiated or executed by the Proposer a a result of any

discussion with any University employee Only those communications that are in writ ng from the

University Facilities Purchasing Department shall be considered as a duly authorized e pression on

behalf of the University Also the University will recognize only communications fro Proposers that

are signed and in writing as duly authorized expression on behalf of the Proposer

C Formal Offer

A Proposers written submission in response to the ITN shall be considered as the Pro osers formal

offer The content of the ITN the Proposers submission in response to the ITN and r suiting

contractpurchase order(s) shall be considered the entire agreement between the su essful Proposer

and the University It is understood and agreed that nothing herein is intended or sh uld be construed

as constituting the Proposer as the agent or representative of the University for any p rpose or in any

manner whatsoever The Proposer is and shall remain an independent contractor 0 erating in

accordance with the terms and conditions of the license granted as a result of this Inv ation of

Negotiation

D Interpretations

Proposers shall examine the ITN to determine if the Universitys requirements are de rly stated If

there are any requirements that are too vague or restrict competition the Proposer ay request in

writing that the specifications be changed A Proposer who request change in the sp cifications must

identify and describe the Proposers difficulty in meeting the Universitys specificatio must provide

detailed justification for the change and must provide a recommended change to the specification

Request for changes must be received in the Facilities Purchasing Department by the lose of the

business day not later than the entry note in the Calendar of Events area of this IT as the last to

receive written inquiries regarding the Proposal A Proposers failure to request chan es by the

permissible date shall be considered acceptance of the Universitys Specifications and a waiver of the

Proposers right to protest the ITN on the basis of Specifications The University rese es the right to

determine which changes to the ITN shall be acceptable to the University If required the University

shall issue an addendum reflecting the changes to the INT This addendum shall be s nt to all Proposers

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-19

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

so that each is given the opportunity of submitting proposals to the same Specificatio

Specifications shall be considered the Universitys minimum mandate requirements

E Verbal Communications

TATE UNIVERSITY

Said

Proposers may not consider any verbal instructions as an official expression on the Un versitys behalf

Only written communications Signed by a duly authorized representative of the Facili ies Purchasing

Office shall be considered valid

F Proposal Tabulation

A Proposal Tabulation that serves as the Notice of Award to the Proposer of receivi the contract

award will be posted for review by interest parties at the University Facilities Purchasi g Department on

the day noted in the Calendar of Events area of this ITN and will remain posted for a period of

seventy-two (72) hours Any person who is adversely effected by this University decis on or intended

decisions as detailed above in connection with this ITN shall file a written Notice of rotest with the

Director of Facilities Purchasing Failure to file a Notice of Protest within the 72 hour after the

protested University intended decisions is posted shall constitute a waiver of proceed gs under s120

Florida Statutes A Notice of Protest is considered filed when it is delivered to Facili ies Purchasing

Department 969 Learning Way 114 MMA Tallahassee Florida 32306 during normal ours of operation

of the file a Formal Written Protest and the bond required under Rule 6C-18055(3) lorida

Administrative Code (FAC) with ten (10) days after filing the Notice of Protest in the ccordance with

Rule 6C2-2015(13) FAC shall constitute a waiver of the Proposers right to protest un er s12057(3)(b)

Florida Statutes

G Mandatory Requirements

Any proposal that fails to meet mandatory Specifications stated in the ITN may be rej cted Any

proposal that does not comply with the functional cost or contractual requirements i the ITN may be

rejected In addition to the requirements of paragraph (8) Awards of the General Co ditions on the

Invitation of Negation Commodities Acknowledgment form the University shall not b liable to pay for

information obtained from or through any Proposer prior to issuing the purchase ord r to the successful

Proposer

H Minor Irregularities

The University reserves the right to waive minor irregularities in proposals providing uch action is in

the best interest ofthe University Minor irregularities are defined as those that hav no adverse affect

of the Universitys interest will not affect the amount of the Proposal and will not giv a Proposer an

advantage or benefit not enjoyed by another Proposer

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-20

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

I Format

Each proposal shall be prepared simply and economically providing a straight forward concise

delineation of the Proposers capabilities to satisfy the Specifications of the ITN Fancy binding colored

display and promotional materials are not desired However technical literature and ictures of

proposed equipment should be included in the proposal Emphasis in each proposal ust be on

completeness and clarity of contents To expedite the evaluation of Proposals it is es ential that

Proposers follow the format and instructions contained herein Failure to follow the r quested format

may result in rejections

J Extension Errors

In the event of extension error(s) the unit price will prevail and the Proposers Total er will be

corrected accordingly In the event of addition errors the extended totals will prevail nd the

Proposers Total Offer will be corrected accordingly Proposers must check their Prop sal for any such

errors and state the discount(s) where applicable

K University Point of Contact

The Proposers pOint of contact for all matters relating to this ITN is

Betty-Jean (BJ) Lewis

Florida State University Facilities Purchasing Department

969 Learning Way 102A MMA

Tallahassee Florida 32306

Fax (850) 644-5071

E-mail blewisadminfsuedu

Written questions on this ITN must be submitted to Betty-Jean (BJ) Lewis Questions ust be received

by the date listed for that event in the Calendar of Events After that date no inqui ies regarding the

Proposal oral or written will be accepted

L Contractor Point of Contact

Each Proposer shall identify in its submittal the single point of contact for all matters elation to the

response

M Proposal Materials

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-21

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

The materials submitted in response to this ITN become the property of the Universit upon delivery to

the Facilities Purchasing Department All of the materials will considered as part of th ITN and will be

subject to review as public records 10 days after the ITN is opened or an award is mad whichever

occurs first

N Proposal Rejection

The University shall have the right to reject any or all Proposals and in particular reje a Proposal not

accompanied by data required by the ITN or Proposal in any way incomplete or irreg ar including

omissions of pricing Conditional Proposals will not be accepted

O Conflict Between Document

If any terms and conditions contained within the documents related to this ITN are in onflict with any

other terms and conditions contained therein then the various documents comprisin this ITN as

applicable shall govern in the following order of the precedence AmendmentChange Order Addenda

ITN Terms and Conditions ITN Specifications ITN Responsibilities general conditions f the ITN

Proposal

P Additions Deletions Substitutions

Should the University find it necessary to supplement modify correct or interpret an portion of the

ITN during the Proposal period such action shall be taken by issuance of a written Ad endum to the

documents distributed to all known prospective Proposers Addenda will be issued no less than seven

(7) calendar days prior to the date scheduled for receipt of Proposals

Q Interpretation

Neither interpretation of the meaning of the ITN documents nor any corrections of a biguity

inconsistency or error will be made to any Proposer orally All such communications ill be in the form

of written addenda as issued by the Selection Community Only written addenda issu d by the Selection

Community shall be binding Proposers are advised that no other source is authorize to accept or give

information concerning explain or interpret the ITN

R Addenda Acknowledgment Form

Any addenda issued by the University to participating Proposers shall include an Add nda

Acknowledgment Form This form shall be signed by a company representative dat d and returned to

the University by the date specified in the Calendar of Events for Proposals to be 0 ned

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-22

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

S Amendments

Any amendments alterations or modifications to the contract resulting from this ITN ust be in the

form of a change order to the original contract and have the written approval of the F cilities Purchasing

Department and must be signed or initialed and approved by the same signatories not d on the ITN

T Assignment

Under no circumstances shall the successful Proposer assign to a third party any right r obligation of

successful Proposer pursuant to this Proposal without prior written consent of the Uni ersity If the

successful Proposer is or during the term of the contract resulting from this ITN beco e an individual

on the payroll of the State of Florida successful Proposer represents that he or she ha complied with all

applicable provisions in the Florida Statutes and Florida Administrative Code regardin outside or dual

employment and compensation

U Jurisdictional Applicability

Applicable provisions of all federal State of Florida county and municipal statutes la s ordinances

rules and regulations shall govern Proposal submitted hereto and any resulting contra t Lack of

knowledge by any Proposer shall not constitute a cognizable defense against the legal effect thereof

Disputes arising from or in connection with the contract shall be determined before Florida court of

competent jurisdiction or through an applicable administrative proceeding whichever s appropriate to

the circumstances under Florida law In the event that either party is required to obta n any permit

license or authorization as a prerequisite to performing its obligation under the contr ct the cost shall

be borne by the party required to obtain the permit license or authorization

V Governmental Restrictions

In the event any governmental restrictions may be imposed which would necessitate Iteration of the

terms of the contract resulting from this ITN it shall be the responsibility of the succe sful Proposer to

immediately notify the University in writing indicating the specific regulation which r quires the

alteration The University reserves the right to accept any such alteration including a y fee adjustments

occasioned thereby or to cancel the contract at no expense to the University

W Negotiation

In the event services are required to be performed or equipment required to be purc ased that are not

set out in the ITN but are within the general scope of the reqUirements the Universi and the

contractor hereby reserve the right to negotiate the terms covering the required serv ces or equipment

not to exceed $25000 per itemoccurrence

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-23

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FlORIDA TATE UNIVERSITY

X Additions Deletions and substitutions

The University reserves the right to add to or to delete any item from this ITN on a per odic basis as

necessary when deemed in the best interest of the University The contractor is respo sible for

submitting requests for such changes on a timely basis with sufficient documentation 0 allow

evaluation of the request When items are approved and added to the contract the c ntractor shall

maintain those items on the contact for a minimum of 120 days and sufficient quantit to accommodate

reasonable request or make provisions to offer substitute items as outlined in this sec ion

The University will consider substitutions for discontinued items provided that substit te items have

equivalent or greater featurescapabilities and shall be offered at the same or lower p ice as the item

replaced The University reserves the right to accept or reject substitutions

The University will consider the addition of newly released items provided that those i ems are offered

at the same percentage discount as similar items on the contract

The University will consider changes to contract items provided revisions are in accor nce with the

conditions and Specifications contained in this ITN The University reserves the right t accept or reject

changes proposed by the contractor

Y Equal Opportunity

The Contract must al all times during the term of the contract be in compliance with a I federal state

and local laws rules and regulations relating to the nondiscrimination clause containe in Section 202

Executive Order 11246 as amended by Executive Order 11375 relative to equal Empl yment

Opportunity for all person without regard to race color religion sex or national origi and the

implementing rules and regulations proscribed by the Secretary of Labor are incorpor ted into the terms

and conditions of this ITN

Z Governmental Action

It is mutually agreed that if at any time during the term of the contractual agreement he Contractor is

required to make extensive program changes as a direct result of any determination r action by any

applicable Federal State or Local Government authority the University will be willin to negotiate any

cost increase necessitated by such changes subject to availability of funds Any nego iated price

increase may not be implemented until a contract amendment signed by both parties is processed

through the Florida State University Facilities Purchasing Department

AA Travel

Travel expenses included in any contractpurchase order resulting from this ITN must e in accordance

with Section 112061 Florida Statutes

DCSI 010811 ElECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-24

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

BB Parties to the Contract

Parties to the contract will be the University and the contractor Payment will only be ade to the

contractor and in the name as it appears on the Proposal submitted and the resulting ontract

Cc Contractors Insurance

The Contractor shall not commence performance in connection with the contract unti he has obtained

all the following types of insurance and such insurance has been approved by the purc aser nor shall

the Contractor allow any subcontractor to commence work on his subcontract until all similar insurance

required for the subcontractor has been so obtained and approved All insurance poli ies shall be with

insurers qualified and doing business in Florida and with an AM Best rating of no les than AX The

purchaser shall be furnished proof of coverage of insurance by certificates of insuranc accompanying

the contract documents and shall name the Florida State University and Florida Board f Trustees as an

additional name insured The insurer shall provide 30 days written notice to the certi cate holder if a

policy is to be canceled before the expiration date thereof

The purchaser shall be exempt from and in no way liable for any sums of money that may represent a

deductible in any insurance policy The payment of such deductible shall be the sole r sponsibilityof

the Contract andor Subcontractor providing such insurance

1 Workers Compensation Insurance

The Contractor shall secure and maintain during the life of this agreement Workers mpensation

Insurance for all his employees connected with the work of this project and in case a y work is sublet

the Contractor shall require the subcontractor similarly to provide Workers Compens tion Insurance for

all the latters employee unless such insurance shall comply fully with the Florida Wor ers

Compensation Law In case any class of employees engaged in hazardous work under this contract at

the site of the project is not protected under Workers Compensation statute the Co tractor shall

provide and cause each subcontractor to provide adequate insurance satisfactory to he purchaser for

protection of his employees not otherwise protected

2 Contractors Public Liability and Property Damage Insurance

The Contractor shall secure and maintain during the life of this agreement COMPREH NSIVE GENERAL

L1ABNILITY AND COMPREHENSIVE AUTOMOBILE LIABILITY INSURANCE as shall protec him from claims

for damages personal injury including accidental death as well as claims for propert damages which

may arise from operations under this agreement whether such operations be by him If or by anyone

directly or indirectly employed by him and the amounts of such insurance shall be th minimum limit as

follows

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-25

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

1 Body Injury Liability $1000000 each acci nt

2 Auto Property Damage Liability $ 500000 each accid nt

3 Property Damage Liability- $1000000 each acci ent

(other than automobile) $1000000 aggregate operation

$1000000 aggregate protective

$1000000 aggregate contractual

Insuring clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended to provide coverage

on an OCCURRENCE basis

3 xcu (Explosion collapse underground damage) -the contractors liability P icy shall provide

xcu coverage for those classifications in which they are excluded

4 Contractual Liability - work contracts - The contractors liability policy shall co er such contracts

when they are affected

5 Subcontractors Public Liability and Property Damage Insurance

The Contractor shall require each of his subcontractors to secure and maintain during he life of this

contract insurance of the type specified above and insures the activities of his subco ractors in his

policy as specified above

Qualifications

All insurance poliCies shall be with insurers qualified and doing business in Florida

Proof of Insurance

Proof of insurance for all of the specified types and limits in the form of original Certif cates of Insurance

shall be delivered to the Facilities Purchasing Department within ten (10) days of exe tion of the

contract In lieu of original certificates certified copies of the actual policies may be f rnished

Whether certificates or policies are furnished the Florida State University and the Bo rd of Trustees

shall be deSignated as additional named insured Each such copy or certificate shall c ntain a valid

provision or endorsement that the policy may not be canceled terminated changed r modified

without giving thirty (30) days written advance notice thereof to the Universitys repr sentative A

renewal policy or certificate shall be delivered to the University at least thirty (30) da s prior to the

expiration date of each expiring policy If at any time any of the policies shall be or b come

unsatisfactory to the University as to form or substance or if any of the carriers issui g such policies

shall be or become unsatisfactory to the University Contractor shall promptly obtain a new and

satisfactory policy in replacement upon such written notice from the University

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-26

DIFFENBAUGH BUILDING PHASE I ELEVATOR NO 24516 FLORIDA

Original Copy

If determined necessary by the Universitys representative the Contractor shall delive

Universitys representative upon demand the original of any policy shall be returned t

Deductibles

The University shall be exempt from and in no way liable for any sums of money that

deductible in any insurance policy The payment of such deductible shall be the sole r

the Contractor andor subcontractor providing the insurance

DD Liability

The following Special Conditions supersedes General Conditions Number 21 Liability

to Negotiation Commodities Acknowledgment form

Contractors entire liability and the Universitys exclusive remedy shall be as follows

In all situations involving performance or non-performance under this Agreement th

be entitled to actual damages to the limits set forth in this provision

Contractors liability for damages to the University for any cause whatsoever and reg

TATE UNIVERSITY

to the

Contractor

may represent a

sponsibility of

n the Invitation

University shall

rdless of the form

of action whether in contract or in tort including negligence shall be limited to the gr ater of $100000

or the contract price stated herein for damages that are the subject of matter of or a e directly related

to the cause of action The foregOing limitation of liability will apply to

bull the payment of the cost of damage awards pertaining to patent and copyrigh indemnity or to

bull claims for re-procurement costs or the cost of cover pursuant to Rule 6C220 5(20) of the

Florida Administrative Code or to

bull claims for personal injury or damage to real or person property caused by Sel rs tortuous

conduct

Contractor shall hold and save the University harmless for any and all suits and judgm nts against the

State for personal injury or damage to real or personal property caused by Contracto s tortuous

conduct in the performance of this Agreement provided that

bull the University promptly notifies the Contractor in writing of any claim and

bull the Contractor shall be given the opportunity at its option to participate an associate with the

University in the control defense and trial of any claim and any related settle ent negotiations

and provided further that with respect to any claim or portion thereof for hich Contractor

agrees at the initiation of such claim that Contractor shall save an hold the U iversity harmless

Contractor shall have the sole control of the defense trial and any related se lement

negotiations and

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-27

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

bull the University fully cooperates with the Contractor in the defense of any claim

In no event however will Contractor be liable for

bull any damages caused by the Universitys failure to perform the Universitys res onsibilities or

for

bull any lost profits or other consequential damages even if Seller has been

advised of the possibility of such damages or for

bull any claim against the University by any other party e ept as provided

in the hold harmless provision of the preceding parag aph of this

provision and except as provided in Paragraph 18 of t e General

Conditions Patents and Royalties on the Invitation 0 Negotiation

Commodities Acknowledgment form or for

bull any damage caused by performance or non-performa ce of machine or

programming located outside the United State or Pue 0 Rico

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-28

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

SPECIAL TERMS AND CONDITIONS Payment shall be made in accordance with s 215422 FS which provides that agencies have 5 working days to inspect ampapprove goods ampservices unless bid specifications r the PO specifies otherwise If payment is not available within 40 days measured from t e latter of the date the invoice is received or the goods or services are received inspected an approved a separate interest penalty set by the Comptroller pursuant to s 5503 FS will b due and payable in addition to the invoice amount To obtain the applicable interest rate please contact the University Facilities Payables and Disbursements Section at (850) 644-047 Invoices returned to a vendor due to preparation errors will result in a payment elay Interest penalties of less than $1 will not be paid unless the vendor requests payment The payment period does not begin until all terms of the contract (including shi ping and billing instructions exactly as they are specified on the purchase order) hav been met and a properly completed invoice is provided the University The university reserve all administrative contractual and legal remedies against the contractor or vendor ho breaches any of the contract terms The employment of unauthorized aliens by any contractor is considered a viola ion of Section 274A(e) of the Immigration and Nationality Act If the contractor knowingly emp oys unauthorized aliens such violation shall be cause for cancellation of this purch se order Acceptance of this order serves as certification that the vendor or its principals (a) are not presently debarred suspended proposed for debarment declared ineligible 0 voluntarily excluded from covered transactions by any federal department or agency (b) ve not within a three-year period preceding this proposal been convicted of or had a civil judg ent rendered against them for commission of fraud or a criminal offense in connection with 0 taining attempting to obtain or performing a public (federal state or local) transaction r contract under a public transaction violation of federal or state antitrust statutes or commissio of embezzlement theft forgery bribery falsification or destruction of records rna ing false statements or receiving stolen property (c) are not presently indicted for or oth rwise criminally or civilly charged by a government entity (federal state or local) with commissi n of any of the offenses enumerated in paragraph (b) of this certification and (d) have not wit in a three-year period preceding this applicationproposal had one or more public transactions federal state or local) terminated for cause or default 52249-5 (a)-(f) Hazardous Material Identification and Material Safety Data When subcontract involves hazardous material Utilization of Small Business Concerns and Small Disadvantaged Business Concerns Walsh-Healey Public Contracts Act 52219-8 52222-20 Employment if the subcontract amount 52203-7001

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-29

Page 3: Invitation to Bid (ITB) til the dates - FSU Facilities · Invitation to Bid (ITB) ... Elevator renovation work includes, but is not limited to, ... hands-free telephone instrumen

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 FAC24516-11

DATE February 10 2011 LOCATION 969 Learning Way 102AMMA

TIME 1000 AM EST

PROJECT Elevator Renovation Diffenbaugh Bldg

COMPANY NAME

CONTACT PERSON

-----------------------------------shyPHONE NUMBER FAX NUMBER

E-MAIL ADDRESS

BASE BID __________________

Print Individual or Firm Name (Apply Seal if Corporation)

SIGNATURE ______________________

TITLE ___________________________

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORID STATE UNIVERSITY

INVITATION TO BID (ITB) Bid FAC24516-11

SECTION 14221- ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION W RK

PART 1-GENERAL

101 SUMMARY

A Section Includes Renovation work on One (1) existing Westinghouse Elevato Company brand electric oil-hydraulic passenger elevator identified by State of Florida serial 24516 The renovation work on this elevator includes all necessary tools ladders scaffol ing labor materials supervision and all work specified hereinafter Refer to any attach d Bidding Instructions General Conditions and any Special Conditions for instructions r requirements pertaining to complete site examination pre-bid conference or inspection p ject schedule submittals working hours and schedule as well as all other project requirem nts associated with this contract Elevator renovation work includes but is not limited to t e following 1 Provide new Highest quality stainless steel elevator cab enclosure inclu ing applied wall

panels handrails bumper rails exhaust blower door panels and other ca features Include electrical contact assembly on emergency exit to prevent cab from opera ing unless the emergency exit is closed and locked

2 Provide new Car door hanger equipment and door track car door conta t assembly door relating cables and hardware car door clutch assembly and door restrict r assembly which complies with applicable codes The door tracks and hanger equipment s all be coated to reduce potential for rust and corrosion

3 Provide new Door operator machine equipped with complete controls loop electronic control system and hardware

4 Provide new Car operating panelcontrols complete with Phase II Fire ens Operation service cabinet floor selection buttons (provide any security lockout key itches as may be required by Owner) door control buttons and 115 volts AC duplex outlet operating certificate frame in service cabinet door hands-free telephone instrumen speaker grill for future intercommunication system and other features as required herein fter

5 Provide new Electronic screen type door protection system with Panac orne feature and 3-D operation

6 Provide new Top of car operating station that complies with the ASME A 71 Safety Code 7 Provide new Accessibility provisions for physically handicapped or disabl d persons inside

the elevator cab assembly 8 Provide new Painting work as specified hereinafter 9 Provide new Railing for the top of the elevator car as required byelevat r code 10 Provide new Any other devices or equipment that is required in connectl n with the cab

replacement to replace any existing equipment or is newly required by t ASME A171shy2004 Safety Code for Elevators and Escalators including all addenda publi hed for that code edition

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-1

frame shown in

s for the

quipment car r top inspection

DIFFENBAUGH BUILDING PHASE I ELEVATOR NO 24516 FLORID STATE UNIVERSITY

11 Provide all other elevator work tools materials supervision coordinatio and systems required to restore the elevator system to proper and complete operatio as well as that required by the elevator and other applicable codes

12 Provide warranty as specified hereinafter 13 Provide all safety related work including full height barricades at any op ing where work is

being performed all safety protection for all workmen students and Owers employees while the Elevator Contractor is on the site No open hoist way openings re to be left unattended at any time Openings are required to be locked at all times nless being utilized by employees of the Elevator Contractor Safety is extremely crit al in this building and all safety provisions are subject to approval by the Owner Project M nager and Elevator Consultant At the end of each workday all hoist way and mach e room areas must be secured to prevent unauthorized entry

102 SUBMITTALS

A Submit all shop drawings and submittals to Owner as directed within the ti the bid documents All approval related materials should be submitted at th not in a piecemeal fashion

B Product data Submit product data andor shop drawings cuts and similar it following items (Provide six 6 copies of each 1 Elevator car enclosure door hanger and track equipment door operator

door clutch electronic type door protective screen cab exhaust blower station and related items

2 Car operating panelfront return with pOSition indicator 3 LED emergency car lighting system components

C Shop drawings (Provide six 6 copies of all shop drawings) 1 Show equipment arrangement in the cab including sizes metal gauges e c

D Finish Selection Submit cab material samples cab wall panel finish samples nd cab flooring materials for approval Provide five (5) samples of each item for approval ad quately marked as to the location for the material The samples shall include the type 304 sta less steel with no 4 satin finish for all locations Additionally samples of the finish on the c b wall removable panels shall be provided Sizes of the samples shall be approximately 4 or la er square or rectangle All of the samples shall be provided to the Architect or Owner as d rected in the bid documents

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

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION RK 14220-2

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORID STATE UNIVERSITY

F Operation amp maintenance equipment and other such data (specifically desig ed for this project) shall be submitted to the Owner including the following items 1 Provide four (4) copies of all elevator equipment installation adjustment instructions

maintenance recommendations parts lists lists of recommended spare arts and troubleshyshooting instructions protection devices door restrictor device and any ther electrical and mechanical equipment required under this contract Provide the four (4) copies of all of this information in heavy duty oversized three (3) ring binders which must e project specific in terms of details Include reduced size lias-built electrical wiring diagr ms in the project manuals Include electrical drawings and lists of all fields wiring pull she ts or wiring connections used throughout the elevator system

2 The four (4) copies of the project manuals must also include all of the ne ssary information necessary for reliable elevator contractor to efficiently trouble-shoot ma ntain service adjust parameters test or otherwise evaluate and suitably alter perform nce of the new equipment including door operator and signal fixture This information all include all necessary SIM cards (one copy of these cards for each elevator) passwor s legends reference codes key words descriptions that activate the diagnostic po on of the controllers door operators and other control devices The manuals shall include all necessary instructions on how to change the parameters that impact sa~ y of operation during normal operation and during scheduled testing of the equipment

3 Provide one (1) archival copy of any computer chips SIM cards other pro rammed items or devices or software type programs to the Owner for future use that are required to restore the elevator equipment to normal operation adjustment testing parameter adjustment or other related work whatsoever after a door operator part replacement lightning strike power surge or if any of these items may be needed for a y such event If any changes occur to the software or programming during the one (1) ye r warranty and maintenance period a revised set of software or electronic chips shall be rovided to the Owner automatically and without any charge to the Owner

4 Provide one (1) complete set of reproducible as-built electrical wiring iagrams on either heavy gauge Mylar materials or 24 pound high rag content paper printe with black on white paper background Include any revisions to the elevator controller iring diagrams These drawings shall be presented in a heavy gauge paper or plastic roll ith screw-on top labeled for the elevator project

5 Provide one (1) complete set of as-built electrical wiring diagrams mea uring 85 by 11 or 85 by 14 designed for mounting on a sturdy wall rack to be mounte on the wall of the elevator machine room All drawing pages shall be laminated with cle r plastiC to protect the drawings while being used to trouble-shoot the elevator equi ment 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 adju tment tools that are necessary for efficient maintenance adjusting testing and trouble-sh oting work on any of the elevator electrical control equipment including that of the door op rator or other electronic components These tools shall be electronically serialized for t is project and not usable on any other elevator equipment

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION RK 14220-3

DIFFENBAUGH BUILDING PHASE 1 ElEVATOR NO 24516 FLORID STATE UNIVERSITY

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

103 QUALITY ASSURANCE

A Manufacturer Qualifications An approved manufacturer regularly engaged i manufacturing elevator equipment of the type required for this project 1 The manufacturer of the new or replacement components must be a fir

listed among the prior approved manufacturers 2 The major parts of the elevator equipment shall be manufactured in No America 3 The manufacturer shall have a documented on-going quality assurance rogram 4 Only new components shall be acceptable No rebuilt reconditioned or sed equipment is

to be brought onto this worksite by the Elevator Installer The only previ usly used equipment components are the items clearly identified hereinafter

B Elevator Contractor Qualifications The Elevator Equipment Manufacturer financially owned organization of the Elevator Equipment Manufacturer (elevator install tion contracting and elevator maintenance firm organization) shall have no less than ten (10) ears of satisfactory experience installing and maintaining elevator equipment equal i character and performance in the Tallahassee area of Florida Submit with the bid a list of t least ten (10) similar or equal renovationmodernization projects and ten (10) electric oil-h draulic elevator maintenance contract accounts along with the names addresses and phone umbers of the Architects and Owners Additionally submit with the bid the building contac names addresses and phone numbers All such locations shall be within 50 miles of the Florida tate University Campus and are subject to review and evaluation by the Owner and Elevator onsultant prior to award of the elevator renovation contract

Elevator Contractor must already have a well established elevator sales main enance and repair office or facility within ten (10) miles of the campus of Florida State Universit prior to bidding on the work required for these elevators Response time to call-backs and e rgency repairs is highly critical to the Owner

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION RK 14220-4

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORID STATE UNIVERSITY

C Regulatory Requirements 1 ASME A171-2004 Safety Code for Elevators amp Escalators including all pu lished addenda 2 Florida Building Code 2007 Edition 3 NFPA 70 Latest Edition 4 ASME A175 Code for Elevator and Escalator Electrical Equipment latest 5 Americans with Disabilities Act - Accessibility Guidelines (ADAAG) 6 Florida State 399 Chapter 30 Florida 4A-47 Florida Chapter 61-C5 Elevat r Safety Code 7 AWS Standards - American Welding Society latest requirements 8 Any other State Federal or Local requirements include fire life safety an other codes

D Inspection and Testing Elevator Contractor shall obtain and pay for all requi ed inspections installation or alteration permits and fees associated with the elevator work der this contract 1 Secure all State of Florida required permits and pay all associated fees 2 Arrange and pay for the required inspections and tests to be performed i the presence of a

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

3 Copies of all such documents shall be submitted with the turn-over docu quantities required

104 DELIVERY STORAGE HANDLING SCHEDULING AND SITE RENOVATION WORK

A Deliver elevator materials components and equipment in manufacturers pr tective packaging All packaging and related refuse shall be properly disposed of at the expense f the Elevator Contractor

B Store materials in a dry protected area Protect and handle the materials in a cordance with manufacturers recommendations to prevent damage to materials Elevator ontractor shall arrange and pay for all off-site storage facilities that he may need in the exec tion of this contract The Owner shall not incur any additional costs for storage demurr e handling or other material related storage expenses Protected storage at the building is xtremely limited consequently the Elevator Contactor should anticipate the need for off-site s orage for the elevator related materials

C Equipment not being retained and reused in the execution of this contract sh II be promptly removed from the site at the sole expense of the Elevator Contractor The m terials removed from the elevator systems shall be regularly removed from the building and n t 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 at er elevator located on the Florida State University Campus

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION RK 14220-5

DIFFENBAUGH BUILDING PHASE 1 ElEVATOR NO 24516 FLORID STATE UNIVERSITY

D Elevator work on this project shall be performed on a one (1) shift per day 0 e (1) crew per elevator five (5) days per week except on legal holidays as may be applicabl due to union or other agreements Full cooperation of Elevator Contractor is expected and r quired in order to keep the project execution time to the minimum required for this type of ren vation project Working in concert with other trades in the coordination and performance 0 the work is absolutely necessary

E The Elevator Contractor shall be responsible for any demolition and repairs a ociated with delivery and installation of the elevator equipment Sufficient care must be t ken by the Elevator Contractor to protect the building structure systems walls roof an surrounding surfaces from damage

F This is a tltime is of the essence contract

G Adequate safety barriers shall be installed by the Elevator Contractor in the ist way between the elevators to protect all such employees from exposure to the elevator e uipment in the opposite hoist way area

105 PROJECT CONDITIONS

A Prohibited Use The elevator shall not be used for construction purposes or ublic conveyance until the elevator renovation work has been completely finalized and approv by Architect or Owner and Elevator Consultant

B Painting Except as otherwise indicated in the elevator technical specificatio s the following painting work shall be required by the Elevator Contractor 1 Paint all of the car frame equipment platform steel members stiles and r lated equipment

prior to installing the new cab equipment 2 All painting except low odor paint applications shall be performed by th Elevator

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

106 WARRANTY

A Warranty certificates Submit elevator manufacturers and Elevator Contract rs type written project warranty certificates agreeing to repair restore or replace materials ving defects in the elevator work and materials furnished under this contract including all as ociated labor and materials that are reworked replaced or reconditioned as a requirement of t is contract Warranty also requires that the door operator eqUipment receive the necess ry adjustments required to comply with these specifications The warranty shall be for a peri d of at least twelve (12) months from the date of Final Completion of all elevator work inc uded in this contract The date of the Final Completion shall be as determined by repres ntatives of Elevator Contractor Owner and Elevator Consultant

DCSI 010811 ElECTRIC OIL-HYDRAULIC PASSENGER ElEVATOR RENOVATION RK 14220- 6

DIFFENBAUGH BUILDING PHASE I ELEVATOR NO 24516 FlORID STATE UNIVERSITY

B Any adjustments repairs or otherwise needed work shall be performed by th Elevator Contractor as soon as possible after the problem is reported to the Elevator ontractor The Elevator Contractor shall be on site to make the needed repairs or adjustme s within one (1) hour 247 including holidays after the problem is reported

C Non-warranty parts and equipment The only parts or equipment that the EI vator Contractor shall not be required to furnish as part of his responsibility are those made n cessary as a result of major acts of vandalism fire floors windstorm civil disturbances or othe major losses Repairs made necessary by minor acts of vandalism abuse or misuse are to included in the work to be performed by this Elevator Contractor

PART 2 - PRODUCTS

201 MANUFACTURERS

A Manufacturer Only products manufactured by the following manufacturers ill be acceptable

on this project and the named products are subject to complete compliance ith the technical

speCification requirements listed hereinafter

1 Otis Elevator Company

2 Schindler Elevator Corporation

3 ThyssenKrupp Elevator Corporation

The following equipment component manufacturers are afforded prior appro ai subject to

complete compliance with the technical specifications

4 Elevator Components Inc model VFE 2500-HL or HH (closed loop heavy uty type linear or

harmonic door operator interlocks door tracks and door hanger equipm nt)

5 Janus Elevator Products (door safety detectors only)

6 Elevator Cabs Inc Tyler Elevator Products Gunderlin Ltd E-Cab Archit ctural Elevator

Cab Interiors Snap Cabs (elevator cab interior work)

7 Innovation Industries Inc Elevator Products Corporation Monitor Contr Is (vandal

resistant signal fixtures

8 Electronic Controls Inc (LED type emergency lighting system controls)

9 Pratt amp Lambert Sherwin -Williams Martin Senour (paints)

10 Rath Microtech (car emergency telephones)

11 GAL (door tracks door hangers door relating equipment and door closers only)

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION RK 14220-7

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORID STATE UNIVERSITY

B Substitutions Elevator Contractor may substitute other manufacture of elevator cab materials subject to the following 1 The Elevator Contractor must agree to an inspection of the products by wner Architect

and Elevator Consultant after assembly but prior to shipment Any de cts in materials or workmanship must be corrected prior to shipment to the site

2 Substitutions must fully comply with all technical requirements elevat r code quality and fit and all other aspects of these specifications

3 No substitutions of material grades finishes and other details will be ac pted 4 The Elevator Contractor shall be responsible for paying all associate costs for Owner

Architect and Elevator Consultant to visit the production plant to evaluat the products 5 No time extension will be permitted in the installation schedule du to substitution of

products manufacturers

202 MATERIALS1 GENERAL

A Materials patterns and finishes As selected by the Architect from the man facturers patterns and finishes for this project

B Steel 1 Shapes and bars ASTM A 336 2 Sheets ASTM A 336 cold rolled sheet commercial quality class 1 matt finish and

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 y Architect

D Aluminum 1 Sheet and plate ASTM B 209 alloy 6063-752 2 Extrusions ASTM B 221 alloy 6063-T52

E Finish flooring on platforms Supplied and installed by Elevator Contracto The Owner shall select materials for flooring The flooring shall be the same product or eq I to that which is installed in the other elevator in the adjacent section of the building

203 HOIST WAY AND MACHINE ROOM EQUIPMENT

A Platform The existing platform shall be retained and reused with the follow g work 1 Install new elastomeric type underlayment for installation of new floorin materials 2 If the platform has a plywood subfloor the top layer of plywood shall be placed under this

contract New plywood shall be W thickness high quality material with xterior glue 3 Clean and paint all of the metal on the platform assembly 4 Tighten all bolts and fastenings 5 Owner will not accept any additional charges associated with reuse of th

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-8

L

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORID

B Car sling Equipment The existing car sling and related hardware shall be reta Include the following work 1 Clean and paint all of the equipment 2 Adjust the brace rods as necessary 3 Owner will not accept any additional charges in connection with repairs

reconditioning of the safety equipment

C Guide rails The existing car guide rails shall be retained in their present locat

D Guides The existing guide assemblies shall be cleaned and retained

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

F Hydraulic Cylinder The existing cylinder shall be retained and reused

G Hydraulic Piping Retain and reuse

H Hydraulic Pumping Unit Retain and reuse Make required adjustments aft door operator equipment is installed

I Elevator Controller System Make required alterations to the wiring and com controller to accommodate the new door operator direction indicators on ca panel equipment

J Automatic terminal limits and directional limits The existing equipment retained and reused

K Automatic self leveling The existing leveling devices and equipment sh reused

Door operator machinery The existing door operator shall be removed completely new door operator equipment with the following design and feat 1 Heavy-duty gearless type harmonic motion design 2 Heavy-duty drive motor shall be alternating current type Motor shall be

model designed for long life service 3 Precise encoder on the drive motor shaft 4 Completely closed-loop design system 5 Door position recognition 6 Door velocity regulation 7 Door motor current monitoring control and regulation S Door closing pressure regulation Set door pressure at lS-20 pounds

STATE UNIVERSITY

ned and reused

placements or

on

r the new cab and

onents of the and car operating

all be completely

I be retained and

nd replaced with

2 horsepower

9 Immediate door reversal shall occur if preset closing door is obstructed fr m closing and door pressure of lS-20 pounds is exceeded for any reason

10 Include elevator code required car door restrictor device to prevent ope ing car door more than 4 when the car is outside the designated landing zone

DCSI 010S11 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-9

DIFFENBAUGH BUILDING PHASE I ELEVATOR NO 24516 FLORID STATE UNIVERSITY

11 Include high quality car door clutch assembly or suitable similar devices to unlock the hoist way doors

12 Door obstruction warning If door opening is obstructed for 15 secon (adjustable timer design of 12 to 30 seconds) an audible warning shall occur and continu to sound until the doorway is cleared however doors do not close When the door openin has been cleared the door shall close at normal speed

13 Door close watchdog If the doors are closing but do not compl tely close after a programmable time period the doors will recycle open for twelve (12) ti es to try to correct the fault before the elevator is automatically removed from se ice The recycling program shall be adjustable for up to 20 times

14 Door close assist When the doors have failed to fully close and are in th recycle mode the door drive motor shall have increased torque applied to possibly overc me 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 c II assignment (not coincidental call) the current door open time is changed to a shorter eld programmable time when the electronic door detection system is activated by a passen er passing through the doorway

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

17 Door operator control equipment without all of these features shall not acceptable 18 Door opening time measured from door closed position shall be 18 sec nds 19 Door closing time measured from door open position shall be 23 secon

M Door safety screen Replace existing door protection with new detector devi e The elevator car doors shall be equipped with high quality electronic type door safety screen qual in design and manufacture to that of Janus Elevator Products Inc The electronic safety creen device shall have both 3-D and Panachrome features built in to the system The Panachr me system shall feature green lighting mounted vertically along the edge indicating it is safe to enter the doorway and orangered lighting to indicate that the doors are ready to clo e or in the process of closing All electrical connections for this equipment shall be mounted 0 the car top out of reach of unauthorized persons Provide a defeat switch for the 3-D portion the safety screen for use if the Owner elects to turn off that portion of the screen operation

204 HOIST WAY ENTRANCES

A Doors The existing center-opening side-sliding type door panels shall II be retained and reused

B Frames The existing hoist way door frames shall be retained

C Headers fascia toe guards and dust covers The existing headers fascia t e guards and dust covers shall be retained and reused under this contract

D Interlocks The existing interlocks and interlock release mechanisms sha I be retained and reused Make any needed repairs to the interlock release mechanisms and in erlock assemblies

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-10

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA STATE UNIVERSITY

E Door hangers tracks relating equipment and door closers The existing equipment in this category shall be retained and reused

205 ELECTRICAL CONTROL SYSTEMS

A Elevator single car control system The existing elevator controller system s II be retained and reused Make any required modifications to accommodate the new door perator controller car direction indictors and car operating panel system

B Top of car inspection station Completely new elevator code approved ar top inspection stations shall be installed on the top of each elevator The station shall contain all of the necessary operating devices required by code Locate the car top operating tation in position that will allow the elevator maintenance technician to gain control of the el vator car from the landing without the need to step on the car to access the car top station rovide two (2) car top lights for illuminating the work area One (1) light shall be mounted 0 a self coiling cord arrangement 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 fluorescen type equal to 150 watts output Suitable lamp guards are required Include a duplex type GFCI rotected electrical outlet

206 ELEVATOR OPERATING AND SIGNAL DEVICES

A Car operating station or panel The existing car operating panel shall be totall completely replaced with all new equipment of the following design 1 Full height and width swing panel and entrance column type panel compl te with heavy

duty type locking devices and adjustments to alleviate rattles and warpin Design the full swing type front return panel to permit a custom design appearance Inst II a suitably sized recessed metal box to enclose the signal devices behind the front return

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 cen r jewels for illumination with red LED lamps Match the button designs in the other el vator in the same building

3 Lower portion of operating station shall have door control buttons keyed alarm button Alarm button shall have a center jewel that illuminates red pushed

4 Electronic chime to indicate passing of floors 5 Provide an elevator car overload jewel and audible alarm This feature sh

operational until the elevator is completely modernized with new control

14220-11

6 Upper portion of the control station shall contain a tight fitting stainless st el cabinet door covering the firemens control buttons and features Door shall have a 10 that meets the latest fire code requirements Phase II operation instructions shall be lam ated to interior of the cabinet door The sub-plate and features inside the cabinet shall c ply with the control features that currently exist In the future the features shall be u -dated to comply with the ASME A171 Safety Code at the time of the elevator renovation

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION

quipment

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA STATE UNIVERSITY

7 Include firemens jewel that flashes when fire or smoke is in the machine oom or hoist way If this feature can be made operational at this time the flashing light shall be made to operate Otherwise the jewel shall be available for future use when the ntrol equipment is replaced

8 Include engraving for elevator serial number at the top of the panel 9 Below the elevator numbers locate a digital type car position indictor an

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 nd with 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 instruction p te for operating the phone The phone shall be Rath-Microtech brand amp model that fully mplies with the equipment currently being used by Telecommunications Department Flo ida State University Verify the design requirements prior to purchase of the phon equipment

12 Below the emergency telephone device provide an elevator service cabin t with a tight fitting stainless steel door Cabinet door shall be large enough to contain completely flush mounted clear Lexan brand certificate cover large enough to accommod te the State of Florida elevator operating certificate of standard size Door shall have a s itable 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 Provide engraving for elevator lifting capacity in both pounds and numbe of people 14 Furnish a light colored duplex type GFCI protected outlet grounded elect ical outlet located

as low as possible in the operating panel securely fastened to the rear of he panel 15 All markings shall be fastened from the rear and be easily replaceable if t ey become

damaged No markings shall appear to be surface mounted type 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 hall be polished

stainless steel materials 18 All display lamps shall be high intensity LED type 19 Front return panel when completed with new operating fixture devices s

professional design and quality and shall fit-up well in the new elevator c b structure

C Car riding lanterns New car riding lanterns shall be furnished and installed 0 each side of the cab opening The design shall be vandal resistant and include an electronic c ime and high intensity brilliant white and brilliant red LED lamps Locate at the required di ance from the floor level Chimes shall sound one (1) time for up traveling car and two (2) ti es for down traveling car Chime audible sound level shall be easily adjustable by the elev tor maintenance technicians Cover plates shall be held in place with countersunk spanner he matching material

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-12

screws of

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA STATE UtIIVERSITY

D Landing stations All of the existing landing stations shall be retained and reu

207 ELEVATOR CAB ENCLOSURE

A Elevator cab The existing elevator cab structure shall be completely remove with a new cab assembly The new cab shall include the following designs m features 1 Three (3) walls of the elevator cab shall be constructed of 14 gauges no

stainless steel with suitable reinforcement to prevent warping or rattling

ed

and replaced terials and

satin finished

2 The cab walls on three (3) sides shall be equipped with high quality replac able panels that are applied to the walls The panels shall be constructed and installed in t e following manner a There shall be three (3) applied panels across the rear of the cab and wo (2) panels on

each of the side walls Total number of panels in the cab shall be 14 II aligned to provide a professional appearance The lower panels shall be designe to allow for ventilation through the walls without exposed ventilation grills in the ase area of the cab

b Panels shall be divided at the handrail location allowing approximatel 5-6 spacing from the bottom of the top panels to the tops of the lower panels

c The top ofthe applied wall panels shall be set at approximately 7-4 bove the finished floor level

d The panels shall be approximately 78 total thickness using high qua ity wood core materials backed with laminate plastic for panel stabilization The fr t of the panels shall be faced with 5WL stainless steel materials approximately 18 ga ge materials

e The edges of all panels shall be equipped with 18 thickness stainless steel fabricated in an angle shape so that the edging can be attached to the rear of th panels with countersunk screws The edge materials shall be held as tightly as po ible around the panels to avoid large gaps in the materials Weld corners and grind 0 all sharp edges on the corners and remove any sharp edges on the edge materials T e stainless steel edging shall extend approximately 18 beyond the face of the 5WL f e materials

f Provide concealed ventilation grills or openings behind the wall panel 3 Design the total cab height to be approximately 8-2 total overall Eleva r Contractor shall

take field measurements to verify that a cab of this height will fit the exist ng car sling Adjust the height of the cab to fit if the existing car frame will not accept cab of that height

4 Top of the cab shall be heavy gauge furniture steel with baked on white e amel finish Thickness of the cab top along with the reinforcement shall support two 2) workmen along with their tools

5 The front return panels and transom shall be constructed of 14 gauge sati finished stainless steel materials

6 Cab base area shall be covered with 12 gauge stainless steel approximatel 5 high Laminate the metal to the wall panels with high quality industrial grade c ntact cement Smooth the top surfaces to remove sharp edges This straight base is to r inforce the base area to avoid denting and damage from floor buffers

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-13

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

erials Secure

7 Handrails shall be installed on three (3) sides of the elevator cab Rails sh II be constructed of heavy gauge round stainless steel with suitable number of matching su ports that will permit each rail to support at least 600 pounds at any location Return th ends of the rails toward the wall panels Provide oversize backing plates on the rear of the cab walls

8 Provide stainless steel bumper rails located approximately 8 above the fl or to the top of the rails The rails shall be constructed of 38 thick by 3 high solid stainl ss steel bumper rails Provide matching stainless steel supports for the rails designed to s pport at least 600 pounds on each rail at any location the rail Return the rails toward the II panels Provide oversize backing plates on the rear of the cab walls

9 The existing cab ceiling shall be handled as follows a Carefully remove the existing stainless steel ceiling and LED lighting sy tern without

damaging the materials This ceiling shall be installed in the new cab t a height of approximately 7-6 above the finished floor level

b As part of the new cab top provide a suitably located emergency exit anel that is arranged for removal through the top exit panel Align the exit with t e opening location in the existing cab ceiling

c Provide an electrical switch assembly on the top exit to prevent the el vator from moving unless the exit is closed and locked

d Height of the cab top and location of the cab ceiling shall be verified y Elevator Contractor prior to designing the cab drawings

10 Furnish and install new sandwich type construction car door panels with s itable reinforcement for the car door clutch and other devices Door shall be fa with 14 gauge no 4 stainless steel material

11 Threshold for the car door entrance shall be satin finished nickel silver rna with matching countersunk nickel silver bolts

12 Provide a new two (2) speed squirrel cage type exhaust blower with at Ie st 700 cubic feet per minute capacity on high speed Propeller fan is not acceptable

13 Furnish a new certificate frame that will accept standard size of State of FI rida operating certificate The flush mounted frame shall be incorporated in the swing d or for the service cabinet

14 Furnish and install a new Emergency telephone device Phone shall be Rat -Microtech model no 2100-967DVCA or other as approved by Owner Prior to purch se of the equipment Elevator Contractor shall verify the model number by contacti g Telecommunications Department of Florida State University Incorporate nto car operating panel

15 Provide high quality vinyl material protection pads and stainless steel pa buttons Install buttons with screws coated with Loctite no 290 tread sealer material t prevent removal without appropriate tools Pads shall also cover the front return panels i which cutouts shall be provided for operating devices

16 Provide stainless steel type 304 with no 4 satin finish 17 Provide any additional features as required by elevator code 18 Clean and polish the entire elevator cab prior to acceptance Cab shall ha e a like new

appearance except for any dents or deep scratches that remain as a resul of the existing damage

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-14

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

19 Furnish and install new cab flooring materials specified elsewhere Before install sheet type elastomeric goods to cover the entire floor area Glue d the plywood

208 ALARM BELL SYSTEM

A Retain the existing emergency alarm bell system provided it will function as

TATE UNIVERSITY

installing the cab wn the sheet to

quired hereinafter If a new alarm bell system is required provide as a requirement of this contract

209 CAR TOP RAILING SYSTEM

A Furnish and install a car-top safety railing system for added protection for ele ator technicians While working on the car top Comply with all code requirements on height a d mounting

210 ELECTRICAL WIRING AND WORK REQUIREMENTS

A Furnish and install new electrical wiring conductors and other wiring as requ red Install new NEC approved conduit conduit fittings electrical pull boxes raceways and du t work were required

B Emergency Car Lighting Provide LED type emergency car lighting system that will automatically illuminate when the normal power supply fails The LED lighting system shall e incorporated into the normal ceiling lighting system by installation of the emergency cab Ii hting system available from Electronic Controls Inc Cape Canaveral Florida Illuminate at least three (3) of the normal lighting fixtures with the emergency lighting system for a period at least four (4) hours after the loss of power Also provide emergency power supply for the larm bell as part of the emergency lighting system

PART 3 - EXECUTION

301 EXAMINATION

A Before fabricating the equipment or commencing elevator installation work i spect the complete hoist way and equipment platform dimensions machinery to be re sed pit area and machine room as constructed or modified verify all critical dimensions and e amine supporting structures and all other conditions under which elevator work is to be installe or performed Do not proceed with the elevator installationrenovation work until all conditi ns have been reviewed and evaluated

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

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-15

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

302 INSTALLATION

A Install new elevator system components and incorporate the equipment that and reused in a completely satisfactory installation

TATE UNIVERSITY

is being retained

1 Work to be performed by completely competent fully trained elevator in tallation personnel in accordance with the requirements of ASME AI71 elevator anufacturers installation instructions and approved shop drawings All elevator mecha ics working on this project shall hold current State of Florida Certificate of Competency license cards The use of temporary or probationary mechanics to perform work as a mechanic is not acceptable on this contract

2 Comply with the National Electrical Code and ASME A175 for elevator el required during installation of this equipment

3 Perform work with skilled workmen under the direct control and supervis on of the Elevator Contractors experienced foreman and superintendent The Owner Arch tect and Elevator Consultant shall reserve the right to interview all employees assigned to ork on this project and require that any unsuitable employees in their sole opinion e removed from the site

4 Mount all moving elevator components on vibration absorbing mounts d signed to effectively prevent the transmissions to the structure and eliminate sour es of structure borne noise from the elevator system

303 FIELD QUALITY CONTROL

A Acceptance testing Upon completion of the elevator installation work and b fore use of the elevator equipment performance acceptance tests are required to demonstr te that the equipment will sustain and lift the loads for which the elevator was initially d signed Test weights shall be provided to perform these tests and must be used to demon trate the performance in the presence of representatives of the Owner Elevator Cons Itant and a State of Florida licensed CEI (QEI) elevator inspector Elevator inspector shall not b a former or current employee of the Elevator Contractor

B Advise the Architect Owner Elevator Consultant and CEllicensed elevator in ector at least five (5) business days in advance of the date and time the testing is to be pe rmed on the elevator equipment

304 ADJUSTING WORK

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

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-16

elevator

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

305 CLEANING

A Before final acceptance remove all protective materials from the finished su the plastic sheeting All of the elevator equipment must be cleaned prior to Fi

TATE UNIVERSITY

ces including al Acceptance

B At completion of the elevator work remove all tools equipment surplus mat rials and the like from the site Remove all trash and debris during the clean-up Thoroughly cI an up all oil spills and residue

307 TURNOVER OF DOCUMENTS TOOLS AND OTHER SUCH REQUIREMENTS

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

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

C Provide at least twelve (12) sets of all elevator keys to the Owner except for t e elevator door keys

308 COMPLETION DATE

A The installation is not considered complete until the complete project has be considered to have been performed in a first-class professional manner and is completely ceptable to the Owner and Elevator Consultant Further all adjustments load tests perfor ance tests and punch-lists must be completed All required documents special tools archiv I information and the like must be turned over to the Owner prior to establishing the final com letion date

B The Owner Elevator Contractor and Elevator Consultant must be in agreeme t as to the completion date and date the warranty shall commence

309 ELEVATOR SCHEDULE

A Number of elevators - One (1) Westinghouse Elevator Company brand elevat r previously

modified by Mowrey Elevator Corporation

B Elevator type - Electric Oil-Hydraulic

C Speed - Approximately 200 feet per minute Set down speed at 180 feet per inute in down

direction with no load on the elevator

D Control system - Omron microprocessor type installed by Mowrey Elevator

E Door type - Center-Opening side-sliding 3-6 wide by 7-0 high

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-17

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

F Warranty - Twelve (2) months after completion and acceptance by the Owner

310 ELEVATOR CONTRACTOR PERFORMANCE REQUIREMENTS UNDER THIS CONTR

A Considering that this is a time if of the essence Contract the expectation

require the Elevator Contractor be mindful of the need for prompt handling

Contract Consequently rigid timelines are being established prior to accepta

B After award of the elevator contract work or issuance of a notice to pro

Contractor shall perform the work as follows

TATE UNIVERSITY

CT

of the Owner do

all aspects of this

ce of bids

ed the Elevator

1 Provide all required submittals shop drawings samples etc within thirty 30) of the

contract award notification

2 Elevator Contractor shall allow ten (10) work days for the review and app val process and

time to return the submittal documents Elevator Contractor is expected 0 travel to the

FSU Campus to the pick-up the approved or approved as noted docu ents and samples

at the location designated in advance

3 Elevator Contractor shall make all necessary arrangements to obtain all m terials to be

installed under this contract including handling appropriate delivery of al such materials to

the work site no later than ten (10) weeks from the date the approval pr cess has been

completed and the required documents are returned to Elevator Contrac or

4 Elevator Contractor shall notify the Owner in seven (7) calendar days adv nce of the exact

date of the elevator being removed from service so that information reg rding the elevator

renovation work can be provided to the building management personnel nd students

5 Any questions regarding the requirements scheduling needs or other con erns shall be

handled by both parties in a manner that should not delay the work sche ule on the site

6 Once the elevator is removed from service the work schedule shall conti ue without

interruption until the project has been completed The Elevator Contract r shall complete

all work on the elevator within eighteen (18) calendar days from the tim the elevator is

removed from service This time period includes all testing adjusting cle ning painting

trash removal and all other associated work In the event the Elevator Co tractor

anticipates requiring additional time to perform the work this work shall e included as

overtime or shift work and shall be included in the bid price

7 When the work is commenced on the elevator no delays wit be accepte by the Owner

unless the delays are caused by fires storms floods civil disruption the

materials labor strikes or similar causes over which neither party has not

8 When Elevator Contractor submits a bid for this work he or she complet y accepts the

requirements of the technical speCifications and the Elevator Contractor

Requirements stated herein

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-18

ontrol

erformance

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

SPECIAL TERMS AND CONDITIONS

A Public Inspection

In accordance with Florida Statutes the ITN shall not be made available for public ins ction until the

University provides notice of a decision or intended decision pursuant to s312053 (5) ) Florida Status

or within 10 days after the opening date whichever is earlier

B Written Communications Required

No negotiations decisions or actions shall be initiated or executed by the Proposer a a result of any

discussion with any University employee Only those communications that are in writ ng from the

University Facilities Purchasing Department shall be considered as a duly authorized e pression on

behalf of the University Also the University will recognize only communications fro Proposers that

are signed and in writing as duly authorized expression on behalf of the Proposer

C Formal Offer

A Proposers written submission in response to the ITN shall be considered as the Pro osers formal

offer The content of the ITN the Proposers submission in response to the ITN and r suiting

contractpurchase order(s) shall be considered the entire agreement between the su essful Proposer

and the University It is understood and agreed that nothing herein is intended or sh uld be construed

as constituting the Proposer as the agent or representative of the University for any p rpose or in any

manner whatsoever The Proposer is and shall remain an independent contractor 0 erating in

accordance with the terms and conditions of the license granted as a result of this Inv ation of

Negotiation

D Interpretations

Proposers shall examine the ITN to determine if the Universitys requirements are de rly stated If

there are any requirements that are too vague or restrict competition the Proposer ay request in

writing that the specifications be changed A Proposer who request change in the sp cifications must

identify and describe the Proposers difficulty in meeting the Universitys specificatio must provide

detailed justification for the change and must provide a recommended change to the specification

Request for changes must be received in the Facilities Purchasing Department by the lose of the

business day not later than the entry note in the Calendar of Events area of this IT as the last to

receive written inquiries regarding the Proposal A Proposers failure to request chan es by the

permissible date shall be considered acceptance of the Universitys Specifications and a waiver of the

Proposers right to protest the ITN on the basis of Specifications The University rese es the right to

determine which changes to the ITN shall be acceptable to the University If required the University

shall issue an addendum reflecting the changes to the INT This addendum shall be s nt to all Proposers

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-19

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

so that each is given the opportunity of submitting proposals to the same Specificatio

Specifications shall be considered the Universitys minimum mandate requirements

E Verbal Communications

TATE UNIVERSITY

Said

Proposers may not consider any verbal instructions as an official expression on the Un versitys behalf

Only written communications Signed by a duly authorized representative of the Facili ies Purchasing

Office shall be considered valid

F Proposal Tabulation

A Proposal Tabulation that serves as the Notice of Award to the Proposer of receivi the contract

award will be posted for review by interest parties at the University Facilities Purchasi g Department on

the day noted in the Calendar of Events area of this ITN and will remain posted for a period of

seventy-two (72) hours Any person who is adversely effected by this University decis on or intended

decisions as detailed above in connection with this ITN shall file a written Notice of rotest with the

Director of Facilities Purchasing Failure to file a Notice of Protest within the 72 hour after the

protested University intended decisions is posted shall constitute a waiver of proceed gs under s120

Florida Statutes A Notice of Protest is considered filed when it is delivered to Facili ies Purchasing

Department 969 Learning Way 114 MMA Tallahassee Florida 32306 during normal ours of operation

of the file a Formal Written Protest and the bond required under Rule 6C-18055(3) lorida

Administrative Code (FAC) with ten (10) days after filing the Notice of Protest in the ccordance with

Rule 6C2-2015(13) FAC shall constitute a waiver of the Proposers right to protest un er s12057(3)(b)

Florida Statutes

G Mandatory Requirements

Any proposal that fails to meet mandatory Specifications stated in the ITN may be rej cted Any

proposal that does not comply with the functional cost or contractual requirements i the ITN may be

rejected In addition to the requirements of paragraph (8) Awards of the General Co ditions on the

Invitation of Negation Commodities Acknowledgment form the University shall not b liable to pay for

information obtained from or through any Proposer prior to issuing the purchase ord r to the successful

Proposer

H Minor Irregularities

The University reserves the right to waive minor irregularities in proposals providing uch action is in

the best interest ofthe University Minor irregularities are defined as those that hav no adverse affect

of the Universitys interest will not affect the amount of the Proposal and will not giv a Proposer an

advantage or benefit not enjoyed by another Proposer

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-20

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

I Format

Each proposal shall be prepared simply and economically providing a straight forward concise

delineation of the Proposers capabilities to satisfy the Specifications of the ITN Fancy binding colored

display and promotional materials are not desired However technical literature and ictures of

proposed equipment should be included in the proposal Emphasis in each proposal ust be on

completeness and clarity of contents To expedite the evaluation of Proposals it is es ential that

Proposers follow the format and instructions contained herein Failure to follow the r quested format

may result in rejections

J Extension Errors

In the event of extension error(s) the unit price will prevail and the Proposers Total er will be

corrected accordingly In the event of addition errors the extended totals will prevail nd the

Proposers Total Offer will be corrected accordingly Proposers must check their Prop sal for any such

errors and state the discount(s) where applicable

K University Point of Contact

The Proposers pOint of contact for all matters relating to this ITN is

Betty-Jean (BJ) Lewis

Florida State University Facilities Purchasing Department

969 Learning Way 102A MMA

Tallahassee Florida 32306

Fax (850) 644-5071

E-mail blewisadminfsuedu

Written questions on this ITN must be submitted to Betty-Jean (BJ) Lewis Questions ust be received

by the date listed for that event in the Calendar of Events After that date no inqui ies regarding the

Proposal oral or written will be accepted

L Contractor Point of Contact

Each Proposer shall identify in its submittal the single point of contact for all matters elation to the

response

M Proposal Materials

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-21

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

The materials submitted in response to this ITN become the property of the Universit upon delivery to

the Facilities Purchasing Department All of the materials will considered as part of th ITN and will be

subject to review as public records 10 days after the ITN is opened or an award is mad whichever

occurs first

N Proposal Rejection

The University shall have the right to reject any or all Proposals and in particular reje a Proposal not

accompanied by data required by the ITN or Proposal in any way incomplete or irreg ar including

omissions of pricing Conditional Proposals will not be accepted

O Conflict Between Document

If any terms and conditions contained within the documents related to this ITN are in onflict with any

other terms and conditions contained therein then the various documents comprisin this ITN as

applicable shall govern in the following order of the precedence AmendmentChange Order Addenda

ITN Terms and Conditions ITN Specifications ITN Responsibilities general conditions f the ITN

Proposal

P Additions Deletions Substitutions

Should the University find it necessary to supplement modify correct or interpret an portion of the

ITN during the Proposal period such action shall be taken by issuance of a written Ad endum to the

documents distributed to all known prospective Proposers Addenda will be issued no less than seven

(7) calendar days prior to the date scheduled for receipt of Proposals

Q Interpretation

Neither interpretation of the meaning of the ITN documents nor any corrections of a biguity

inconsistency or error will be made to any Proposer orally All such communications ill be in the form

of written addenda as issued by the Selection Community Only written addenda issu d by the Selection

Community shall be binding Proposers are advised that no other source is authorize to accept or give

information concerning explain or interpret the ITN

R Addenda Acknowledgment Form

Any addenda issued by the University to participating Proposers shall include an Add nda

Acknowledgment Form This form shall be signed by a company representative dat d and returned to

the University by the date specified in the Calendar of Events for Proposals to be 0 ned

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-22

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

S Amendments

Any amendments alterations or modifications to the contract resulting from this ITN ust be in the

form of a change order to the original contract and have the written approval of the F cilities Purchasing

Department and must be signed or initialed and approved by the same signatories not d on the ITN

T Assignment

Under no circumstances shall the successful Proposer assign to a third party any right r obligation of

successful Proposer pursuant to this Proposal without prior written consent of the Uni ersity If the

successful Proposer is or during the term of the contract resulting from this ITN beco e an individual

on the payroll of the State of Florida successful Proposer represents that he or she ha complied with all

applicable provisions in the Florida Statutes and Florida Administrative Code regardin outside or dual

employment and compensation

U Jurisdictional Applicability

Applicable provisions of all federal State of Florida county and municipal statutes la s ordinances

rules and regulations shall govern Proposal submitted hereto and any resulting contra t Lack of

knowledge by any Proposer shall not constitute a cognizable defense against the legal effect thereof

Disputes arising from or in connection with the contract shall be determined before Florida court of

competent jurisdiction or through an applicable administrative proceeding whichever s appropriate to

the circumstances under Florida law In the event that either party is required to obta n any permit

license or authorization as a prerequisite to performing its obligation under the contr ct the cost shall

be borne by the party required to obtain the permit license or authorization

V Governmental Restrictions

In the event any governmental restrictions may be imposed which would necessitate Iteration of the

terms of the contract resulting from this ITN it shall be the responsibility of the succe sful Proposer to

immediately notify the University in writing indicating the specific regulation which r quires the

alteration The University reserves the right to accept any such alteration including a y fee adjustments

occasioned thereby or to cancel the contract at no expense to the University

W Negotiation

In the event services are required to be performed or equipment required to be purc ased that are not

set out in the ITN but are within the general scope of the reqUirements the Universi and the

contractor hereby reserve the right to negotiate the terms covering the required serv ces or equipment

not to exceed $25000 per itemoccurrence

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-23

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FlORIDA TATE UNIVERSITY

X Additions Deletions and substitutions

The University reserves the right to add to or to delete any item from this ITN on a per odic basis as

necessary when deemed in the best interest of the University The contractor is respo sible for

submitting requests for such changes on a timely basis with sufficient documentation 0 allow

evaluation of the request When items are approved and added to the contract the c ntractor shall

maintain those items on the contact for a minimum of 120 days and sufficient quantit to accommodate

reasonable request or make provisions to offer substitute items as outlined in this sec ion

The University will consider substitutions for discontinued items provided that substit te items have

equivalent or greater featurescapabilities and shall be offered at the same or lower p ice as the item

replaced The University reserves the right to accept or reject substitutions

The University will consider the addition of newly released items provided that those i ems are offered

at the same percentage discount as similar items on the contract

The University will consider changes to contract items provided revisions are in accor nce with the

conditions and Specifications contained in this ITN The University reserves the right t accept or reject

changes proposed by the contractor

Y Equal Opportunity

The Contract must al all times during the term of the contract be in compliance with a I federal state

and local laws rules and regulations relating to the nondiscrimination clause containe in Section 202

Executive Order 11246 as amended by Executive Order 11375 relative to equal Empl yment

Opportunity for all person without regard to race color religion sex or national origi and the

implementing rules and regulations proscribed by the Secretary of Labor are incorpor ted into the terms

and conditions of this ITN

Z Governmental Action

It is mutually agreed that if at any time during the term of the contractual agreement he Contractor is

required to make extensive program changes as a direct result of any determination r action by any

applicable Federal State or Local Government authority the University will be willin to negotiate any

cost increase necessitated by such changes subject to availability of funds Any nego iated price

increase may not be implemented until a contract amendment signed by both parties is processed

through the Florida State University Facilities Purchasing Department

AA Travel

Travel expenses included in any contractpurchase order resulting from this ITN must e in accordance

with Section 112061 Florida Statutes

DCSI 010811 ElECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-24

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

BB Parties to the Contract

Parties to the contract will be the University and the contractor Payment will only be ade to the

contractor and in the name as it appears on the Proposal submitted and the resulting ontract

Cc Contractors Insurance

The Contractor shall not commence performance in connection with the contract unti he has obtained

all the following types of insurance and such insurance has been approved by the purc aser nor shall

the Contractor allow any subcontractor to commence work on his subcontract until all similar insurance

required for the subcontractor has been so obtained and approved All insurance poli ies shall be with

insurers qualified and doing business in Florida and with an AM Best rating of no les than AX The

purchaser shall be furnished proof of coverage of insurance by certificates of insuranc accompanying

the contract documents and shall name the Florida State University and Florida Board f Trustees as an

additional name insured The insurer shall provide 30 days written notice to the certi cate holder if a

policy is to be canceled before the expiration date thereof

The purchaser shall be exempt from and in no way liable for any sums of money that may represent a

deductible in any insurance policy The payment of such deductible shall be the sole r sponsibilityof

the Contract andor Subcontractor providing such insurance

1 Workers Compensation Insurance

The Contractor shall secure and maintain during the life of this agreement Workers mpensation

Insurance for all his employees connected with the work of this project and in case a y work is sublet

the Contractor shall require the subcontractor similarly to provide Workers Compens tion Insurance for

all the latters employee unless such insurance shall comply fully with the Florida Wor ers

Compensation Law In case any class of employees engaged in hazardous work under this contract at

the site of the project is not protected under Workers Compensation statute the Co tractor shall

provide and cause each subcontractor to provide adequate insurance satisfactory to he purchaser for

protection of his employees not otherwise protected

2 Contractors Public Liability and Property Damage Insurance

The Contractor shall secure and maintain during the life of this agreement COMPREH NSIVE GENERAL

L1ABNILITY AND COMPREHENSIVE AUTOMOBILE LIABILITY INSURANCE as shall protec him from claims

for damages personal injury including accidental death as well as claims for propert damages which

may arise from operations under this agreement whether such operations be by him If or by anyone

directly or indirectly employed by him and the amounts of such insurance shall be th minimum limit as

follows

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-25

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

1 Body Injury Liability $1000000 each acci nt

2 Auto Property Damage Liability $ 500000 each accid nt

3 Property Damage Liability- $1000000 each acci ent

(other than automobile) $1000000 aggregate operation

$1000000 aggregate protective

$1000000 aggregate contractual

Insuring clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended to provide coverage

on an OCCURRENCE basis

3 xcu (Explosion collapse underground damage) -the contractors liability P icy shall provide

xcu coverage for those classifications in which they are excluded

4 Contractual Liability - work contracts - The contractors liability policy shall co er such contracts

when they are affected

5 Subcontractors Public Liability and Property Damage Insurance

The Contractor shall require each of his subcontractors to secure and maintain during he life of this

contract insurance of the type specified above and insures the activities of his subco ractors in his

policy as specified above

Qualifications

All insurance poliCies shall be with insurers qualified and doing business in Florida

Proof of Insurance

Proof of insurance for all of the specified types and limits in the form of original Certif cates of Insurance

shall be delivered to the Facilities Purchasing Department within ten (10) days of exe tion of the

contract In lieu of original certificates certified copies of the actual policies may be f rnished

Whether certificates or policies are furnished the Florida State University and the Bo rd of Trustees

shall be deSignated as additional named insured Each such copy or certificate shall c ntain a valid

provision or endorsement that the policy may not be canceled terminated changed r modified

without giving thirty (30) days written advance notice thereof to the Universitys repr sentative A

renewal policy or certificate shall be delivered to the University at least thirty (30) da s prior to the

expiration date of each expiring policy If at any time any of the policies shall be or b come

unsatisfactory to the University as to form or substance or if any of the carriers issui g such policies

shall be or become unsatisfactory to the University Contractor shall promptly obtain a new and

satisfactory policy in replacement upon such written notice from the University

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-26

DIFFENBAUGH BUILDING PHASE I ELEVATOR NO 24516 FLORIDA

Original Copy

If determined necessary by the Universitys representative the Contractor shall delive

Universitys representative upon demand the original of any policy shall be returned t

Deductibles

The University shall be exempt from and in no way liable for any sums of money that

deductible in any insurance policy The payment of such deductible shall be the sole r

the Contractor andor subcontractor providing the insurance

DD Liability

The following Special Conditions supersedes General Conditions Number 21 Liability

to Negotiation Commodities Acknowledgment form

Contractors entire liability and the Universitys exclusive remedy shall be as follows

In all situations involving performance or non-performance under this Agreement th

be entitled to actual damages to the limits set forth in this provision

Contractors liability for damages to the University for any cause whatsoever and reg

TATE UNIVERSITY

to the

Contractor

may represent a

sponsibility of

n the Invitation

University shall

rdless of the form

of action whether in contract or in tort including negligence shall be limited to the gr ater of $100000

or the contract price stated herein for damages that are the subject of matter of or a e directly related

to the cause of action The foregOing limitation of liability will apply to

bull the payment of the cost of damage awards pertaining to patent and copyrigh indemnity or to

bull claims for re-procurement costs or the cost of cover pursuant to Rule 6C220 5(20) of the

Florida Administrative Code or to

bull claims for personal injury or damage to real or person property caused by Sel rs tortuous

conduct

Contractor shall hold and save the University harmless for any and all suits and judgm nts against the

State for personal injury or damage to real or personal property caused by Contracto s tortuous

conduct in the performance of this Agreement provided that

bull the University promptly notifies the Contractor in writing of any claim and

bull the Contractor shall be given the opportunity at its option to participate an associate with the

University in the control defense and trial of any claim and any related settle ent negotiations

and provided further that with respect to any claim or portion thereof for hich Contractor

agrees at the initiation of such claim that Contractor shall save an hold the U iversity harmless

Contractor shall have the sole control of the defense trial and any related se lement

negotiations and

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-27

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

bull the University fully cooperates with the Contractor in the defense of any claim

In no event however will Contractor be liable for

bull any damages caused by the Universitys failure to perform the Universitys res onsibilities or

for

bull any lost profits or other consequential damages even if Seller has been

advised of the possibility of such damages or for

bull any claim against the University by any other party e ept as provided

in the hold harmless provision of the preceding parag aph of this

provision and except as provided in Paragraph 18 of t e General

Conditions Patents and Royalties on the Invitation 0 Negotiation

Commodities Acknowledgment form or for

bull any damage caused by performance or non-performa ce of machine or

programming located outside the United State or Pue 0 Rico

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-28

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

SPECIAL TERMS AND CONDITIONS Payment shall be made in accordance with s 215422 FS which provides that agencies have 5 working days to inspect ampapprove goods ampservices unless bid specifications r the PO specifies otherwise If payment is not available within 40 days measured from t e latter of the date the invoice is received or the goods or services are received inspected an approved a separate interest penalty set by the Comptroller pursuant to s 5503 FS will b due and payable in addition to the invoice amount To obtain the applicable interest rate please contact the University Facilities Payables and Disbursements Section at (850) 644-047 Invoices returned to a vendor due to preparation errors will result in a payment elay Interest penalties of less than $1 will not be paid unless the vendor requests payment The payment period does not begin until all terms of the contract (including shi ping and billing instructions exactly as they are specified on the purchase order) hav been met and a properly completed invoice is provided the University The university reserve all administrative contractual and legal remedies against the contractor or vendor ho breaches any of the contract terms The employment of unauthorized aliens by any contractor is considered a viola ion of Section 274A(e) of the Immigration and Nationality Act If the contractor knowingly emp oys unauthorized aliens such violation shall be cause for cancellation of this purch se order Acceptance of this order serves as certification that the vendor or its principals (a) are not presently debarred suspended proposed for debarment declared ineligible 0 voluntarily excluded from covered transactions by any federal department or agency (b) ve not within a three-year period preceding this proposal been convicted of or had a civil judg ent rendered against them for commission of fraud or a criminal offense in connection with 0 taining attempting to obtain or performing a public (federal state or local) transaction r contract under a public transaction violation of federal or state antitrust statutes or commissio of embezzlement theft forgery bribery falsification or destruction of records rna ing false statements or receiving stolen property (c) are not presently indicted for or oth rwise criminally or civilly charged by a government entity (federal state or local) with commissi n of any of the offenses enumerated in paragraph (b) of this certification and (d) have not wit in a three-year period preceding this applicationproposal had one or more public transactions federal state or local) terminated for cause or default 52249-5 (a)-(f) Hazardous Material Identification and Material Safety Data When subcontract involves hazardous material Utilization of Small Business Concerns and Small Disadvantaged Business Concerns Walsh-Healey Public Contracts Act 52219-8 52222-20 Employment if the subcontract amount 52203-7001

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-29

Page 4: Invitation to Bid (ITB) til the dates - FSU Facilities · Invitation to Bid (ITB) ... Elevator renovation work includes, but is not limited to, ... hands-free telephone instrumen

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORID STATE UNIVERSITY

INVITATION TO BID (ITB) Bid FAC24516-11

SECTION 14221- ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION W RK

PART 1-GENERAL

101 SUMMARY

A Section Includes Renovation work on One (1) existing Westinghouse Elevato Company brand electric oil-hydraulic passenger elevator identified by State of Florida serial 24516 The renovation work on this elevator includes all necessary tools ladders scaffol ing labor materials supervision and all work specified hereinafter Refer to any attach d Bidding Instructions General Conditions and any Special Conditions for instructions r requirements pertaining to complete site examination pre-bid conference or inspection p ject schedule submittals working hours and schedule as well as all other project requirem nts associated with this contract Elevator renovation work includes but is not limited to t e following 1 Provide new Highest quality stainless steel elevator cab enclosure inclu ing applied wall

panels handrails bumper rails exhaust blower door panels and other ca features Include electrical contact assembly on emergency exit to prevent cab from opera ing unless the emergency exit is closed and locked

2 Provide new Car door hanger equipment and door track car door conta t assembly door relating cables and hardware car door clutch assembly and door restrict r assembly which complies with applicable codes The door tracks and hanger equipment s all be coated to reduce potential for rust and corrosion

3 Provide new Door operator machine equipped with complete controls loop electronic control system and hardware

4 Provide new Car operating panelcontrols complete with Phase II Fire ens Operation service cabinet floor selection buttons (provide any security lockout key itches as may be required by Owner) door control buttons and 115 volts AC duplex outlet operating certificate frame in service cabinet door hands-free telephone instrumen speaker grill for future intercommunication system and other features as required herein fter

5 Provide new Electronic screen type door protection system with Panac orne feature and 3-D operation

6 Provide new Top of car operating station that complies with the ASME A 71 Safety Code 7 Provide new Accessibility provisions for physically handicapped or disabl d persons inside

the elevator cab assembly 8 Provide new Painting work as specified hereinafter 9 Provide new Railing for the top of the elevator car as required byelevat r code 10 Provide new Any other devices or equipment that is required in connectl n with the cab

replacement to replace any existing equipment or is newly required by t ASME A171shy2004 Safety Code for Elevators and Escalators including all addenda publi hed for that code edition

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-1

frame shown in

s for the

quipment car r top inspection

DIFFENBAUGH BUILDING PHASE I ELEVATOR NO 24516 FLORID STATE UNIVERSITY

11 Provide all other elevator work tools materials supervision coordinatio and systems required to restore the elevator system to proper and complete operatio as well as that required by the elevator and other applicable codes

12 Provide warranty as specified hereinafter 13 Provide all safety related work including full height barricades at any op ing where work is

being performed all safety protection for all workmen students and Owers employees while the Elevator Contractor is on the site No open hoist way openings re to be left unattended at any time Openings are required to be locked at all times nless being utilized by employees of the Elevator Contractor Safety is extremely crit al in this building and all safety provisions are subject to approval by the Owner Project M nager and Elevator Consultant At the end of each workday all hoist way and mach e room areas must be secured to prevent unauthorized entry

102 SUBMITTALS

A Submit all shop drawings and submittals to Owner as directed within the ti the bid documents All approval related materials should be submitted at th not in a piecemeal fashion

B Product data Submit product data andor shop drawings cuts and similar it following items (Provide six 6 copies of each 1 Elevator car enclosure door hanger and track equipment door operator

door clutch electronic type door protective screen cab exhaust blower station and related items

2 Car operating panelfront return with pOSition indicator 3 LED emergency car lighting system components

C Shop drawings (Provide six 6 copies of all shop drawings) 1 Show equipment arrangement in the cab including sizes metal gauges e c

D Finish Selection Submit cab material samples cab wall panel finish samples nd cab flooring materials for approval Provide five (5) samples of each item for approval ad quately marked as to the location for the material The samples shall include the type 304 sta less steel with no 4 satin finish for all locations Additionally samples of the finish on the c b wall removable panels shall be provided Sizes of the samples shall be approximately 4 or la er square or rectangle All of the samples shall be provided to the Architect or Owner as d rected in the bid documents

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

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION RK 14220-2

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORID STATE UNIVERSITY

F Operation amp maintenance equipment and other such data (specifically desig ed for this project) shall be submitted to the Owner including the following items 1 Provide four (4) copies of all elevator equipment installation adjustment instructions

maintenance recommendations parts lists lists of recommended spare arts and troubleshyshooting instructions protection devices door restrictor device and any ther electrical and mechanical equipment required under this contract Provide the four (4) copies of all of this information in heavy duty oversized three (3) ring binders which must e project specific in terms of details Include reduced size lias-built electrical wiring diagr ms in the project manuals Include electrical drawings and lists of all fields wiring pull she ts or wiring connections used throughout the elevator system

2 The four (4) copies of the project manuals must also include all of the ne ssary information necessary for reliable elevator contractor to efficiently trouble-shoot ma ntain service adjust parameters test or otherwise evaluate and suitably alter perform nce of the new equipment including door operator and signal fixture This information all include all necessary SIM cards (one copy of these cards for each elevator) passwor s legends reference codes key words descriptions that activate the diagnostic po on of the controllers door operators and other control devices The manuals shall include all necessary instructions on how to change the parameters that impact sa~ y of operation during normal operation and during scheduled testing of the equipment

3 Provide one (1) archival copy of any computer chips SIM cards other pro rammed items or devices or software type programs to the Owner for future use that are required to restore the elevator equipment to normal operation adjustment testing parameter adjustment or other related work whatsoever after a door operator part replacement lightning strike power surge or if any of these items may be needed for a y such event If any changes occur to the software or programming during the one (1) ye r warranty and maintenance period a revised set of software or electronic chips shall be rovided to the Owner automatically and without any charge to the Owner

4 Provide one (1) complete set of reproducible as-built electrical wiring iagrams on either heavy gauge Mylar materials or 24 pound high rag content paper printe with black on white paper background Include any revisions to the elevator controller iring diagrams These drawings shall be presented in a heavy gauge paper or plastic roll ith screw-on top labeled for the elevator project

5 Provide one (1) complete set of as-built electrical wiring diagrams mea uring 85 by 11 or 85 by 14 designed for mounting on a sturdy wall rack to be mounte on the wall of the elevator machine room All drawing pages shall be laminated with cle r plastiC to protect the drawings while being used to trouble-shoot the elevator equi ment 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 adju tment tools that are necessary for efficient maintenance adjusting testing and trouble-sh oting work on any of the elevator electrical control equipment including that of the door op rator or other electronic components These tools shall be electronically serialized for t is project and not usable on any other elevator equipment

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION RK 14220-3

DIFFENBAUGH BUILDING PHASE 1 ElEVATOR NO 24516 FLORID STATE UNIVERSITY

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

103 QUALITY ASSURANCE

A Manufacturer Qualifications An approved manufacturer regularly engaged i manufacturing elevator equipment of the type required for this project 1 The manufacturer of the new or replacement components must be a fir

listed among the prior approved manufacturers 2 The major parts of the elevator equipment shall be manufactured in No America 3 The manufacturer shall have a documented on-going quality assurance rogram 4 Only new components shall be acceptable No rebuilt reconditioned or sed equipment is

to be brought onto this worksite by the Elevator Installer The only previ usly used equipment components are the items clearly identified hereinafter

B Elevator Contractor Qualifications The Elevator Equipment Manufacturer financially owned organization of the Elevator Equipment Manufacturer (elevator install tion contracting and elevator maintenance firm organization) shall have no less than ten (10) ears of satisfactory experience installing and maintaining elevator equipment equal i character and performance in the Tallahassee area of Florida Submit with the bid a list of t least ten (10) similar or equal renovationmodernization projects and ten (10) electric oil-h draulic elevator maintenance contract accounts along with the names addresses and phone umbers of the Architects and Owners Additionally submit with the bid the building contac names addresses and phone numbers All such locations shall be within 50 miles of the Florida tate University Campus and are subject to review and evaluation by the Owner and Elevator onsultant prior to award of the elevator renovation contract

Elevator Contractor must already have a well established elevator sales main enance and repair office or facility within ten (10) miles of the campus of Florida State Universit prior to bidding on the work required for these elevators Response time to call-backs and e rgency repairs is highly critical to the Owner

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION RK 14220-4

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORID STATE UNIVERSITY

C Regulatory Requirements 1 ASME A171-2004 Safety Code for Elevators amp Escalators including all pu lished addenda 2 Florida Building Code 2007 Edition 3 NFPA 70 Latest Edition 4 ASME A175 Code for Elevator and Escalator Electrical Equipment latest 5 Americans with Disabilities Act - Accessibility Guidelines (ADAAG) 6 Florida State 399 Chapter 30 Florida 4A-47 Florida Chapter 61-C5 Elevat r Safety Code 7 AWS Standards - American Welding Society latest requirements 8 Any other State Federal or Local requirements include fire life safety an other codes

D Inspection and Testing Elevator Contractor shall obtain and pay for all requi ed inspections installation or alteration permits and fees associated with the elevator work der this contract 1 Secure all State of Florida required permits and pay all associated fees 2 Arrange and pay for the required inspections and tests to be performed i the presence of a

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

3 Copies of all such documents shall be submitted with the turn-over docu quantities required

104 DELIVERY STORAGE HANDLING SCHEDULING AND SITE RENOVATION WORK

A Deliver elevator materials components and equipment in manufacturers pr tective packaging All packaging and related refuse shall be properly disposed of at the expense f the Elevator Contractor

B Store materials in a dry protected area Protect and handle the materials in a cordance with manufacturers recommendations to prevent damage to materials Elevator ontractor shall arrange and pay for all off-site storage facilities that he may need in the exec tion of this contract The Owner shall not incur any additional costs for storage demurr e handling or other material related storage expenses Protected storage at the building is xtremely limited consequently the Elevator Contactor should anticipate the need for off-site s orage for the elevator related materials

C Equipment not being retained and reused in the execution of this contract sh II be promptly removed from the site at the sole expense of the Elevator Contractor The m terials removed from the elevator systems shall be regularly removed from the building and n t 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 at er elevator located on the Florida State University Campus

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION RK 14220-5

DIFFENBAUGH BUILDING PHASE 1 ElEVATOR NO 24516 FLORID STATE UNIVERSITY

D Elevator work on this project shall be performed on a one (1) shift per day 0 e (1) crew per elevator five (5) days per week except on legal holidays as may be applicabl due to union or other agreements Full cooperation of Elevator Contractor is expected and r quired in order to keep the project execution time to the minimum required for this type of ren vation project Working in concert with other trades in the coordination and performance 0 the work is absolutely necessary

E The Elevator Contractor shall be responsible for any demolition and repairs a ociated with delivery and installation of the elevator equipment Sufficient care must be t ken by the Elevator Contractor to protect the building structure systems walls roof an surrounding surfaces from damage

F This is a tltime is of the essence contract

G Adequate safety barriers shall be installed by the Elevator Contractor in the ist way between the elevators to protect all such employees from exposure to the elevator e uipment in the opposite hoist way area

105 PROJECT CONDITIONS

A Prohibited Use The elevator shall not be used for construction purposes or ublic conveyance until the elevator renovation work has been completely finalized and approv by Architect or Owner and Elevator Consultant

B Painting Except as otherwise indicated in the elevator technical specificatio s the following painting work shall be required by the Elevator Contractor 1 Paint all of the car frame equipment platform steel members stiles and r lated equipment

prior to installing the new cab equipment 2 All painting except low odor paint applications shall be performed by th Elevator

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

106 WARRANTY

A Warranty certificates Submit elevator manufacturers and Elevator Contract rs type written project warranty certificates agreeing to repair restore or replace materials ving defects in the elevator work and materials furnished under this contract including all as ociated labor and materials that are reworked replaced or reconditioned as a requirement of t is contract Warranty also requires that the door operator eqUipment receive the necess ry adjustments required to comply with these specifications The warranty shall be for a peri d of at least twelve (12) months from the date of Final Completion of all elevator work inc uded in this contract The date of the Final Completion shall be as determined by repres ntatives of Elevator Contractor Owner and Elevator Consultant

DCSI 010811 ElECTRIC OIL-HYDRAULIC PASSENGER ElEVATOR RENOVATION RK 14220- 6

DIFFENBAUGH BUILDING PHASE I ELEVATOR NO 24516 FlORID STATE UNIVERSITY

B Any adjustments repairs or otherwise needed work shall be performed by th Elevator Contractor as soon as possible after the problem is reported to the Elevator ontractor The Elevator Contractor shall be on site to make the needed repairs or adjustme s within one (1) hour 247 including holidays after the problem is reported

C Non-warranty parts and equipment The only parts or equipment that the EI vator Contractor shall not be required to furnish as part of his responsibility are those made n cessary as a result of major acts of vandalism fire floors windstorm civil disturbances or othe major losses Repairs made necessary by minor acts of vandalism abuse or misuse are to included in the work to be performed by this Elevator Contractor

PART 2 - PRODUCTS

201 MANUFACTURERS

A Manufacturer Only products manufactured by the following manufacturers ill be acceptable

on this project and the named products are subject to complete compliance ith the technical

speCification requirements listed hereinafter

1 Otis Elevator Company

2 Schindler Elevator Corporation

3 ThyssenKrupp Elevator Corporation

The following equipment component manufacturers are afforded prior appro ai subject to

complete compliance with the technical specifications

4 Elevator Components Inc model VFE 2500-HL or HH (closed loop heavy uty type linear or

harmonic door operator interlocks door tracks and door hanger equipm nt)

5 Janus Elevator Products (door safety detectors only)

6 Elevator Cabs Inc Tyler Elevator Products Gunderlin Ltd E-Cab Archit ctural Elevator

Cab Interiors Snap Cabs (elevator cab interior work)

7 Innovation Industries Inc Elevator Products Corporation Monitor Contr Is (vandal

resistant signal fixtures

8 Electronic Controls Inc (LED type emergency lighting system controls)

9 Pratt amp Lambert Sherwin -Williams Martin Senour (paints)

10 Rath Microtech (car emergency telephones)

11 GAL (door tracks door hangers door relating equipment and door closers only)

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION RK 14220-7

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORID STATE UNIVERSITY

B Substitutions Elevator Contractor may substitute other manufacture of elevator cab materials subject to the following 1 The Elevator Contractor must agree to an inspection of the products by wner Architect

and Elevator Consultant after assembly but prior to shipment Any de cts in materials or workmanship must be corrected prior to shipment to the site

2 Substitutions must fully comply with all technical requirements elevat r code quality and fit and all other aspects of these specifications

3 No substitutions of material grades finishes and other details will be ac pted 4 The Elevator Contractor shall be responsible for paying all associate costs for Owner

Architect and Elevator Consultant to visit the production plant to evaluat the products 5 No time extension will be permitted in the installation schedule du to substitution of

products manufacturers

202 MATERIALS1 GENERAL

A Materials patterns and finishes As selected by the Architect from the man facturers patterns and finishes for this project

B Steel 1 Shapes and bars ASTM A 336 2 Sheets ASTM A 336 cold rolled sheet commercial quality class 1 matt finish and

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 y Architect

D Aluminum 1 Sheet and plate ASTM B 209 alloy 6063-752 2 Extrusions ASTM B 221 alloy 6063-T52

E Finish flooring on platforms Supplied and installed by Elevator Contracto The Owner shall select materials for flooring The flooring shall be the same product or eq I to that which is installed in the other elevator in the adjacent section of the building

203 HOIST WAY AND MACHINE ROOM EQUIPMENT

A Platform The existing platform shall be retained and reused with the follow g work 1 Install new elastomeric type underlayment for installation of new floorin materials 2 If the platform has a plywood subfloor the top layer of plywood shall be placed under this

contract New plywood shall be W thickness high quality material with xterior glue 3 Clean and paint all of the metal on the platform assembly 4 Tighten all bolts and fastenings 5 Owner will not accept any additional charges associated with reuse of th

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-8

L

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORID

B Car sling Equipment The existing car sling and related hardware shall be reta Include the following work 1 Clean and paint all of the equipment 2 Adjust the brace rods as necessary 3 Owner will not accept any additional charges in connection with repairs

reconditioning of the safety equipment

C Guide rails The existing car guide rails shall be retained in their present locat

D Guides The existing guide assemblies shall be cleaned and retained

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

F Hydraulic Cylinder The existing cylinder shall be retained and reused

G Hydraulic Piping Retain and reuse

H Hydraulic Pumping Unit Retain and reuse Make required adjustments aft door operator equipment is installed

I Elevator Controller System Make required alterations to the wiring and com controller to accommodate the new door operator direction indicators on ca panel equipment

J Automatic terminal limits and directional limits The existing equipment retained and reused

K Automatic self leveling The existing leveling devices and equipment sh reused

Door operator machinery The existing door operator shall be removed completely new door operator equipment with the following design and feat 1 Heavy-duty gearless type harmonic motion design 2 Heavy-duty drive motor shall be alternating current type Motor shall be

model designed for long life service 3 Precise encoder on the drive motor shaft 4 Completely closed-loop design system 5 Door position recognition 6 Door velocity regulation 7 Door motor current monitoring control and regulation S Door closing pressure regulation Set door pressure at lS-20 pounds

STATE UNIVERSITY

ned and reused

placements or

on

r the new cab and

onents of the and car operating

all be completely

I be retained and

nd replaced with

2 horsepower

9 Immediate door reversal shall occur if preset closing door is obstructed fr m closing and door pressure of lS-20 pounds is exceeded for any reason

10 Include elevator code required car door restrictor device to prevent ope ing car door more than 4 when the car is outside the designated landing zone

DCSI 010S11 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-9

DIFFENBAUGH BUILDING PHASE I ELEVATOR NO 24516 FLORID STATE UNIVERSITY

11 Include high quality car door clutch assembly or suitable similar devices to unlock the hoist way doors

12 Door obstruction warning If door opening is obstructed for 15 secon (adjustable timer design of 12 to 30 seconds) an audible warning shall occur and continu to sound until the doorway is cleared however doors do not close When the door openin has been cleared the door shall close at normal speed

13 Door close watchdog If the doors are closing but do not compl tely close after a programmable time period the doors will recycle open for twelve (12) ti es to try to correct the fault before the elevator is automatically removed from se ice The recycling program shall be adjustable for up to 20 times

14 Door close assist When the doors have failed to fully close and are in th recycle mode the door drive motor shall have increased torque applied to possibly overc me 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 c II assignment (not coincidental call) the current door open time is changed to a shorter eld programmable time when the electronic door detection system is activated by a passen er passing through the doorway

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

17 Door operator control equipment without all of these features shall not acceptable 18 Door opening time measured from door closed position shall be 18 sec nds 19 Door closing time measured from door open position shall be 23 secon

M Door safety screen Replace existing door protection with new detector devi e The elevator car doors shall be equipped with high quality electronic type door safety screen qual in design and manufacture to that of Janus Elevator Products Inc The electronic safety creen device shall have both 3-D and Panachrome features built in to the system The Panachr me system shall feature green lighting mounted vertically along the edge indicating it is safe to enter the doorway and orangered lighting to indicate that the doors are ready to clo e or in the process of closing All electrical connections for this equipment shall be mounted 0 the car top out of reach of unauthorized persons Provide a defeat switch for the 3-D portion the safety screen for use if the Owner elects to turn off that portion of the screen operation

204 HOIST WAY ENTRANCES

A Doors The existing center-opening side-sliding type door panels shall II be retained and reused

B Frames The existing hoist way door frames shall be retained

C Headers fascia toe guards and dust covers The existing headers fascia t e guards and dust covers shall be retained and reused under this contract

D Interlocks The existing interlocks and interlock release mechanisms sha I be retained and reused Make any needed repairs to the interlock release mechanisms and in erlock assemblies

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-10

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA STATE UNIVERSITY

E Door hangers tracks relating equipment and door closers The existing equipment in this category shall be retained and reused

205 ELECTRICAL CONTROL SYSTEMS

A Elevator single car control system The existing elevator controller system s II be retained and reused Make any required modifications to accommodate the new door perator controller car direction indictors and car operating panel system

B Top of car inspection station Completely new elevator code approved ar top inspection stations shall be installed on the top of each elevator The station shall contain all of the necessary operating devices required by code Locate the car top operating tation in position that will allow the elevator maintenance technician to gain control of the el vator car from the landing without the need to step on the car to access the car top station rovide two (2) car top lights for illuminating the work area One (1) light shall be mounted 0 a self coiling cord arrangement 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 fluorescen type equal to 150 watts output Suitable lamp guards are required Include a duplex type GFCI rotected electrical outlet

206 ELEVATOR OPERATING AND SIGNAL DEVICES

A Car operating station or panel The existing car operating panel shall be totall completely replaced with all new equipment of the following design 1 Full height and width swing panel and entrance column type panel compl te with heavy

duty type locking devices and adjustments to alleviate rattles and warpin Design the full swing type front return panel to permit a custom design appearance Inst II a suitably sized recessed metal box to enclose the signal devices behind the front return

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 cen r jewels for illumination with red LED lamps Match the button designs in the other el vator in the same building

3 Lower portion of operating station shall have door control buttons keyed alarm button Alarm button shall have a center jewel that illuminates red pushed

4 Electronic chime to indicate passing of floors 5 Provide an elevator car overload jewel and audible alarm This feature sh

operational until the elevator is completely modernized with new control

14220-11

6 Upper portion of the control station shall contain a tight fitting stainless st el cabinet door covering the firemens control buttons and features Door shall have a 10 that meets the latest fire code requirements Phase II operation instructions shall be lam ated to interior of the cabinet door The sub-plate and features inside the cabinet shall c ply with the control features that currently exist In the future the features shall be u -dated to comply with the ASME A171 Safety Code at the time of the elevator renovation

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION

quipment

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA STATE UNIVERSITY

7 Include firemens jewel that flashes when fire or smoke is in the machine oom or hoist way If this feature can be made operational at this time the flashing light shall be made to operate Otherwise the jewel shall be available for future use when the ntrol equipment is replaced

8 Include engraving for elevator serial number at the top of the panel 9 Below the elevator numbers locate a digital type car position indictor an

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 nd with 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 instruction p te for operating the phone The phone shall be Rath-Microtech brand amp model that fully mplies with the equipment currently being used by Telecommunications Department Flo ida State University Verify the design requirements prior to purchase of the phon equipment

12 Below the emergency telephone device provide an elevator service cabin t with a tight fitting stainless steel door Cabinet door shall be large enough to contain completely flush mounted clear Lexan brand certificate cover large enough to accommod te the State of Florida elevator operating certificate of standard size Door shall have a s itable 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 Provide engraving for elevator lifting capacity in both pounds and numbe of people 14 Furnish a light colored duplex type GFCI protected outlet grounded elect ical outlet located

as low as possible in the operating panel securely fastened to the rear of he panel 15 All markings shall be fastened from the rear and be easily replaceable if t ey become

damaged No markings shall appear to be surface mounted type 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 hall be polished

stainless steel materials 18 All display lamps shall be high intensity LED type 19 Front return panel when completed with new operating fixture devices s

professional design and quality and shall fit-up well in the new elevator c b structure

C Car riding lanterns New car riding lanterns shall be furnished and installed 0 each side of the cab opening The design shall be vandal resistant and include an electronic c ime and high intensity brilliant white and brilliant red LED lamps Locate at the required di ance from the floor level Chimes shall sound one (1) time for up traveling car and two (2) ti es for down traveling car Chime audible sound level shall be easily adjustable by the elev tor maintenance technicians Cover plates shall be held in place with countersunk spanner he matching material

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-12

screws of

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA STATE UtIIVERSITY

D Landing stations All of the existing landing stations shall be retained and reu

207 ELEVATOR CAB ENCLOSURE

A Elevator cab The existing elevator cab structure shall be completely remove with a new cab assembly The new cab shall include the following designs m features 1 Three (3) walls of the elevator cab shall be constructed of 14 gauges no

stainless steel with suitable reinforcement to prevent warping or rattling

ed

and replaced terials and

satin finished

2 The cab walls on three (3) sides shall be equipped with high quality replac able panels that are applied to the walls The panels shall be constructed and installed in t e following manner a There shall be three (3) applied panels across the rear of the cab and wo (2) panels on

each of the side walls Total number of panels in the cab shall be 14 II aligned to provide a professional appearance The lower panels shall be designe to allow for ventilation through the walls without exposed ventilation grills in the ase area of the cab

b Panels shall be divided at the handrail location allowing approximatel 5-6 spacing from the bottom of the top panels to the tops of the lower panels

c The top ofthe applied wall panels shall be set at approximately 7-4 bove the finished floor level

d The panels shall be approximately 78 total thickness using high qua ity wood core materials backed with laminate plastic for panel stabilization The fr t of the panels shall be faced with 5WL stainless steel materials approximately 18 ga ge materials

e The edges of all panels shall be equipped with 18 thickness stainless steel fabricated in an angle shape so that the edging can be attached to the rear of th panels with countersunk screws The edge materials shall be held as tightly as po ible around the panels to avoid large gaps in the materials Weld corners and grind 0 all sharp edges on the corners and remove any sharp edges on the edge materials T e stainless steel edging shall extend approximately 18 beyond the face of the 5WL f e materials

f Provide concealed ventilation grills or openings behind the wall panel 3 Design the total cab height to be approximately 8-2 total overall Eleva r Contractor shall

take field measurements to verify that a cab of this height will fit the exist ng car sling Adjust the height of the cab to fit if the existing car frame will not accept cab of that height

4 Top of the cab shall be heavy gauge furniture steel with baked on white e amel finish Thickness of the cab top along with the reinforcement shall support two 2) workmen along with their tools

5 The front return panels and transom shall be constructed of 14 gauge sati finished stainless steel materials

6 Cab base area shall be covered with 12 gauge stainless steel approximatel 5 high Laminate the metal to the wall panels with high quality industrial grade c ntact cement Smooth the top surfaces to remove sharp edges This straight base is to r inforce the base area to avoid denting and damage from floor buffers

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-13

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

erials Secure

7 Handrails shall be installed on three (3) sides of the elevator cab Rails sh II be constructed of heavy gauge round stainless steel with suitable number of matching su ports that will permit each rail to support at least 600 pounds at any location Return th ends of the rails toward the wall panels Provide oversize backing plates on the rear of the cab walls

8 Provide stainless steel bumper rails located approximately 8 above the fl or to the top of the rails The rails shall be constructed of 38 thick by 3 high solid stainl ss steel bumper rails Provide matching stainless steel supports for the rails designed to s pport at least 600 pounds on each rail at any location the rail Return the rails toward the II panels Provide oversize backing plates on the rear of the cab walls

9 The existing cab ceiling shall be handled as follows a Carefully remove the existing stainless steel ceiling and LED lighting sy tern without

damaging the materials This ceiling shall be installed in the new cab t a height of approximately 7-6 above the finished floor level

b As part of the new cab top provide a suitably located emergency exit anel that is arranged for removal through the top exit panel Align the exit with t e opening location in the existing cab ceiling

c Provide an electrical switch assembly on the top exit to prevent the el vator from moving unless the exit is closed and locked

d Height of the cab top and location of the cab ceiling shall be verified y Elevator Contractor prior to designing the cab drawings

10 Furnish and install new sandwich type construction car door panels with s itable reinforcement for the car door clutch and other devices Door shall be fa with 14 gauge no 4 stainless steel material

11 Threshold for the car door entrance shall be satin finished nickel silver rna with matching countersunk nickel silver bolts

12 Provide a new two (2) speed squirrel cage type exhaust blower with at Ie st 700 cubic feet per minute capacity on high speed Propeller fan is not acceptable

13 Furnish a new certificate frame that will accept standard size of State of FI rida operating certificate The flush mounted frame shall be incorporated in the swing d or for the service cabinet

14 Furnish and install a new Emergency telephone device Phone shall be Rat -Microtech model no 2100-967DVCA or other as approved by Owner Prior to purch se of the equipment Elevator Contractor shall verify the model number by contacti g Telecommunications Department of Florida State University Incorporate nto car operating panel

15 Provide high quality vinyl material protection pads and stainless steel pa buttons Install buttons with screws coated with Loctite no 290 tread sealer material t prevent removal without appropriate tools Pads shall also cover the front return panels i which cutouts shall be provided for operating devices

16 Provide stainless steel type 304 with no 4 satin finish 17 Provide any additional features as required by elevator code 18 Clean and polish the entire elevator cab prior to acceptance Cab shall ha e a like new

appearance except for any dents or deep scratches that remain as a resul of the existing damage

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-14

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

19 Furnish and install new cab flooring materials specified elsewhere Before install sheet type elastomeric goods to cover the entire floor area Glue d the plywood

208 ALARM BELL SYSTEM

A Retain the existing emergency alarm bell system provided it will function as

TATE UNIVERSITY

installing the cab wn the sheet to

quired hereinafter If a new alarm bell system is required provide as a requirement of this contract

209 CAR TOP RAILING SYSTEM

A Furnish and install a car-top safety railing system for added protection for ele ator technicians While working on the car top Comply with all code requirements on height a d mounting

210 ELECTRICAL WIRING AND WORK REQUIREMENTS

A Furnish and install new electrical wiring conductors and other wiring as requ red Install new NEC approved conduit conduit fittings electrical pull boxes raceways and du t work were required

B Emergency Car Lighting Provide LED type emergency car lighting system that will automatically illuminate when the normal power supply fails The LED lighting system shall e incorporated into the normal ceiling lighting system by installation of the emergency cab Ii hting system available from Electronic Controls Inc Cape Canaveral Florida Illuminate at least three (3) of the normal lighting fixtures with the emergency lighting system for a period at least four (4) hours after the loss of power Also provide emergency power supply for the larm bell as part of the emergency lighting system

PART 3 - EXECUTION

301 EXAMINATION

A Before fabricating the equipment or commencing elevator installation work i spect the complete hoist way and equipment platform dimensions machinery to be re sed pit area and machine room as constructed or modified verify all critical dimensions and e amine supporting structures and all other conditions under which elevator work is to be installe or performed Do not proceed with the elevator installationrenovation work until all conditi ns have been reviewed and evaluated

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

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-15

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

302 INSTALLATION

A Install new elevator system components and incorporate the equipment that and reused in a completely satisfactory installation

TATE UNIVERSITY

is being retained

1 Work to be performed by completely competent fully trained elevator in tallation personnel in accordance with the requirements of ASME AI71 elevator anufacturers installation instructions and approved shop drawings All elevator mecha ics working on this project shall hold current State of Florida Certificate of Competency license cards The use of temporary or probationary mechanics to perform work as a mechanic is not acceptable on this contract

2 Comply with the National Electrical Code and ASME A175 for elevator el required during installation of this equipment

3 Perform work with skilled workmen under the direct control and supervis on of the Elevator Contractors experienced foreman and superintendent The Owner Arch tect and Elevator Consultant shall reserve the right to interview all employees assigned to ork on this project and require that any unsuitable employees in their sole opinion e removed from the site

4 Mount all moving elevator components on vibration absorbing mounts d signed to effectively prevent the transmissions to the structure and eliminate sour es of structure borne noise from the elevator system

303 FIELD QUALITY CONTROL

A Acceptance testing Upon completion of the elevator installation work and b fore use of the elevator equipment performance acceptance tests are required to demonstr te that the equipment will sustain and lift the loads for which the elevator was initially d signed Test weights shall be provided to perform these tests and must be used to demon trate the performance in the presence of representatives of the Owner Elevator Cons Itant and a State of Florida licensed CEI (QEI) elevator inspector Elevator inspector shall not b a former or current employee of the Elevator Contractor

B Advise the Architect Owner Elevator Consultant and CEllicensed elevator in ector at least five (5) business days in advance of the date and time the testing is to be pe rmed on the elevator equipment

304 ADJUSTING WORK

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

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-16

elevator

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

305 CLEANING

A Before final acceptance remove all protective materials from the finished su the plastic sheeting All of the elevator equipment must be cleaned prior to Fi

TATE UNIVERSITY

ces including al Acceptance

B At completion of the elevator work remove all tools equipment surplus mat rials and the like from the site Remove all trash and debris during the clean-up Thoroughly cI an up all oil spills and residue

307 TURNOVER OF DOCUMENTS TOOLS AND OTHER SUCH REQUIREMENTS

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

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

C Provide at least twelve (12) sets of all elevator keys to the Owner except for t e elevator door keys

308 COMPLETION DATE

A The installation is not considered complete until the complete project has be considered to have been performed in a first-class professional manner and is completely ceptable to the Owner and Elevator Consultant Further all adjustments load tests perfor ance tests and punch-lists must be completed All required documents special tools archiv I information and the like must be turned over to the Owner prior to establishing the final com letion date

B The Owner Elevator Contractor and Elevator Consultant must be in agreeme t as to the completion date and date the warranty shall commence

309 ELEVATOR SCHEDULE

A Number of elevators - One (1) Westinghouse Elevator Company brand elevat r previously

modified by Mowrey Elevator Corporation

B Elevator type - Electric Oil-Hydraulic

C Speed - Approximately 200 feet per minute Set down speed at 180 feet per inute in down

direction with no load on the elevator

D Control system - Omron microprocessor type installed by Mowrey Elevator

E Door type - Center-Opening side-sliding 3-6 wide by 7-0 high

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-17

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

F Warranty - Twelve (2) months after completion and acceptance by the Owner

310 ELEVATOR CONTRACTOR PERFORMANCE REQUIREMENTS UNDER THIS CONTR

A Considering that this is a time if of the essence Contract the expectation

require the Elevator Contractor be mindful of the need for prompt handling

Contract Consequently rigid timelines are being established prior to accepta

B After award of the elevator contract work or issuance of a notice to pro

Contractor shall perform the work as follows

TATE UNIVERSITY

CT

of the Owner do

all aspects of this

ce of bids

ed the Elevator

1 Provide all required submittals shop drawings samples etc within thirty 30) of the

contract award notification

2 Elevator Contractor shall allow ten (10) work days for the review and app val process and

time to return the submittal documents Elevator Contractor is expected 0 travel to the

FSU Campus to the pick-up the approved or approved as noted docu ents and samples

at the location designated in advance

3 Elevator Contractor shall make all necessary arrangements to obtain all m terials to be

installed under this contract including handling appropriate delivery of al such materials to

the work site no later than ten (10) weeks from the date the approval pr cess has been

completed and the required documents are returned to Elevator Contrac or

4 Elevator Contractor shall notify the Owner in seven (7) calendar days adv nce of the exact

date of the elevator being removed from service so that information reg rding the elevator

renovation work can be provided to the building management personnel nd students

5 Any questions regarding the requirements scheduling needs or other con erns shall be

handled by both parties in a manner that should not delay the work sche ule on the site

6 Once the elevator is removed from service the work schedule shall conti ue without

interruption until the project has been completed The Elevator Contract r shall complete

all work on the elevator within eighteen (18) calendar days from the tim the elevator is

removed from service This time period includes all testing adjusting cle ning painting

trash removal and all other associated work In the event the Elevator Co tractor

anticipates requiring additional time to perform the work this work shall e included as

overtime or shift work and shall be included in the bid price

7 When the work is commenced on the elevator no delays wit be accepte by the Owner

unless the delays are caused by fires storms floods civil disruption the

materials labor strikes or similar causes over which neither party has not

8 When Elevator Contractor submits a bid for this work he or she complet y accepts the

requirements of the technical speCifications and the Elevator Contractor

Requirements stated herein

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-18

ontrol

erformance

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

SPECIAL TERMS AND CONDITIONS

A Public Inspection

In accordance with Florida Statutes the ITN shall not be made available for public ins ction until the

University provides notice of a decision or intended decision pursuant to s312053 (5) ) Florida Status

or within 10 days after the opening date whichever is earlier

B Written Communications Required

No negotiations decisions or actions shall be initiated or executed by the Proposer a a result of any

discussion with any University employee Only those communications that are in writ ng from the

University Facilities Purchasing Department shall be considered as a duly authorized e pression on

behalf of the University Also the University will recognize only communications fro Proposers that

are signed and in writing as duly authorized expression on behalf of the Proposer

C Formal Offer

A Proposers written submission in response to the ITN shall be considered as the Pro osers formal

offer The content of the ITN the Proposers submission in response to the ITN and r suiting

contractpurchase order(s) shall be considered the entire agreement between the su essful Proposer

and the University It is understood and agreed that nothing herein is intended or sh uld be construed

as constituting the Proposer as the agent or representative of the University for any p rpose or in any

manner whatsoever The Proposer is and shall remain an independent contractor 0 erating in

accordance with the terms and conditions of the license granted as a result of this Inv ation of

Negotiation

D Interpretations

Proposers shall examine the ITN to determine if the Universitys requirements are de rly stated If

there are any requirements that are too vague or restrict competition the Proposer ay request in

writing that the specifications be changed A Proposer who request change in the sp cifications must

identify and describe the Proposers difficulty in meeting the Universitys specificatio must provide

detailed justification for the change and must provide a recommended change to the specification

Request for changes must be received in the Facilities Purchasing Department by the lose of the

business day not later than the entry note in the Calendar of Events area of this IT as the last to

receive written inquiries regarding the Proposal A Proposers failure to request chan es by the

permissible date shall be considered acceptance of the Universitys Specifications and a waiver of the

Proposers right to protest the ITN on the basis of Specifications The University rese es the right to

determine which changes to the ITN shall be acceptable to the University If required the University

shall issue an addendum reflecting the changes to the INT This addendum shall be s nt to all Proposers

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-19

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

so that each is given the opportunity of submitting proposals to the same Specificatio

Specifications shall be considered the Universitys minimum mandate requirements

E Verbal Communications

TATE UNIVERSITY

Said

Proposers may not consider any verbal instructions as an official expression on the Un versitys behalf

Only written communications Signed by a duly authorized representative of the Facili ies Purchasing

Office shall be considered valid

F Proposal Tabulation

A Proposal Tabulation that serves as the Notice of Award to the Proposer of receivi the contract

award will be posted for review by interest parties at the University Facilities Purchasi g Department on

the day noted in the Calendar of Events area of this ITN and will remain posted for a period of

seventy-two (72) hours Any person who is adversely effected by this University decis on or intended

decisions as detailed above in connection with this ITN shall file a written Notice of rotest with the

Director of Facilities Purchasing Failure to file a Notice of Protest within the 72 hour after the

protested University intended decisions is posted shall constitute a waiver of proceed gs under s120

Florida Statutes A Notice of Protest is considered filed when it is delivered to Facili ies Purchasing

Department 969 Learning Way 114 MMA Tallahassee Florida 32306 during normal ours of operation

of the file a Formal Written Protest and the bond required under Rule 6C-18055(3) lorida

Administrative Code (FAC) with ten (10) days after filing the Notice of Protest in the ccordance with

Rule 6C2-2015(13) FAC shall constitute a waiver of the Proposers right to protest un er s12057(3)(b)

Florida Statutes

G Mandatory Requirements

Any proposal that fails to meet mandatory Specifications stated in the ITN may be rej cted Any

proposal that does not comply with the functional cost or contractual requirements i the ITN may be

rejected In addition to the requirements of paragraph (8) Awards of the General Co ditions on the

Invitation of Negation Commodities Acknowledgment form the University shall not b liable to pay for

information obtained from or through any Proposer prior to issuing the purchase ord r to the successful

Proposer

H Minor Irregularities

The University reserves the right to waive minor irregularities in proposals providing uch action is in

the best interest ofthe University Minor irregularities are defined as those that hav no adverse affect

of the Universitys interest will not affect the amount of the Proposal and will not giv a Proposer an

advantage or benefit not enjoyed by another Proposer

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-20

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

I Format

Each proposal shall be prepared simply and economically providing a straight forward concise

delineation of the Proposers capabilities to satisfy the Specifications of the ITN Fancy binding colored

display and promotional materials are not desired However technical literature and ictures of

proposed equipment should be included in the proposal Emphasis in each proposal ust be on

completeness and clarity of contents To expedite the evaluation of Proposals it is es ential that

Proposers follow the format and instructions contained herein Failure to follow the r quested format

may result in rejections

J Extension Errors

In the event of extension error(s) the unit price will prevail and the Proposers Total er will be

corrected accordingly In the event of addition errors the extended totals will prevail nd the

Proposers Total Offer will be corrected accordingly Proposers must check their Prop sal for any such

errors and state the discount(s) where applicable

K University Point of Contact

The Proposers pOint of contact for all matters relating to this ITN is

Betty-Jean (BJ) Lewis

Florida State University Facilities Purchasing Department

969 Learning Way 102A MMA

Tallahassee Florida 32306

Fax (850) 644-5071

E-mail blewisadminfsuedu

Written questions on this ITN must be submitted to Betty-Jean (BJ) Lewis Questions ust be received

by the date listed for that event in the Calendar of Events After that date no inqui ies regarding the

Proposal oral or written will be accepted

L Contractor Point of Contact

Each Proposer shall identify in its submittal the single point of contact for all matters elation to the

response

M Proposal Materials

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-21

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

The materials submitted in response to this ITN become the property of the Universit upon delivery to

the Facilities Purchasing Department All of the materials will considered as part of th ITN and will be

subject to review as public records 10 days after the ITN is opened or an award is mad whichever

occurs first

N Proposal Rejection

The University shall have the right to reject any or all Proposals and in particular reje a Proposal not

accompanied by data required by the ITN or Proposal in any way incomplete or irreg ar including

omissions of pricing Conditional Proposals will not be accepted

O Conflict Between Document

If any terms and conditions contained within the documents related to this ITN are in onflict with any

other terms and conditions contained therein then the various documents comprisin this ITN as

applicable shall govern in the following order of the precedence AmendmentChange Order Addenda

ITN Terms and Conditions ITN Specifications ITN Responsibilities general conditions f the ITN

Proposal

P Additions Deletions Substitutions

Should the University find it necessary to supplement modify correct or interpret an portion of the

ITN during the Proposal period such action shall be taken by issuance of a written Ad endum to the

documents distributed to all known prospective Proposers Addenda will be issued no less than seven

(7) calendar days prior to the date scheduled for receipt of Proposals

Q Interpretation

Neither interpretation of the meaning of the ITN documents nor any corrections of a biguity

inconsistency or error will be made to any Proposer orally All such communications ill be in the form

of written addenda as issued by the Selection Community Only written addenda issu d by the Selection

Community shall be binding Proposers are advised that no other source is authorize to accept or give

information concerning explain or interpret the ITN

R Addenda Acknowledgment Form

Any addenda issued by the University to participating Proposers shall include an Add nda

Acknowledgment Form This form shall be signed by a company representative dat d and returned to

the University by the date specified in the Calendar of Events for Proposals to be 0 ned

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-22

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

S Amendments

Any amendments alterations or modifications to the contract resulting from this ITN ust be in the

form of a change order to the original contract and have the written approval of the F cilities Purchasing

Department and must be signed or initialed and approved by the same signatories not d on the ITN

T Assignment

Under no circumstances shall the successful Proposer assign to a third party any right r obligation of

successful Proposer pursuant to this Proposal without prior written consent of the Uni ersity If the

successful Proposer is or during the term of the contract resulting from this ITN beco e an individual

on the payroll of the State of Florida successful Proposer represents that he or she ha complied with all

applicable provisions in the Florida Statutes and Florida Administrative Code regardin outside or dual

employment and compensation

U Jurisdictional Applicability

Applicable provisions of all federal State of Florida county and municipal statutes la s ordinances

rules and regulations shall govern Proposal submitted hereto and any resulting contra t Lack of

knowledge by any Proposer shall not constitute a cognizable defense against the legal effect thereof

Disputes arising from or in connection with the contract shall be determined before Florida court of

competent jurisdiction or through an applicable administrative proceeding whichever s appropriate to

the circumstances under Florida law In the event that either party is required to obta n any permit

license or authorization as a prerequisite to performing its obligation under the contr ct the cost shall

be borne by the party required to obtain the permit license or authorization

V Governmental Restrictions

In the event any governmental restrictions may be imposed which would necessitate Iteration of the

terms of the contract resulting from this ITN it shall be the responsibility of the succe sful Proposer to

immediately notify the University in writing indicating the specific regulation which r quires the

alteration The University reserves the right to accept any such alteration including a y fee adjustments

occasioned thereby or to cancel the contract at no expense to the University

W Negotiation

In the event services are required to be performed or equipment required to be purc ased that are not

set out in the ITN but are within the general scope of the reqUirements the Universi and the

contractor hereby reserve the right to negotiate the terms covering the required serv ces or equipment

not to exceed $25000 per itemoccurrence

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-23

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FlORIDA TATE UNIVERSITY

X Additions Deletions and substitutions

The University reserves the right to add to or to delete any item from this ITN on a per odic basis as

necessary when deemed in the best interest of the University The contractor is respo sible for

submitting requests for such changes on a timely basis with sufficient documentation 0 allow

evaluation of the request When items are approved and added to the contract the c ntractor shall

maintain those items on the contact for a minimum of 120 days and sufficient quantit to accommodate

reasonable request or make provisions to offer substitute items as outlined in this sec ion

The University will consider substitutions for discontinued items provided that substit te items have

equivalent or greater featurescapabilities and shall be offered at the same or lower p ice as the item

replaced The University reserves the right to accept or reject substitutions

The University will consider the addition of newly released items provided that those i ems are offered

at the same percentage discount as similar items on the contract

The University will consider changes to contract items provided revisions are in accor nce with the

conditions and Specifications contained in this ITN The University reserves the right t accept or reject

changes proposed by the contractor

Y Equal Opportunity

The Contract must al all times during the term of the contract be in compliance with a I federal state

and local laws rules and regulations relating to the nondiscrimination clause containe in Section 202

Executive Order 11246 as amended by Executive Order 11375 relative to equal Empl yment

Opportunity for all person without regard to race color religion sex or national origi and the

implementing rules and regulations proscribed by the Secretary of Labor are incorpor ted into the terms

and conditions of this ITN

Z Governmental Action

It is mutually agreed that if at any time during the term of the contractual agreement he Contractor is

required to make extensive program changes as a direct result of any determination r action by any

applicable Federal State or Local Government authority the University will be willin to negotiate any

cost increase necessitated by such changes subject to availability of funds Any nego iated price

increase may not be implemented until a contract amendment signed by both parties is processed

through the Florida State University Facilities Purchasing Department

AA Travel

Travel expenses included in any contractpurchase order resulting from this ITN must e in accordance

with Section 112061 Florida Statutes

DCSI 010811 ElECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-24

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

BB Parties to the Contract

Parties to the contract will be the University and the contractor Payment will only be ade to the

contractor and in the name as it appears on the Proposal submitted and the resulting ontract

Cc Contractors Insurance

The Contractor shall not commence performance in connection with the contract unti he has obtained

all the following types of insurance and such insurance has been approved by the purc aser nor shall

the Contractor allow any subcontractor to commence work on his subcontract until all similar insurance

required for the subcontractor has been so obtained and approved All insurance poli ies shall be with

insurers qualified and doing business in Florida and with an AM Best rating of no les than AX The

purchaser shall be furnished proof of coverage of insurance by certificates of insuranc accompanying

the contract documents and shall name the Florida State University and Florida Board f Trustees as an

additional name insured The insurer shall provide 30 days written notice to the certi cate holder if a

policy is to be canceled before the expiration date thereof

The purchaser shall be exempt from and in no way liable for any sums of money that may represent a

deductible in any insurance policy The payment of such deductible shall be the sole r sponsibilityof

the Contract andor Subcontractor providing such insurance

1 Workers Compensation Insurance

The Contractor shall secure and maintain during the life of this agreement Workers mpensation

Insurance for all his employees connected with the work of this project and in case a y work is sublet

the Contractor shall require the subcontractor similarly to provide Workers Compens tion Insurance for

all the latters employee unless such insurance shall comply fully with the Florida Wor ers

Compensation Law In case any class of employees engaged in hazardous work under this contract at

the site of the project is not protected under Workers Compensation statute the Co tractor shall

provide and cause each subcontractor to provide adequate insurance satisfactory to he purchaser for

protection of his employees not otherwise protected

2 Contractors Public Liability and Property Damage Insurance

The Contractor shall secure and maintain during the life of this agreement COMPREH NSIVE GENERAL

L1ABNILITY AND COMPREHENSIVE AUTOMOBILE LIABILITY INSURANCE as shall protec him from claims

for damages personal injury including accidental death as well as claims for propert damages which

may arise from operations under this agreement whether such operations be by him If or by anyone

directly or indirectly employed by him and the amounts of such insurance shall be th minimum limit as

follows

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-25

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

1 Body Injury Liability $1000000 each acci nt

2 Auto Property Damage Liability $ 500000 each accid nt

3 Property Damage Liability- $1000000 each acci ent

(other than automobile) $1000000 aggregate operation

$1000000 aggregate protective

$1000000 aggregate contractual

Insuring clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended to provide coverage

on an OCCURRENCE basis

3 xcu (Explosion collapse underground damage) -the contractors liability P icy shall provide

xcu coverage for those classifications in which they are excluded

4 Contractual Liability - work contracts - The contractors liability policy shall co er such contracts

when they are affected

5 Subcontractors Public Liability and Property Damage Insurance

The Contractor shall require each of his subcontractors to secure and maintain during he life of this

contract insurance of the type specified above and insures the activities of his subco ractors in his

policy as specified above

Qualifications

All insurance poliCies shall be with insurers qualified and doing business in Florida

Proof of Insurance

Proof of insurance for all of the specified types and limits in the form of original Certif cates of Insurance

shall be delivered to the Facilities Purchasing Department within ten (10) days of exe tion of the

contract In lieu of original certificates certified copies of the actual policies may be f rnished

Whether certificates or policies are furnished the Florida State University and the Bo rd of Trustees

shall be deSignated as additional named insured Each such copy or certificate shall c ntain a valid

provision or endorsement that the policy may not be canceled terminated changed r modified

without giving thirty (30) days written advance notice thereof to the Universitys repr sentative A

renewal policy or certificate shall be delivered to the University at least thirty (30) da s prior to the

expiration date of each expiring policy If at any time any of the policies shall be or b come

unsatisfactory to the University as to form or substance or if any of the carriers issui g such policies

shall be or become unsatisfactory to the University Contractor shall promptly obtain a new and

satisfactory policy in replacement upon such written notice from the University

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-26

DIFFENBAUGH BUILDING PHASE I ELEVATOR NO 24516 FLORIDA

Original Copy

If determined necessary by the Universitys representative the Contractor shall delive

Universitys representative upon demand the original of any policy shall be returned t

Deductibles

The University shall be exempt from and in no way liable for any sums of money that

deductible in any insurance policy The payment of such deductible shall be the sole r

the Contractor andor subcontractor providing the insurance

DD Liability

The following Special Conditions supersedes General Conditions Number 21 Liability

to Negotiation Commodities Acknowledgment form

Contractors entire liability and the Universitys exclusive remedy shall be as follows

In all situations involving performance or non-performance under this Agreement th

be entitled to actual damages to the limits set forth in this provision

Contractors liability for damages to the University for any cause whatsoever and reg

TATE UNIVERSITY

to the

Contractor

may represent a

sponsibility of

n the Invitation

University shall

rdless of the form

of action whether in contract or in tort including negligence shall be limited to the gr ater of $100000

or the contract price stated herein for damages that are the subject of matter of or a e directly related

to the cause of action The foregOing limitation of liability will apply to

bull the payment of the cost of damage awards pertaining to patent and copyrigh indemnity or to

bull claims for re-procurement costs or the cost of cover pursuant to Rule 6C220 5(20) of the

Florida Administrative Code or to

bull claims for personal injury or damage to real or person property caused by Sel rs tortuous

conduct

Contractor shall hold and save the University harmless for any and all suits and judgm nts against the

State for personal injury or damage to real or personal property caused by Contracto s tortuous

conduct in the performance of this Agreement provided that

bull the University promptly notifies the Contractor in writing of any claim and

bull the Contractor shall be given the opportunity at its option to participate an associate with the

University in the control defense and trial of any claim and any related settle ent negotiations

and provided further that with respect to any claim or portion thereof for hich Contractor

agrees at the initiation of such claim that Contractor shall save an hold the U iversity harmless

Contractor shall have the sole control of the defense trial and any related se lement

negotiations and

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-27

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

bull the University fully cooperates with the Contractor in the defense of any claim

In no event however will Contractor be liable for

bull any damages caused by the Universitys failure to perform the Universitys res onsibilities or

for

bull any lost profits or other consequential damages even if Seller has been

advised of the possibility of such damages or for

bull any claim against the University by any other party e ept as provided

in the hold harmless provision of the preceding parag aph of this

provision and except as provided in Paragraph 18 of t e General

Conditions Patents and Royalties on the Invitation 0 Negotiation

Commodities Acknowledgment form or for

bull any damage caused by performance or non-performa ce of machine or

programming located outside the United State or Pue 0 Rico

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-28

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

SPECIAL TERMS AND CONDITIONS Payment shall be made in accordance with s 215422 FS which provides that agencies have 5 working days to inspect ampapprove goods ampservices unless bid specifications r the PO specifies otherwise If payment is not available within 40 days measured from t e latter of the date the invoice is received or the goods or services are received inspected an approved a separate interest penalty set by the Comptroller pursuant to s 5503 FS will b due and payable in addition to the invoice amount To obtain the applicable interest rate please contact the University Facilities Payables and Disbursements Section at (850) 644-047 Invoices returned to a vendor due to preparation errors will result in a payment elay Interest penalties of less than $1 will not be paid unless the vendor requests payment The payment period does not begin until all terms of the contract (including shi ping and billing instructions exactly as they are specified on the purchase order) hav been met and a properly completed invoice is provided the University The university reserve all administrative contractual and legal remedies against the contractor or vendor ho breaches any of the contract terms The employment of unauthorized aliens by any contractor is considered a viola ion of Section 274A(e) of the Immigration and Nationality Act If the contractor knowingly emp oys unauthorized aliens such violation shall be cause for cancellation of this purch se order Acceptance of this order serves as certification that the vendor or its principals (a) are not presently debarred suspended proposed for debarment declared ineligible 0 voluntarily excluded from covered transactions by any federal department or agency (b) ve not within a three-year period preceding this proposal been convicted of or had a civil judg ent rendered against them for commission of fraud or a criminal offense in connection with 0 taining attempting to obtain or performing a public (federal state or local) transaction r contract under a public transaction violation of federal or state antitrust statutes or commissio of embezzlement theft forgery bribery falsification or destruction of records rna ing false statements or receiving stolen property (c) are not presently indicted for or oth rwise criminally or civilly charged by a government entity (federal state or local) with commissi n of any of the offenses enumerated in paragraph (b) of this certification and (d) have not wit in a three-year period preceding this applicationproposal had one or more public transactions federal state or local) terminated for cause or default 52249-5 (a)-(f) Hazardous Material Identification and Material Safety Data When subcontract involves hazardous material Utilization of Small Business Concerns and Small Disadvantaged Business Concerns Walsh-Healey Public Contracts Act 52219-8 52222-20 Employment if the subcontract amount 52203-7001

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-29

Page 5: Invitation to Bid (ITB) til the dates - FSU Facilities · Invitation to Bid (ITB) ... Elevator renovation work includes, but is not limited to, ... hands-free telephone instrumen

frame shown in

s for the

quipment car r top inspection

DIFFENBAUGH BUILDING PHASE I ELEVATOR NO 24516 FLORID STATE UNIVERSITY

11 Provide all other elevator work tools materials supervision coordinatio and systems required to restore the elevator system to proper and complete operatio as well as that required by the elevator and other applicable codes

12 Provide warranty as specified hereinafter 13 Provide all safety related work including full height barricades at any op ing where work is

being performed all safety protection for all workmen students and Owers employees while the Elevator Contractor is on the site No open hoist way openings re to be left unattended at any time Openings are required to be locked at all times nless being utilized by employees of the Elevator Contractor Safety is extremely crit al in this building and all safety provisions are subject to approval by the Owner Project M nager and Elevator Consultant At the end of each workday all hoist way and mach e room areas must be secured to prevent unauthorized entry

102 SUBMITTALS

A Submit all shop drawings and submittals to Owner as directed within the ti the bid documents All approval related materials should be submitted at th not in a piecemeal fashion

B Product data Submit product data andor shop drawings cuts and similar it following items (Provide six 6 copies of each 1 Elevator car enclosure door hanger and track equipment door operator

door clutch electronic type door protective screen cab exhaust blower station and related items

2 Car operating panelfront return with pOSition indicator 3 LED emergency car lighting system components

C Shop drawings (Provide six 6 copies of all shop drawings) 1 Show equipment arrangement in the cab including sizes metal gauges e c

D Finish Selection Submit cab material samples cab wall panel finish samples nd cab flooring materials for approval Provide five (5) samples of each item for approval ad quately marked as to the location for the material The samples shall include the type 304 sta less steel with no 4 satin finish for all locations Additionally samples of the finish on the c b wall removable panels shall be provided Sizes of the samples shall be approximately 4 or la er square or rectangle All of the samples shall be provided to the Architect or Owner as d rected in the bid documents

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

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION RK 14220-2

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORID STATE UNIVERSITY

F Operation amp maintenance equipment and other such data (specifically desig ed for this project) shall be submitted to the Owner including the following items 1 Provide four (4) copies of all elevator equipment installation adjustment instructions

maintenance recommendations parts lists lists of recommended spare arts and troubleshyshooting instructions protection devices door restrictor device and any ther electrical and mechanical equipment required under this contract Provide the four (4) copies of all of this information in heavy duty oversized three (3) ring binders which must e project specific in terms of details Include reduced size lias-built electrical wiring diagr ms in the project manuals Include electrical drawings and lists of all fields wiring pull she ts or wiring connections used throughout the elevator system

2 The four (4) copies of the project manuals must also include all of the ne ssary information necessary for reliable elevator contractor to efficiently trouble-shoot ma ntain service adjust parameters test or otherwise evaluate and suitably alter perform nce of the new equipment including door operator and signal fixture This information all include all necessary SIM cards (one copy of these cards for each elevator) passwor s legends reference codes key words descriptions that activate the diagnostic po on of the controllers door operators and other control devices The manuals shall include all necessary instructions on how to change the parameters that impact sa~ y of operation during normal operation and during scheduled testing of the equipment

3 Provide one (1) archival copy of any computer chips SIM cards other pro rammed items or devices or software type programs to the Owner for future use that are required to restore the elevator equipment to normal operation adjustment testing parameter adjustment or other related work whatsoever after a door operator part replacement lightning strike power surge or if any of these items may be needed for a y such event If any changes occur to the software or programming during the one (1) ye r warranty and maintenance period a revised set of software or electronic chips shall be rovided to the Owner automatically and without any charge to the Owner

4 Provide one (1) complete set of reproducible as-built electrical wiring iagrams on either heavy gauge Mylar materials or 24 pound high rag content paper printe with black on white paper background Include any revisions to the elevator controller iring diagrams These drawings shall be presented in a heavy gauge paper or plastic roll ith screw-on top labeled for the elevator project

5 Provide one (1) complete set of as-built electrical wiring diagrams mea uring 85 by 11 or 85 by 14 designed for mounting on a sturdy wall rack to be mounte on the wall of the elevator machine room All drawing pages shall be laminated with cle r plastiC to protect the drawings while being used to trouble-shoot the elevator equi ment 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 adju tment tools that are necessary for efficient maintenance adjusting testing and trouble-sh oting work on any of the elevator electrical control equipment including that of the door op rator or other electronic components These tools shall be electronically serialized for t is project and not usable on any other elevator equipment

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION RK 14220-3

DIFFENBAUGH BUILDING PHASE 1 ElEVATOR NO 24516 FLORID STATE UNIVERSITY

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

103 QUALITY ASSURANCE

A Manufacturer Qualifications An approved manufacturer regularly engaged i manufacturing elevator equipment of the type required for this project 1 The manufacturer of the new or replacement components must be a fir

listed among the prior approved manufacturers 2 The major parts of the elevator equipment shall be manufactured in No America 3 The manufacturer shall have a documented on-going quality assurance rogram 4 Only new components shall be acceptable No rebuilt reconditioned or sed equipment is

to be brought onto this worksite by the Elevator Installer The only previ usly used equipment components are the items clearly identified hereinafter

B Elevator Contractor Qualifications The Elevator Equipment Manufacturer financially owned organization of the Elevator Equipment Manufacturer (elevator install tion contracting and elevator maintenance firm organization) shall have no less than ten (10) ears of satisfactory experience installing and maintaining elevator equipment equal i character and performance in the Tallahassee area of Florida Submit with the bid a list of t least ten (10) similar or equal renovationmodernization projects and ten (10) electric oil-h draulic elevator maintenance contract accounts along with the names addresses and phone umbers of the Architects and Owners Additionally submit with the bid the building contac names addresses and phone numbers All such locations shall be within 50 miles of the Florida tate University Campus and are subject to review and evaluation by the Owner and Elevator onsultant prior to award of the elevator renovation contract

Elevator Contractor must already have a well established elevator sales main enance and repair office or facility within ten (10) miles of the campus of Florida State Universit prior to bidding on the work required for these elevators Response time to call-backs and e rgency repairs is highly critical to the Owner

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION RK 14220-4

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORID STATE UNIVERSITY

C Regulatory Requirements 1 ASME A171-2004 Safety Code for Elevators amp Escalators including all pu lished addenda 2 Florida Building Code 2007 Edition 3 NFPA 70 Latest Edition 4 ASME A175 Code for Elevator and Escalator Electrical Equipment latest 5 Americans with Disabilities Act - Accessibility Guidelines (ADAAG) 6 Florida State 399 Chapter 30 Florida 4A-47 Florida Chapter 61-C5 Elevat r Safety Code 7 AWS Standards - American Welding Society latest requirements 8 Any other State Federal or Local requirements include fire life safety an other codes

D Inspection and Testing Elevator Contractor shall obtain and pay for all requi ed inspections installation or alteration permits and fees associated with the elevator work der this contract 1 Secure all State of Florida required permits and pay all associated fees 2 Arrange and pay for the required inspections and tests to be performed i the presence of a

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

3 Copies of all such documents shall be submitted with the turn-over docu quantities required

104 DELIVERY STORAGE HANDLING SCHEDULING AND SITE RENOVATION WORK

A Deliver elevator materials components and equipment in manufacturers pr tective packaging All packaging and related refuse shall be properly disposed of at the expense f the Elevator Contractor

B Store materials in a dry protected area Protect and handle the materials in a cordance with manufacturers recommendations to prevent damage to materials Elevator ontractor shall arrange and pay for all off-site storage facilities that he may need in the exec tion of this contract The Owner shall not incur any additional costs for storage demurr e handling or other material related storage expenses Protected storage at the building is xtremely limited consequently the Elevator Contactor should anticipate the need for off-site s orage for the elevator related materials

C Equipment not being retained and reused in the execution of this contract sh II be promptly removed from the site at the sole expense of the Elevator Contractor The m terials removed from the elevator systems shall be regularly removed from the building and n t 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 at er elevator located on the Florida State University Campus

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION RK 14220-5

DIFFENBAUGH BUILDING PHASE 1 ElEVATOR NO 24516 FLORID STATE UNIVERSITY

D Elevator work on this project shall be performed on a one (1) shift per day 0 e (1) crew per elevator five (5) days per week except on legal holidays as may be applicabl due to union or other agreements Full cooperation of Elevator Contractor is expected and r quired in order to keep the project execution time to the minimum required for this type of ren vation project Working in concert with other trades in the coordination and performance 0 the work is absolutely necessary

E The Elevator Contractor shall be responsible for any demolition and repairs a ociated with delivery and installation of the elevator equipment Sufficient care must be t ken by the Elevator Contractor to protect the building structure systems walls roof an surrounding surfaces from damage

F This is a tltime is of the essence contract

G Adequate safety barriers shall be installed by the Elevator Contractor in the ist way between the elevators to protect all such employees from exposure to the elevator e uipment in the opposite hoist way area

105 PROJECT CONDITIONS

A Prohibited Use The elevator shall not be used for construction purposes or ublic conveyance until the elevator renovation work has been completely finalized and approv by Architect or Owner and Elevator Consultant

B Painting Except as otherwise indicated in the elevator technical specificatio s the following painting work shall be required by the Elevator Contractor 1 Paint all of the car frame equipment platform steel members stiles and r lated equipment

prior to installing the new cab equipment 2 All painting except low odor paint applications shall be performed by th Elevator

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

106 WARRANTY

A Warranty certificates Submit elevator manufacturers and Elevator Contract rs type written project warranty certificates agreeing to repair restore or replace materials ving defects in the elevator work and materials furnished under this contract including all as ociated labor and materials that are reworked replaced or reconditioned as a requirement of t is contract Warranty also requires that the door operator eqUipment receive the necess ry adjustments required to comply with these specifications The warranty shall be for a peri d of at least twelve (12) months from the date of Final Completion of all elevator work inc uded in this contract The date of the Final Completion shall be as determined by repres ntatives of Elevator Contractor Owner and Elevator Consultant

DCSI 010811 ElECTRIC OIL-HYDRAULIC PASSENGER ElEVATOR RENOVATION RK 14220- 6

DIFFENBAUGH BUILDING PHASE I ELEVATOR NO 24516 FlORID STATE UNIVERSITY

B Any adjustments repairs or otherwise needed work shall be performed by th Elevator Contractor as soon as possible after the problem is reported to the Elevator ontractor The Elevator Contractor shall be on site to make the needed repairs or adjustme s within one (1) hour 247 including holidays after the problem is reported

C Non-warranty parts and equipment The only parts or equipment that the EI vator Contractor shall not be required to furnish as part of his responsibility are those made n cessary as a result of major acts of vandalism fire floors windstorm civil disturbances or othe major losses Repairs made necessary by minor acts of vandalism abuse or misuse are to included in the work to be performed by this Elevator Contractor

PART 2 - PRODUCTS

201 MANUFACTURERS

A Manufacturer Only products manufactured by the following manufacturers ill be acceptable

on this project and the named products are subject to complete compliance ith the technical

speCification requirements listed hereinafter

1 Otis Elevator Company

2 Schindler Elevator Corporation

3 ThyssenKrupp Elevator Corporation

The following equipment component manufacturers are afforded prior appro ai subject to

complete compliance with the technical specifications

4 Elevator Components Inc model VFE 2500-HL or HH (closed loop heavy uty type linear or

harmonic door operator interlocks door tracks and door hanger equipm nt)

5 Janus Elevator Products (door safety detectors only)

6 Elevator Cabs Inc Tyler Elevator Products Gunderlin Ltd E-Cab Archit ctural Elevator

Cab Interiors Snap Cabs (elevator cab interior work)

7 Innovation Industries Inc Elevator Products Corporation Monitor Contr Is (vandal

resistant signal fixtures

8 Electronic Controls Inc (LED type emergency lighting system controls)

9 Pratt amp Lambert Sherwin -Williams Martin Senour (paints)

10 Rath Microtech (car emergency telephones)

11 GAL (door tracks door hangers door relating equipment and door closers only)

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION RK 14220-7

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORID STATE UNIVERSITY

B Substitutions Elevator Contractor may substitute other manufacture of elevator cab materials subject to the following 1 The Elevator Contractor must agree to an inspection of the products by wner Architect

and Elevator Consultant after assembly but prior to shipment Any de cts in materials or workmanship must be corrected prior to shipment to the site

2 Substitutions must fully comply with all technical requirements elevat r code quality and fit and all other aspects of these specifications

3 No substitutions of material grades finishes and other details will be ac pted 4 The Elevator Contractor shall be responsible for paying all associate costs for Owner

Architect and Elevator Consultant to visit the production plant to evaluat the products 5 No time extension will be permitted in the installation schedule du to substitution of

products manufacturers

202 MATERIALS1 GENERAL

A Materials patterns and finishes As selected by the Architect from the man facturers patterns and finishes for this project

B Steel 1 Shapes and bars ASTM A 336 2 Sheets ASTM A 336 cold rolled sheet commercial quality class 1 matt finish and

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 y Architect

D Aluminum 1 Sheet and plate ASTM B 209 alloy 6063-752 2 Extrusions ASTM B 221 alloy 6063-T52

E Finish flooring on platforms Supplied and installed by Elevator Contracto The Owner shall select materials for flooring The flooring shall be the same product or eq I to that which is installed in the other elevator in the adjacent section of the building

203 HOIST WAY AND MACHINE ROOM EQUIPMENT

A Platform The existing platform shall be retained and reused with the follow g work 1 Install new elastomeric type underlayment for installation of new floorin materials 2 If the platform has a plywood subfloor the top layer of plywood shall be placed under this

contract New plywood shall be W thickness high quality material with xterior glue 3 Clean and paint all of the metal on the platform assembly 4 Tighten all bolts and fastenings 5 Owner will not accept any additional charges associated with reuse of th

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-8

L

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORID

B Car sling Equipment The existing car sling and related hardware shall be reta Include the following work 1 Clean and paint all of the equipment 2 Adjust the brace rods as necessary 3 Owner will not accept any additional charges in connection with repairs

reconditioning of the safety equipment

C Guide rails The existing car guide rails shall be retained in their present locat

D Guides The existing guide assemblies shall be cleaned and retained

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

F Hydraulic Cylinder The existing cylinder shall be retained and reused

G Hydraulic Piping Retain and reuse

H Hydraulic Pumping Unit Retain and reuse Make required adjustments aft door operator equipment is installed

I Elevator Controller System Make required alterations to the wiring and com controller to accommodate the new door operator direction indicators on ca panel equipment

J Automatic terminal limits and directional limits The existing equipment retained and reused

K Automatic self leveling The existing leveling devices and equipment sh reused

Door operator machinery The existing door operator shall be removed completely new door operator equipment with the following design and feat 1 Heavy-duty gearless type harmonic motion design 2 Heavy-duty drive motor shall be alternating current type Motor shall be

model designed for long life service 3 Precise encoder on the drive motor shaft 4 Completely closed-loop design system 5 Door position recognition 6 Door velocity regulation 7 Door motor current monitoring control and regulation S Door closing pressure regulation Set door pressure at lS-20 pounds

STATE UNIVERSITY

ned and reused

placements or

on

r the new cab and

onents of the and car operating

all be completely

I be retained and

nd replaced with

2 horsepower

9 Immediate door reversal shall occur if preset closing door is obstructed fr m closing and door pressure of lS-20 pounds is exceeded for any reason

10 Include elevator code required car door restrictor device to prevent ope ing car door more than 4 when the car is outside the designated landing zone

DCSI 010S11 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-9

DIFFENBAUGH BUILDING PHASE I ELEVATOR NO 24516 FLORID STATE UNIVERSITY

11 Include high quality car door clutch assembly or suitable similar devices to unlock the hoist way doors

12 Door obstruction warning If door opening is obstructed for 15 secon (adjustable timer design of 12 to 30 seconds) an audible warning shall occur and continu to sound until the doorway is cleared however doors do not close When the door openin has been cleared the door shall close at normal speed

13 Door close watchdog If the doors are closing but do not compl tely close after a programmable time period the doors will recycle open for twelve (12) ti es to try to correct the fault before the elevator is automatically removed from se ice The recycling program shall be adjustable for up to 20 times

14 Door close assist When the doors have failed to fully close and are in th recycle mode the door drive motor shall have increased torque applied to possibly overc me 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 c II assignment (not coincidental call) the current door open time is changed to a shorter eld programmable time when the electronic door detection system is activated by a passen er passing through the doorway

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

17 Door operator control equipment without all of these features shall not acceptable 18 Door opening time measured from door closed position shall be 18 sec nds 19 Door closing time measured from door open position shall be 23 secon

M Door safety screen Replace existing door protection with new detector devi e The elevator car doors shall be equipped with high quality electronic type door safety screen qual in design and manufacture to that of Janus Elevator Products Inc The electronic safety creen device shall have both 3-D and Panachrome features built in to the system The Panachr me system shall feature green lighting mounted vertically along the edge indicating it is safe to enter the doorway and orangered lighting to indicate that the doors are ready to clo e or in the process of closing All electrical connections for this equipment shall be mounted 0 the car top out of reach of unauthorized persons Provide a defeat switch for the 3-D portion the safety screen for use if the Owner elects to turn off that portion of the screen operation

204 HOIST WAY ENTRANCES

A Doors The existing center-opening side-sliding type door panels shall II be retained and reused

B Frames The existing hoist way door frames shall be retained

C Headers fascia toe guards and dust covers The existing headers fascia t e guards and dust covers shall be retained and reused under this contract

D Interlocks The existing interlocks and interlock release mechanisms sha I be retained and reused Make any needed repairs to the interlock release mechanisms and in erlock assemblies

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-10

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA STATE UNIVERSITY

E Door hangers tracks relating equipment and door closers The existing equipment in this category shall be retained and reused

205 ELECTRICAL CONTROL SYSTEMS

A Elevator single car control system The existing elevator controller system s II be retained and reused Make any required modifications to accommodate the new door perator controller car direction indictors and car operating panel system

B Top of car inspection station Completely new elevator code approved ar top inspection stations shall be installed on the top of each elevator The station shall contain all of the necessary operating devices required by code Locate the car top operating tation in position that will allow the elevator maintenance technician to gain control of the el vator car from the landing without the need to step on the car to access the car top station rovide two (2) car top lights for illuminating the work area One (1) light shall be mounted 0 a self coiling cord arrangement 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 fluorescen type equal to 150 watts output Suitable lamp guards are required Include a duplex type GFCI rotected electrical outlet

206 ELEVATOR OPERATING AND SIGNAL DEVICES

A Car operating station or panel The existing car operating panel shall be totall completely replaced with all new equipment of the following design 1 Full height and width swing panel and entrance column type panel compl te with heavy

duty type locking devices and adjustments to alleviate rattles and warpin Design the full swing type front return panel to permit a custom design appearance Inst II a suitably sized recessed metal box to enclose the signal devices behind the front return

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 cen r jewels for illumination with red LED lamps Match the button designs in the other el vator in the same building

3 Lower portion of operating station shall have door control buttons keyed alarm button Alarm button shall have a center jewel that illuminates red pushed

4 Electronic chime to indicate passing of floors 5 Provide an elevator car overload jewel and audible alarm This feature sh

operational until the elevator is completely modernized with new control

14220-11

6 Upper portion of the control station shall contain a tight fitting stainless st el cabinet door covering the firemens control buttons and features Door shall have a 10 that meets the latest fire code requirements Phase II operation instructions shall be lam ated to interior of the cabinet door The sub-plate and features inside the cabinet shall c ply with the control features that currently exist In the future the features shall be u -dated to comply with the ASME A171 Safety Code at the time of the elevator renovation

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION

quipment

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA STATE UNIVERSITY

7 Include firemens jewel that flashes when fire or smoke is in the machine oom or hoist way If this feature can be made operational at this time the flashing light shall be made to operate Otherwise the jewel shall be available for future use when the ntrol equipment is replaced

8 Include engraving for elevator serial number at the top of the panel 9 Below the elevator numbers locate a digital type car position indictor an

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 nd with 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 instruction p te for operating the phone The phone shall be Rath-Microtech brand amp model that fully mplies with the equipment currently being used by Telecommunications Department Flo ida State University Verify the design requirements prior to purchase of the phon equipment

12 Below the emergency telephone device provide an elevator service cabin t with a tight fitting stainless steel door Cabinet door shall be large enough to contain completely flush mounted clear Lexan brand certificate cover large enough to accommod te the State of Florida elevator operating certificate of standard size Door shall have a s itable 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 Provide engraving for elevator lifting capacity in both pounds and numbe of people 14 Furnish a light colored duplex type GFCI protected outlet grounded elect ical outlet located

as low as possible in the operating panel securely fastened to the rear of he panel 15 All markings shall be fastened from the rear and be easily replaceable if t ey become

damaged No markings shall appear to be surface mounted type 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 hall be polished

stainless steel materials 18 All display lamps shall be high intensity LED type 19 Front return panel when completed with new operating fixture devices s

professional design and quality and shall fit-up well in the new elevator c b structure

C Car riding lanterns New car riding lanterns shall be furnished and installed 0 each side of the cab opening The design shall be vandal resistant and include an electronic c ime and high intensity brilliant white and brilliant red LED lamps Locate at the required di ance from the floor level Chimes shall sound one (1) time for up traveling car and two (2) ti es for down traveling car Chime audible sound level shall be easily adjustable by the elev tor maintenance technicians Cover plates shall be held in place with countersunk spanner he matching material

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-12

screws of

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA STATE UtIIVERSITY

D Landing stations All of the existing landing stations shall be retained and reu

207 ELEVATOR CAB ENCLOSURE

A Elevator cab The existing elevator cab structure shall be completely remove with a new cab assembly The new cab shall include the following designs m features 1 Three (3) walls of the elevator cab shall be constructed of 14 gauges no

stainless steel with suitable reinforcement to prevent warping or rattling

ed

and replaced terials and

satin finished

2 The cab walls on three (3) sides shall be equipped with high quality replac able panels that are applied to the walls The panels shall be constructed and installed in t e following manner a There shall be three (3) applied panels across the rear of the cab and wo (2) panels on

each of the side walls Total number of panels in the cab shall be 14 II aligned to provide a professional appearance The lower panels shall be designe to allow for ventilation through the walls without exposed ventilation grills in the ase area of the cab

b Panels shall be divided at the handrail location allowing approximatel 5-6 spacing from the bottom of the top panels to the tops of the lower panels

c The top ofthe applied wall panels shall be set at approximately 7-4 bove the finished floor level

d The panels shall be approximately 78 total thickness using high qua ity wood core materials backed with laminate plastic for panel stabilization The fr t of the panels shall be faced with 5WL stainless steel materials approximately 18 ga ge materials

e The edges of all panels shall be equipped with 18 thickness stainless steel fabricated in an angle shape so that the edging can be attached to the rear of th panels with countersunk screws The edge materials shall be held as tightly as po ible around the panels to avoid large gaps in the materials Weld corners and grind 0 all sharp edges on the corners and remove any sharp edges on the edge materials T e stainless steel edging shall extend approximately 18 beyond the face of the 5WL f e materials

f Provide concealed ventilation grills or openings behind the wall panel 3 Design the total cab height to be approximately 8-2 total overall Eleva r Contractor shall

take field measurements to verify that a cab of this height will fit the exist ng car sling Adjust the height of the cab to fit if the existing car frame will not accept cab of that height

4 Top of the cab shall be heavy gauge furniture steel with baked on white e amel finish Thickness of the cab top along with the reinforcement shall support two 2) workmen along with their tools

5 The front return panels and transom shall be constructed of 14 gauge sati finished stainless steel materials

6 Cab base area shall be covered with 12 gauge stainless steel approximatel 5 high Laminate the metal to the wall panels with high quality industrial grade c ntact cement Smooth the top surfaces to remove sharp edges This straight base is to r inforce the base area to avoid denting and damage from floor buffers

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-13

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

erials Secure

7 Handrails shall be installed on three (3) sides of the elevator cab Rails sh II be constructed of heavy gauge round stainless steel with suitable number of matching su ports that will permit each rail to support at least 600 pounds at any location Return th ends of the rails toward the wall panels Provide oversize backing plates on the rear of the cab walls

8 Provide stainless steel bumper rails located approximately 8 above the fl or to the top of the rails The rails shall be constructed of 38 thick by 3 high solid stainl ss steel bumper rails Provide matching stainless steel supports for the rails designed to s pport at least 600 pounds on each rail at any location the rail Return the rails toward the II panels Provide oversize backing plates on the rear of the cab walls

9 The existing cab ceiling shall be handled as follows a Carefully remove the existing stainless steel ceiling and LED lighting sy tern without

damaging the materials This ceiling shall be installed in the new cab t a height of approximately 7-6 above the finished floor level

b As part of the new cab top provide a suitably located emergency exit anel that is arranged for removal through the top exit panel Align the exit with t e opening location in the existing cab ceiling

c Provide an electrical switch assembly on the top exit to prevent the el vator from moving unless the exit is closed and locked

d Height of the cab top and location of the cab ceiling shall be verified y Elevator Contractor prior to designing the cab drawings

10 Furnish and install new sandwich type construction car door panels with s itable reinforcement for the car door clutch and other devices Door shall be fa with 14 gauge no 4 stainless steel material

11 Threshold for the car door entrance shall be satin finished nickel silver rna with matching countersunk nickel silver bolts

12 Provide a new two (2) speed squirrel cage type exhaust blower with at Ie st 700 cubic feet per minute capacity on high speed Propeller fan is not acceptable

13 Furnish a new certificate frame that will accept standard size of State of FI rida operating certificate The flush mounted frame shall be incorporated in the swing d or for the service cabinet

14 Furnish and install a new Emergency telephone device Phone shall be Rat -Microtech model no 2100-967DVCA or other as approved by Owner Prior to purch se of the equipment Elevator Contractor shall verify the model number by contacti g Telecommunications Department of Florida State University Incorporate nto car operating panel

15 Provide high quality vinyl material protection pads and stainless steel pa buttons Install buttons with screws coated with Loctite no 290 tread sealer material t prevent removal without appropriate tools Pads shall also cover the front return panels i which cutouts shall be provided for operating devices

16 Provide stainless steel type 304 with no 4 satin finish 17 Provide any additional features as required by elevator code 18 Clean and polish the entire elevator cab prior to acceptance Cab shall ha e a like new

appearance except for any dents or deep scratches that remain as a resul of the existing damage

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-14

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

19 Furnish and install new cab flooring materials specified elsewhere Before install sheet type elastomeric goods to cover the entire floor area Glue d the plywood

208 ALARM BELL SYSTEM

A Retain the existing emergency alarm bell system provided it will function as

TATE UNIVERSITY

installing the cab wn the sheet to

quired hereinafter If a new alarm bell system is required provide as a requirement of this contract

209 CAR TOP RAILING SYSTEM

A Furnish and install a car-top safety railing system for added protection for ele ator technicians While working on the car top Comply with all code requirements on height a d mounting

210 ELECTRICAL WIRING AND WORK REQUIREMENTS

A Furnish and install new electrical wiring conductors and other wiring as requ red Install new NEC approved conduit conduit fittings electrical pull boxes raceways and du t work were required

B Emergency Car Lighting Provide LED type emergency car lighting system that will automatically illuminate when the normal power supply fails The LED lighting system shall e incorporated into the normal ceiling lighting system by installation of the emergency cab Ii hting system available from Electronic Controls Inc Cape Canaveral Florida Illuminate at least three (3) of the normal lighting fixtures with the emergency lighting system for a period at least four (4) hours after the loss of power Also provide emergency power supply for the larm bell as part of the emergency lighting system

PART 3 - EXECUTION

301 EXAMINATION

A Before fabricating the equipment or commencing elevator installation work i spect the complete hoist way and equipment platform dimensions machinery to be re sed pit area and machine room as constructed or modified verify all critical dimensions and e amine supporting structures and all other conditions under which elevator work is to be installe or performed Do not proceed with the elevator installationrenovation work until all conditi ns have been reviewed and evaluated

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

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-15

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

302 INSTALLATION

A Install new elevator system components and incorporate the equipment that and reused in a completely satisfactory installation

TATE UNIVERSITY

is being retained

1 Work to be performed by completely competent fully trained elevator in tallation personnel in accordance with the requirements of ASME AI71 elevator anufacturers installation instructions and approved shop drawings All elevator mecha ics working on this project shall hold current State of Florida Certificate of Competency license cards The use of temporary or probationary mechanics to perform work as a mechanic is not acceptable on this contract

2 Comply with the National Electrical Code and ASME A175 for elevator el required during installation of this equipment

3 Perform work with skilled workmen under the direct control and supervis on of the Elevator Contractors experienced foreman and superintendent The Owner Arch tect and Elevator Consultant shall reserve the right to interview all employees assigned to ork on this project and require that any unsuitable employees in their sole opinion e removed from the site

4 Mount all moving elevator components on vibration absorbing mounts d signed to effectively prevent the transmissions to the structure and eliminate sour es of structure borne noise from the elevator system

303 FIELD QUALITY CONTROL

A Acceptance testing Upon completion of the elevator installation work and b fore use of the elevator equipment performance acceptance tests are required to demonstr te that the equipment will sustain and lift the loads for which the elevator was initially d signed Test weights shall be provided to perform these tests and must be used to demon trate the performance in the presence of representatives of the Owner Elevator Cons Itant and a State of Florida licensed CEI (QEI) elevator inspector Elevator inspector shall not b a former or current employee of the Elevator Contractor

B Advise the Architect Owner Elevator Consultant and CEllicensed elevator in ector at least five (5) business days in advance of the date and time the testing is to be pe rmed on the elevator equipment

304 ADJUSTING WORK

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

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-16

elevator

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

305 CLEANING

A Before final acceptance remove all protective materials from the finished su the plastic sheeting All of the elevator equipment must be cleaned prior to Fi

TATE UNIVERSITY

ces including al Acceptance

B At completion of the elevator work remove all tools equipment surplus mat rials and the like from the site Remove all trash and debris during the clean-up Thoroughly cI an up all oil spills and residue

307 TURNOVER OF DOCUMENTS TOOLS AND OTHER SUCH REQUIREMENTS

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

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

C Provide at least twelve (12) sets of all elevator keys to the Owner except for t e elevator door keys

308 COMPLETION DATE

A The installation is not considered complete until the complete project has be considered to have been performed in a first-class professional manner and is completely ceptable to the Owner and Elevator Consultant Further all adjustments load tests perfor ance tests and punch-lists must be completed All required documents special tools archiv I information and the like must be turned over to the Owner prior to establishing the final com letion date

B The Owner Elevator Contractor and Elevator Consultant must be in agreeme t as to the completion date and date the warranty shall commence

309 ELEVATOR SCHEDULE

A Number of elevators - One (1) Westinghouse Elevator Company brand elevat r previously

modified by Mowrey Elevator Corporation

B Elevator type - Electric Oil-Hydraulic

C Speed - Approximately 200 feet per minute Set down speed at 180 feet per inute in down

direction with no load on the elevator

D Control system - Omron microprocessor type installed by Mowrey Elevator

E Door type - Center-Opening side-sliding 3-6 wide by 7-0 high

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-17

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

F Warranty - Twelve (2) months after completion and acceptance by the Owner

310 ELEVATOR CONTRACTOR PERFORMANCE REQUIREMENTS UNDER THIS CONTR

A Considering that this is a time if of the essence Contract the expectation

require the Elevator Contractor be mindful of the need for prompt handling

Contract Consequently rigid timelines are being established prior to accepta

B After award of the elevator contract work or issuance of a notice to pro

Contractor shall perform the work as follows

TATE UNIVERSITY

CT

of the Owner do

all aspects of this

ce of bids

ed the Elevator

1 Provide all required submittals shop drawings samples etc within thirty 30) of the

contract award notification

2 Elevator Contractor shall allow ten (10) work days for the review and app val process and

time to return the submittal documents Elevator Contractor is expected 0 travel to the

FSU Campus to the pick-up the approved or approved as noted docu ents and samples

at the location designated in advance

3 Elevator Contractor shall make all necessary arrangements to obtain all m terials to be

installed under this contract including handling appropriate delivery of al such materials to

the work site no later than ten (10) weeks from the date the approval pr cess has been

completed and the required documents are returned to Elevator Contrac or

4 Elevator Contractor shall notify the Owner in seven (7) calendar days adv nce of the exact

date of the elevator being removed from service so that information reg rding the elevator

renovation work can be provided to the building management personnel nd students

5 Any questions regarding the requirements scheduling needs or other con erns shall be

handled by both parties in a manner that should not delay the work sche ule on the site

6 Once the elevator is removed from service the work schedule shall conti ue without

interruption until the project has been completed The Elevator Contract r shall complete

all work on the elevator within eighteen (18) calendar days from the tim the elevator is

removed from service This time period includes all testing adjusting cle ning painting

trash removal and all other associated work In the event the Elevator Co tractor

anticipates requiring additional time to perform the work this work shall e included as

overtime or shift work and shall be included in the bid price

7 When the work is commenced on the elevator no delays wit be accepte by the Owner

unless the delays are caused by fires storms floods civil disruption the

materials labor strikes or similar causes over which neither party has not

8 When Elevator Contractor submits a bid for this work he or she complet y accepts the

requirements of the technical speCifications and the Elevator Contractor

Requirements stated herein

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-18

ontrol

erformance

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

SPECIAL TERMS AND CONDITIONS

A Public Inspection

In accordance with Florida Statutes the ITN shall not be made available for public ins ction until the

University provides notice of a decision or intended decision pursuant to s312053 (5) ) Florida Status

or within 10 days after the opening date whichever is earlier

B Written Communications Required

No negotiations decisions or actions shall be initiated or executed by the Proposer a a result of any

discussion with any University employee Only those communications that are in writ ng from the

University Facilities Purchasing Department shall be considered as a duly authorized e pression on

behalf of the University Also the University will recognize only communications fro Proposers that

are signed and in writing as duly authorized expression on behalf of the Proposer

C Formal Offer

A Proposers written submission in response to the ITN shall be considered as the Pro osers formal

offer The content of the ITN the Proposers submission in response to the ITN and r suiting

contractpurchase order(s) shall be considered the entire agreement between the su essful Proposer

and the University It is understood and agreed that nothing herein is intended or sh uld be construed

as constituting the Proposer as the agent or representative of the University for any p rpose or in any

manner whatsoever The Proposer is and shall remain an independent contractor 0 erating in

accordance with the terms and conditions of the license granted as a result of this Inv ation of

Negotiation

D Interpretations

Proposers shall examine the ITN to determine if the Universitys requirements are de rly stated If

there are any requirements that are too vague or restrict competition the Proposer ay request in

writing that the specifications be changed A Proposer who request change in the sp cifications must

identify and describe the Proposers difficulty in meeting the Universitys specificatio must provide

detailed justification for the change and must provide a recommended change to the specification

Request for changes must be received in the Facilities Purchasing Department by the lose of the

business day not later than the entry note in the Calendar of Events area of this IT as the last to

receive written inquiries regarding the Proposal A Proposers failure to request chan es by the

permissible date shall be considered acceptance of the Universitys Specifications and a waiver of the

Proposers right to protest the ITN on the basis of Specifications The University rese es the right to

determine which changes to the ITN shall be acceptable to the University If required the University

shall issue an addendum reflecting the changes to the INT This addendum shall be s nt to all Proposers

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-19

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

so that each is given the opportunity of submitting proposals to the same Specificatio

Specifications shall be considered the Universitys minimum mandate requirements

E Verbal Communications

TATE UNIVERSITY

Said

Proposers may not consider any verbal instructions as an official expression on the Un versitys behalf

Only written communications Signed by a duly authorized representative of the Facili ies Purchasing

Office shall be considered valid

F Proposal Tabulation

A Proposal Tabulation that serves as the Notice of Award to the Proposer of receivi the contract

award will be posted for review by interest parties at the University Facilities Purchasi g Department on

the day noted in the Calendar of Events area of this ITN and will remain posted for a period of

seventy-two (72) hours Any person who is adversely effected by this University decis on or intended

decisions as detailed above in connection with this ITN shall file a written Notice of rotest with the

Director of Facilities Purchasing Failure to file a Notice of Protest within the 72 hour after the

protested University intended decisions is posted shall constitute a waiver of proceed gs under s120

Florida Statutes A Notice of Protest is considered filed when it is delivered to Facili ies Purchasing

Department 969 Learning Way 114 MMA Tallahassee Florida 32306 during normal ours of operation

of the file a Formal Written Protest and the bond required under Rule 6C-18055(3) lorida

Administrative Code (FAC) with ten (10) days after filing the Notice of Protest in the ccordance with

Rule 6C2-2015(13) FAC shall constitute a waiver of the Proposers right to protest un er s12057(3)(b)

Florida Statutes

G Mandatory Requirements

Any proposal that fails to meet mandatory Specifications stated in the ITN may be rej cted Any

proposal that does not comply with the functional cost or contractual requirements i the ITN may be

rejected In addition to the requirements of paragraph (8) Awards of the General Co ditions on the

Invitation of Negation Commodities Acknowledgment form the University shall not b liable to pay for

information obtained from or through any Proposer prior to issuing the purchase ord r to the successful

Proposer

H Minor Irregularities

The University reserves the right to waive minor irregularities in proposals providing uch action is in

the best interest ofthe University Minor irregularities are defined as those that hav no adverse affect

of the Universitys interest will not affect the amount of the Proposal and will not giv a Proposer an

advantage or benefit not enjoyed by another Proposer

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-20

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

I Format

Each proposal shall be prepared simply and economically providing a straight forward concise

delineation of the Proposers capabilities to satisfy the Specifications of the ITN Fancy binding colored

display and promotional materials are not desired However technical literature and ictures of

proposed equipment should be included in the proposal Emphasis in each proposal ust be on

completeness and clarity of contents To expedite the evaluation of Proposals it is es ential that

Proposers follow the format and instructions contained herein Failure to follow the r quested format

may result in rejections

J Extension Errors

In the event of extension error(s) the unit price will prevail and the Proposers Total er will be

corrected accordingly In the event of addition errors the extended totals will prevail nd the

Proposers Total Offer will be corrected accordingly Proposers must check their Prop sal for any such

errors and state the discount(s) where applicable

K University Point of Contact

The Proposers pOint of contact for all matters relating to this ITN is

Betty-Jean (BJ) Lewis

Florida State University Facilities Purchasing Department

969 Learning Way 102A MMA

Tallahassee Florida 32306

Fax (850) 644-5071

E-mail blewisadminfsuedu

Written questions on this ITN must be submitted to Betty-Jean (BJ) Lewis Questions ust be received

by the date listed for that event in the Calendar of Events After that date no inqui ies regarding the

Proposal oral or written will be accepted

L Contractor Point of Contact

Each Proposer shall identify in its submittal the single point of contact for all matters elation to the

response

M Proposal Materials

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-21

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

The materials submitted in response to this ITN become the property of the Universit upon delivery to

the Facilities Purchasing Department All of the materials will considered as part of th ITN and will be

subject to review as public records 10 days after the ITN is opened or an award is mad whichever

occurs first

N Proposal Rejection

The University shall have the right to reject any or all Proposals and in particular reje a Proposal not

accompanied by data required by the ITN or Proposal in any way incomplete or irreg ar including

omissions of pricing Conditional Proposals will not be accepted

O Conflict Between Document

If any terms and conditions contained within the documents related to this ITN are in onflict with any

other terms and conditions contained therein then the various documents comprisin this ITN as

applicable shall govern in the following order of the precedence AmendmentChange Order Addenda

ITN Terms and Conditions ITN Specifications ITN Responsibilities general conditions f the ITN

Proposal

P Additions Deletions Substitutions

Should the University find it necessary to supplement modify correct or interpret an portion of the

ITN during the Proposal period such action shall be taken by issuance of a written Ad endum to the

documents distributed to all known prospective Proposers Addenda will be issued no less than seven

(7) calendar days prior to the date scheduled for receipt of Proposals

Q Interpretation

Neither interpretation of the meaning of the ITN documents nor any corrections of a biguity

inconsistency or error will be made to any Proposer orally All such communications ill be in the form

of written addenda as issued by the Selection Community Only written addenda issu d by the Selection

Community shall be binding Proposers are advised that no other source is authorize to accept or give

information concerning explain or interpret the ITN

R Addenda Acknowledgment Form

Any addenda issued by the University to participating Proposers shall include an Add nda

Acknowledgment Form This form shall be signed by a company representative dat d and returned to

the University by the date specified in the Calendar of Events for Proposals to be 0 ned

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-22

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

S Amendments

Any amendments alterations or modifications to the contract resulting from this ITN ust be in the

form of a change order to the original contract and have the written approval of the F cilities Purchasing

Department and must be signed or initialed and approved by the same signatories not d on the ITN

T Assignment

Under no circumstances shall the successful Proposer assign to a third party any right r obligation of

successful Proposer pursuant to this Proposal without prior written consent of the Uni ersity If the

successful Proposer is or during the term of the contract resulting from this ITN beco e an individual

on the payroll of the State of Florida successful Proposer represents that he or she ha complied with all

applicable provisions in the Florida Statutes and Florida Administrative Code regardin outside or dual

employment and compensation

U Jurisdictional Applicability

Applicable provisions of all federal State of Florida county and municipal statutes la s ordinances

rules and regulations shall govern Proposal submitted hereto and any resulting contra t Lack of

knowledge by any Proposer shall not constitute a cognizable defense against the legal effect thereof

Disputes arising from or in connection with the contract shall be determined before Florida court of

competent jurisdiction or through an applicable administrative proceeding whichever s appropriate to

the circumstances under Florida law In the event that either party is required to obta n any permit

license or authorization as a prerequisite to performing its obligation under the contr ct the cost shall

be borne by the party required to obtain the permit license or authorization

V Governmental Restrictions

In the event any governmental restrictions may be imposed which would necessitate Iteration of the

terms of the contract resulting from this ITN it shall be the responsibility of the succe sful Proposer to

immediately notify the University in writing indicating the specific regulation which r quires the

alteration The University reserves the right to accept any such alteration including a y fee adjustments

occasioned thereby or to cancel the contract at no expense to the University

W Negotiation

In the event services are required to be performed or equipment required to be purc ased that are not

set out in the ITN but are within the general scope of the reqUirements the Universi and the

contractor hereby reserve the right to negotiate the terms covering the required serv ces or equipment

not to exceed $25000 per itemoccurrence

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-23

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FlORIDA TATE UNIVERSITY

X Additions Deletions and substitutions

The University reserves the right to add to or to delete any item from this ITN on a per odic basis as

necessary when deemed in the best interest of the University The contractor is respo sible for

submitting requests for such changes on a timely basis with sufficient documentation 0 allow

evaluation of the request When items are approved and added to the contract the c ntractor shall

maintain those items on the contact for a minimum of 120 days and sufficient quantit to accommodate

reasonable request or make provisions to offer substitute items as outlined in this sec ion

The University will consider substitutions for discontinued items provided that substit te items have

equivalent or greater featurescapabilities and shall be offered at the same or lower p ice as the item

replaced The University reserves the right to accept or reject substitutions

The University will consider the addition of newly released items provided that those i ems are offered

at the same percentage discount as similar items on the contract

The University will consider changes to contract items provided revisions are in accor nce with the

conditions and Specifications contained in this ITN The University reserves the right t accept or reject

changes proposed by the contractor

Y Equal Opportunity

The Contract must al all times during the term of the contract be in compliance with a I federal state

and local laws rules and regulations relating to the nondiscrimination clause containe in Section 202

Executive Order 11246 as amended by Executive Order 11375 relative to equal Empl yment

Opportunity for all person without regard to race color religion sex or national origi and the

implementing rules and regulations proscribed by the Secretary of Labor are incorpor ted into the terms

and conditions of this ITN

Z Governmental Action

It is mutually agreed that if at any time during the term of the contractual agreement he Contractor is

required to make extensive program changes as a direct result of any determination r action by any

applicable Federal State or Local Government authority the University will be willin to negotiate any

cost increase necessitated by such changes subject to availability of funds Any nego iated price

increase may not be implemented until a contract amendment signed by both parties is processed

through the Florida State University Facilities Purchasing Department

AA Travel

Travel expenses included in any contractpurchase order resulting from this ITN must e in accordance

with Section 112061 Florida Statutes

DCSI 010811 ElECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-24

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

BB Parties to the Contract

Parties to the contract will be the University and the contractor Payment will only be ade to the

contractor and in the name as it appears on the Proposal submitted and the resulting ontract

Cc Contractors Insurance

The Contractor shall not commence performance in connection with the contract unti he has obtained

all the following types of insurance and such insurance has been approved by the purc aser nor shall

the Contractor allow any subcontractor to commence work on his subcontract until all similar insurance

required for the subcontractor has been so obtained and approved All insurance poli ies shall be with

insurers qualified and doing business in Florida and with an AM Best rating of no les than AX The

purchaser shall be furnished proof of coverage of insurance by certificates of insuranc accompanying

the contract documents and shall name the Florida State University and Florida Board f Trustees as an

additional name insured The insurer shall provide 30 days written notice to the certi cate holder if a

policy is to be canceled before the expiration date thereof

The purchaser shall be exempt from and in no way liable for any sums of money that may represent a

deductible in any insurance policy The payment of such deductible shall be the sole r sponsibilityof

the Contract andor Subcontractor providing such insurance

1 Workers Compensation Insurance

The Contractor shall secure and maintain during the life of this agreement Workers mpensation

Insurance for all his employees connected with the work of this project and in case a y work is sublet

the Contractor shall require the subcontractor similarly to provide Workers Compens tion Insurance for

all the latters employee unless such insurance shall comply fully with the Florida Wor ers

Compensation Law In case any class of employees engaged in hazardous work under this contract at

the site of the project is not protected under Workers Compensation statute the Co tractor shall

provide and cause each subcontractor to provide adequate insurance satisfactory to he purchaser for

protection of his employees not otherwise protected

2 Contractors Public Liability and Property Damage Insurance

The Contractor shall secure and maintain during the life of this agreement COMPREH NSIVE GENERAL

L1ABNILITY AND COMPREHENSIVE AUTOMOBILE LIABILITY INSURANCE as shall protec him from claims

for damages personal injury including accidental death as well as claims for propert damages which

may arise from operations under this agreement whether such operations be by him If or by anyone

directly or indirectly employed by him and the amounts of such insurance shall be th minimum limit as

follows

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-25

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

1 Body Injury Liability $1000000 each acci nt

2 Auto Property Damage Liability $ 500000 each accid nt

3 Property Damage Liability- $1000000 each acci ent

(other than automobile) $1000000 aggregate operation

$1000000 aggregate protective

$1000000 aggregate contractual

Insuring clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended to provide coverage

on an OCCURRENCE basis

3 xcu (Explosion collapse underground damage) -the contractors liability P icy shall provide

xcu coverage for those classifications in which they are excluded

4 Contractual Liability - work contracts - The contractors liability policy shall co er such contracts

when they are affected

5 Subcontractors Public Liability and Property Damage Insurance

The Contractor shall require each of his subcontractors to secure and maintain during he life of this

contract insurance of the type specified above and insures the activities of his subco ractors in his

policy as specified above

Qualifications

All insurance poliCies shall be with insurers qualified and doing business in Florida

Proof of Insurance

Proof of insurance for all of the specified types and limits in the form of original Certif cates of Insurance

shall be delivered to the Facilities Purchasing Department within ten (10) days of exe tion of the

contract In lieu of original certificates certified copies of the actual policies may be f rnished

Whether certificates or policies are furnished the Florida State University and the Bo rd of Trustees

shall be deSignated as additional named insured Each such copy or certificate shall c ntain a valid

provision or endorsement that the policy may not be canceled terminated changed r modified

without giving thirty (30) days written advance notice thereof to the Universitys repr sentative A

renewal policy or certificate shall be delivered to the University at least thirty (30) da s prior to the

expiration date of each expiring policy If at any time any of the policies shall be or b come

unsatisfactory to the University as to form or substance or if any of the carriers issui g such policies

shall be or become unsatisfactory to the University Contractor shall promptly obtain a new and

satisfactory policy in replacement upon such written notice from the University

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-26

DIFFENBAUGH BUILDING PHASE I ELEVATOR NO 24516 FLORIDA

Original Copy

If determined necessary by the Universitys representative the Contractor shall delive

Universitys representative upon demand the original of any policy shall be returned t

Deductibles

The University shall be exempt from and in no way liable for any sums of money that

deductible in any insurance policy The payment of such deductible shall be the sole r

the Contractor andor subcontractor providing the insurance

DD Liability

The following Special Conditions supersedes General Conditions Number 21 Liability

to Negotiation Commodities Acknowledgment form

Contractors entire liability and the Universitys exclusive remedy shall be as follows

In all situations involving performance or non-performance under this Agreement th

be entitled to actual damages to the limits set forth in this provision

Contractors liability for damages to the University for any cause whatsoever and reg

TATE UNIVERSITY

to the

Contractor

may represent a

sponsibility of

n the Invitation

University shall

rdless of the form

of action whether in contract or in tort including negligence shall be limited to the gr ater of $100000

or the contract price stated herein for damages that are the subject of matter of or a e directly related

to the cause of action The foregOing limitation of liability will apply to

bull the payment of the cost of damage awards pertaining to patent and copyrigh indemnity or to

bull claims for re-procurement costs or the cost of cover pursuant to Rule 6C220 5(20) of the

Florida Administrative Code or to

bull claims for personal injury or damage to real or person property caused by Sel rs tortuous

conduct

Contractor shall hold and save the University harmless for any and all suits and judgm nts against the

State for personal injury or damage to real or personal property caused by Contracto s tortuous

conduct in the performance of this Agreement provided that

bull the University promptly notifies the Contractor in writing of any claim and

bull the Contractor shall be given the opportunity at its option to participate an associate with the

University in the control defense and trial of any claim and any related settle ent negotiations

and provided further that with respect to any claim or portion thereof for hich Contractor

agrees at the initiation of such claim that Contractor shall save an hold the U iversity harmless

Contractor shall have the sole control of the defense trial and any related se lement

negotiations and

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-27

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

bull the University fully cooperates with the Contractor in the defense of any claim

In no event however will Contractor be liable for

bull any damages caused by the Universitys failure to perform the Universitys res onsibilities or

for

bull any lost profits or other consequential damages even if Seller has been

advised of the possibility of such damages or for

bull any claim against the University by any other party e ept as provided

in the hold harmless provision of the preceding parag aph of this

provision and except as provided in Paragraph 18 of t e General

Conditions Patents and Royalties on the Invitation 0 Negotiation

Commodities Acknowledgment form or for

bull any damage caused by performance or non-performa ce of machine or

programming located outside the United State or Pue 0 Rico

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-28

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

SPECIAL TERMS AND CONDITIONS Payment shall be made in accordance with s 215422 FS which provides that agencies have 5 working days to inspect ampapprove goods ampservices unless bid specifications r the PO specifies otherwise If payment is not available within 40 days measured from t e latter of the date the invoice is received or the goods or services are received inspected an approved a separate interest penalty set by the Comptroller pursuant to s 5503 FS will b due and payable in addition to the invoice amount To obtain the applicable interest rate please contact the University Facilities Payables and Disbursements Section at (850) 644-047 Invoices returned to a vendor due to preparation errors will result in a payment elay Interest penalties of less than $1 will not be paid unless the vendor requests payment The payment period does not begin until all terms of the contract (including shi ping and billing instructions exactly as they are specified on the purchase order) hav been met and a properly completed invoice is provided the University The university reserve all administrative contractual and legal remedies against the contractor or vendor ho breaches any of the contract terms The employment of unauthorized aliens by any contractor is considered a viola ion of Section 274A(e) of the Immigration and Nationality Act If the contractor knowingly emp oys unauthorized aliens such violation shall be cause for cancellation of this purch se order Acceptance of this order serves as certification that the vendor or its principals (a) are not presently debarred suspended proposed for debarment declared ineligible 0 voluntarily excluded from covered transactions by any federal department or agency (b) ve not within a three-year period preceding this proposal been convicted of or had a civil judg ent rendered against them for commission of fraud or a criminal offense in connection with 0 taining attempting to obtain or performing a public (federal state or local) transaction r contract under a public transaction violation of federal or state antitrust statutes or commissio of embezzlement theft forgery bribery falsification or destruction of records rna ing false statements or receiving stolen property (c) are not presently indicted for or oth rwise criminally or civilly charged by a government entity (federal state or local) with commissi n of any of the offenses enumerated in paragraph (b) of this certification and (d) have not wit in a three-year period preceding this applicationproposal had one or more public transactions federal state or local) terminated for cause or default 52249-5 (a)-(f) Hazardous Material Identification and Material Safety Data When subcontract involves hazardous material Utilization of Small Business Concerns and Small Disadvantaged Business Concerns Walsh-Healey Public Contracts Act 52219-8 52222-20 Employment if the subcontract amount 52203-7001

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-29

Page 6: Invitation to Bid (ITB) til the dates - FSU Facilities · Invitation to Bid (ITB) ... Elevator renovation work includes, but is not limited to, ... hands-free telephone instrumen

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORID STATE UNIVERSITY

F Operation amp maintenance equipment and other such data (specifically desig ed for this project) shall be submitted to the Owner including the following items 1 Provide four (4) copies of all elevator equipment installation adjustment instructions

maintenance recommendations parts lists lists of recommended spare arts and troubleshyshooting instructions protection devices door restrictor device and any ther electrical and mechanical equipment required under this contract Provide the four (4) copies of all of this information in heavy duty oversized three (3) ring binders which must e project specific in terms of details Include reduced size lias-built electrical wiring diagr ms in the project manuals Include electrical drawings and lists of all fields wiring pull she ts or wiring connections used throughout the elevator system

2 The four (4) copies of the project manuals must also include all of the ne ssary information necessary for reliable elevator contractor to efficiently trouble-shoot ma ntain service adjust parameters test or otherwise evaluate and suitably alter perform nce of the new equipment including door operator and signal fixture This information all include all necessary SIM cards (one copy of these cards for each elevator) passwor s legends reference codes key words descriptions that activate the diagnostic po on of the controllers door operators and other control devices The manuals shall include all necessary instructions on how to change the parameters that impact sa~ y of operation during normal operation and during scheduled testing of the equipment

3 Provide one (1) archival copy of any computer chips SIM cards other pro rammed items or devices or software type programs to the Owner for future use that are required to restore the elevator equipment to normal operation adjustment testing parameter adjustment or other related work whatsoever after a door operator part replacement lightning strike power surge or if any of these items may be needed for a y such event If any changes occur to the software or programming during the one (1) ye r warranty and maintenance period a revised set of software or electronic chips shall be rovided to the Owner automatically and without any charge to the Owner

4 Provide one (1) complete set of reproducible as-built electrical wiring iagrams on either heavy gauge Mylar materials or 24 pound high rag content paper printe with black on white paper background Include any revisions to the elevator controller iring diagrams These drawings shall be presented in a heavy gauge paper or plastic roll ith screw-on top labeled for the elevator project

5 Provide one (1) complete set of as-built electrical wiring diagrams mea uring 85 by 11 or 85 by 14 designed for mounting on a sturdy wall rack to be mounte on the wall of the elevator machine room All drawing pages shall be laminated with cle r plastiC to protect the drawings while being used to trouble-shoot the elevator equi ment 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 adju tment tools that are necessary for efficient maintenance adjusting testing and trouble-sh oting work on any of the elevator electrical control equipment including that of the door op rator or other electronic components These tools shall be electronically serialized for t is project and not usable on any other elevator equipment

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION RK 14220-3

DIFFENBAUGH BUILDING PHASE 1 ElEVATOR NO 24516 FLORID STATE UNIVERSITY

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

103 QUALITY ASSURANCE

A Manufacturer Qualifications An approved manufacturer regularly engaged i manufacturing elevator equipment of the type required for this project 1 The manufacturer of the new or replacement components must be a fir

listed among the prior approved manufacturers 2 The major parts of the elevator equipment shall be manufactured in No America 3 The manufacturer shall have a documented on-going quality assurance rogram 4 Only new components shall be acceptable No rebuilt reconditioned or sed equipment is

to be brought onto this worksite by the Elevator Installer The only previ usly used equipment components are the items clearly identified hereinafter

B Elevator Contractor Qualifications The Elevator Equipment Manufacturer financially owned organization of the Elevator Equipment Manufacturer (elevator install tion contracting and elevator maintenance firm organization) shall have no less than ten (10) ears of satisfactory experience installing and maintaining elevator equipment equal i character and performance in the Tallahassee area of Florida Submit with the bid a list of t least ten (10) similar or equal renovationmodernization projects and ten (10) electric oil-h draulic elevator maintenance contract accounts along with the names addresses and phone umbers of the Architects and Owners Additionally submit with the bid the building contac names addresses and phone numbers All such locations shall be within 50 miles of the Florida tate University Campus and are subject to review and evaluation by the Owner and Elevator onsultant prior to award of the elevator renovation contract

Elevator Contractor must already have a well established elevator sales main enance and repair office or facility within ten (10) miles of the campus of Florida State Universit prior to bidding on the work required for these elevators Response time to call-backs and e rgency repairs is highly critical to the Owner

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION RK 14220-4

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORID STATE UNIVERSITY

C Regulatory Requirements 1 ASME A171-2004 Safety Code for Elevators amp Escalators including all pu lished addenda 2 Florida Building Code 2007 Edition 3 NFPA 70 Latest Edition 4 ASME A175 Code for Elevator and Escalator Electrical Equipment latest 5 Americans with Disabilities Act - Accessibility Guidelines (ADAAG) 6 Florida State 399 Chapter 30 Florida 4A-47 Florida Chapter 61-C5 Elevat r Safety Code 7 AWS Standards - American Welding Society latest requirements 8 Any other State Federal or Local requirements include fire life safety an other codes

D Inspection and Testing Elevator Contractor shall obtain and pay for all requi ed inspections installation or alteration permits and fees associated with the elevator work der this contract 1 Secure all State of Florida required permits and pay all associated fees 2 Arrange and pay for the required inspections and tests to be performed i the presence of a

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

3 Copies of all such documents shall be submitted with the turn-over docu quantities required

104 DELIVERY STORAGE HANDLING SCHEDULING AND SITE RENOVATION WORK

A Deliver elevator materials components and equipment in manufacturers pr tective packaging All packaging and related refuse shall be properly disposed of at the expense f the Elevator Contractor

B Store materials in a dry protected area Protect and handle the materials in a cordance with manufacturers recommendations to prevent damage to materials Elevator ontractor shall arrange and pay for all off-site storage facilities that he may need in the exec tion of this contract The Owner shall not incur any additional costs for storage demurr e handling or other material related storage expenses Protected storage at the building is xtremely limited consequently the Elevator Contactor should anticipate the need for off-site s orage for the elevator related materials

C Equipment not being retained and reused in the execution of this contract sh II be promptly removed from the site at the sole expense of the Elevator Contractor The m terials removed from the elevator systems shall be regularly removed from the building and n t 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 at er elevator located on the Florida State University Campus

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION RK 14220-5

DIFFENBAUGH BUILDING PHASE 1 ElEVATOR NO 24516 FLORID STATE UNIVERSITY

D Elevator work on this project shall be performed on a one (1) shift per day 0 e (1) crew per elevator five (5) days per week except on legal holidays as may be applicabl due to union or other agreements Full cooperation of Elevator Contractor is expected and r quired in order to keep the project execution time to the minimum required for this type of ren vation project Working in concert with other trades in the coordination and performance 0 the work is absolutely necessary

E The Elevator Contractor shall be responsible for any demolition and repairs a ociated with delivery and installation of the elevator equipment Sufficient care must be t ken by the Elevator Contractor to protect the building structure systems walls roof an surrounding surfaces from damage

F This is a tltime is of the essence contract

G Adequate safety barriers shall be installed by the Elevator Contractor in the ist way between the elevators to protect all such employees from exposure to the elevator e uipment in the opposite hoist way area

105 PROJECT CONDITIONS

A Prohibited Use The elevator shall not be used for construction purposes or ublic conveyance until the elevator renovation work has been completely finalized and approv by Architect or Owner and Elevator Consultant

B Painting Except as otherwise indicated in the elevator technical specificatio s the following painting work shall be required by the Elevator Contractor 1 Paint all of the car frame equipment platform steel members stiles and r lated equipment

prior to installing the new cab equipment 2 All painting except low odor paint applications shall be performed by th Elevator

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

106 WARRANTY

A Warranty certificates Submit elevator manufacturers and Elevator Contract rs type written project warranty certificates agreeing to repair restore or replace materials ving defects in the elevator work and materials furnished under this contract including all as ociated labor and materials that are reworked replaced or reconditioned as a requirement of t is contract Warranty also requires that the door operator eqUipment receive the necess ry adjustments required to comply with these specifications The warranty shall be for a peri d of at least twelve (12) months from the date of Final Completion of all elevator work inc uded in this contract The date of the Final Completion shall be as determined by repres ntatives of Elevator Contractor Owner and Elevator Consultant

DCSI 010811 ElECTRIC OIL-HYDRAULIC PASSENGER ElEVATOR RENOVATION RK 14220- 6

DIFFENBAUGH BUILDING PHASE I ELEVATOR NO 24516 FlORID STATE UNIVERSITY

B Any adjustments repairs or otherwise needed work shall be performed by th Elevator Contractor as soon as possible after the problem is reported to the Elevator ontractor The Elevator Contractor shall be on site to make the needed repairs or adjustme s within one (1) hour 247 including holidays after the problem is reported

C Non-warranty parts and equipment The only parts or equipment that the EI vator Contractor shall not be required to furnish as part of his responsibility are those made n cessary as a result of major acts of vandalism fire floors windstorm civil disturbances or othe major losses Repairs made necessary by minor acts of vandalism abuse or misuse are to included in the work to be performed by this Elevator Contractor

PART 2 - PRODUCTS

201 MANUFACTURERS

A Manufacturer Only products manufactured by the following manufacturers ill be acceptable

on this project and the named products are subject to complete compliance ith the technical

speCification requirements listed hereinafter

1 Otis Elevator Company

2 Schindler Elevator Corporation

3 ThyssenKrupp Elevator Corporation

The following equipment component manufacturers are afforded prior appro ai subject to

complete compliance with the technical specifications

4 Elevator Components Inc model VFE 2500-HL or HH (closed loop heavy uty type linear or

harmonic door operator interlocks door tracks and door hanger equipm nt)

5 Janus Elevator Products (door safety detectors only)

6 Elevator Cabs Inc Tyler Elevator Products Gunderlin Ltd E-Cab Archit ctural Elevator

Cab Interiors Snap Cabs (elevator cab interior work)

7 Innovation Industries Inc Elevator Products Corporation Monitor Contr Is (vandal

resistant signal fixtures

8 Electronic Controls Inc (LED type emergency lighting system controls)

9 Pratt amp Lambert Sherwin -Williams Martin Senour (paints)

10 Rath Microtech (car emergency telephones)

11 GAL (door tracks door hangers door relating equipment and door closers only)

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION RK 14220-7

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORID STATE UNIVERSITY

B Substitutions Elevator Contractor may substitute other manufacture of elevator cab materials subject to the following 1 The Elevator Contractor must agree to an inspection of the products by wner Architect

and Elevator Consultant after assembly but prior to shipment Any de cts in materials or workmanship must be corrected prior to shipment to the site

2 Substitutions must fully comply with all technical requirements elevat r code quality and fit and all other aspects of these specifications

3 No substitutions of material grades finishes and other details will be ac pted 4 The Elevator Contractor shall be responsible for paying all associate costs for Owner

Architect and Elevator Consultant to visit the production plant to evaluat the products 5 No time extension will be permitted in the installation schedule du to substitution of

products manufacturers

202 MATERIALS1 GENERAL

A Materials patterns and finishes As selected by the Architect from the man facturers patterns and finishes for this project

B Steel 1 Shapes and bars ASTM A 336 2 Sheets ASTM A 336 cold rolled sheet commercial quality class 1 matt finish and

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 y Architect

D Aluminum 1 Sheet and plate ASTM B 209 alloy 6063-752 2 Extrusions ASTM B 221 alloy 6063-T52

E Finish flooring on platforms Supplied and installed by Elevator Contracto The Owner shall select materials for flooring The flooring shall be the same product or eq I to that which is installed in the other elevator in the adjacent section of the building

203 HOIST WAY AND MACHINE ROOM EQUIPMENT

A Platform The existing platform shall be retained and reused with the follow g work 1 Install new elastomeric type underlayment for installation of new floorin materials 2 If the platform has a plywood subfloor the top layer of plywood shall be placed under this

contract New plywood shall be W thickness high quality material with xterior glue 3 Clean and paint all of the metal on the platform assembly 4 Tighten all bolts and fastenings 5 Owner will not accept any additional charges associated with reuse of th

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-8

L

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORID

B Car sling Equipment The existing car sling and related hardware shall be reta Include the following work 1 Clean and paint all of the equipment 2 Adjust the brace rods as necessary 3 Owner will not accept any additional charges in connection with repairs

reconditioning of the safety equipment

C Guide rails The existing car guide rails shall be retained in their present locat

D Guides The existing guide assemblies shall be cleaned and retained

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

F Hydraulic Cylinder The existing cylinder shall be retained and reused

G Hydraulic Piping Retain and reuse

H Hydraulic Pumping Unit Retain and reuse Make required adjustments aft door operator equipment is installed

I Elevator Controller System Make required alterations to the wiring and com controller to accommodate the new door operator direction indicators on ca panel equipment

J Automatic terminal limits and directional limits The existing equipment retained and reused

K Automatic self leveling The existing leveling devices and equipment sh reused

Door operator machinery The existing door operator shall be removed completely new door operator equipment with the following design and feat 1 Heavy-duty gearless type harmonic motion design 2 Heavy-duty drive motor shall be alternating current type Motor shall be

model designed for long life service 3 Precise encoder on the drive motor shaft 4 Completely closed-loop design system 5 Door position recognition 6 Door velocity regulation 7 Door motor current monitoring control and regulation S Door closing pressure regulation Set door pressure at lS-20 pounds

STATE UNIVERSITY

ned and reused

placements or

on

r the new cab and

onents of the and car operating

all be completely

I be retained and

nd replaced with

2 horsepower

9 Immediate door reversal shall occur if preset closing door is obstructed fr m closing and door pressure of lS-20 pounds is exceeded for any reason

10 Include elevator code required car door restrictor device to prevent ope ing car door more than 4 when the car is outside the designated landing zone

DCSI 010S11 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-9

DIFFENBAUGH BUILDING PHASE I ELEVATOR NO 24516 FLORID STATE UNIVERSITY

11 Include high quality car door clutch assembly or suitable similar devices to unlock the hoist way doors

12 Door obstruction warning If door opening is obstructed for 15 secon (adjustable timer design of 12 to 30 seconds) an audible warning shall occur and continu to sound until the doorway is cleared however doors do not close When the door openin has been cleared the door shall close at normal speed

13 Door close watchdog If the doors are closing but do not compl tely close after a programmable time period the doors will recycle open for twelve (12) ti es to try to correct the fault before the elevator is automatically removed from se ice The recycling program shall be adjustable for up to 20 times

14 Door close assist When the doors have failed to fully close and are in th recycle mode the door drive motor shall have increased torque applied to possibly overc me 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 c II assignment (not coincidental call) the current door open time is changed to a shorter eld programmable time when the electronic door detection system is activated by a passen er passing through the doorway

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

17 Door operator control equipment without all of these features shall not acceptable 18 Door opening time measured from door closed position shall be 18 sec nds 19 Door closing time measured from door open position shall be 23 secon

M Door safety screen Replace existing door protection with new detector devi e The elevator car doors shall be equipped with high quality electronic type door safety screen qual in design and manufacture to that of Janus Elevator Products Inc The electronic safety creen device shall have both 3-D and Panachrome features built in to the system The Panachr me system shall feature green lighting mounted vertically along the edge indicating it is safe to enter the doorway and orangered lighting to indicate that the doors are ready to clo e or in the process of closing All electrical connections for this equipment shall be mounted 0 the car top out of reach of unauthorized persons Provide a defeat switch for the 3-D portion the safety screen for use if the Owner elects to turn off that portion of the screen operation

204 HOIST WAY ENTRANCES

A Doors The existing center-opening side-sliding type door panels shall II be retained and reused

B Frames The existing hoist way door frames shall be retained

C Headers fascia toe guards and dust covers The existing headers fascia t e guards and dust covers shall be retained and reused under this contract

D Interlocks The existing interlocks and interlock release mechanisms sha I be retained and reused Make any needed repairs to the interlock release mechanisms and in erlock assemblies

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-10

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA STATE UNIVERSITY

E Door hangers tracks relating equipment and door closers The existing equipment in this category shall be retained and reused

205 ELECTRICAL CONTROL SYSTEMS

A Elevator single car control system The existing elevator controller system s II be retained and reused Make any required modifications to accommodate the new door perator controller car direction indictors and car operating panel system

B Top of car inspection station Completely new elevator code approved ar top inspection stations shall be installed on the top of each elevator The station shall contain all of the necessary operating devices required by code Locate the car top operating tation in position that will allow the elevator maintenance technician to gain control of the el vator car from the landing without the need to step on the car to access the car top station rovide two (2) car top lights for illuminating the work area One (1) light shall be mounted 0 a self coiling cord arrangement 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 fluorescen type equal to 150 watts output Suitable lamp guards are required Include a duplex type GFCI rotected electrical outlet

206 ELEVATOR OPERATING AND SIGNAL DEVICES

A Car operating station or panel The existing car operating panel shall be totall completely replaced with all new equipment of the following design 1 Full height and width swing panel and entrance column type panel compl te with heavy

duty type locking devices and adjustments to alleviate rattles and warpin Design the full swing type front return panel to permit a custom design appearance Inst II a suitably sized recessed metal box to enclose the signal devices behind the front return

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 cen r jewels for illumination with red LED lamps Match the button designs in the other el vator in the same building

3 Lower portion of operating station shall have door control buttons keyed alarm button Alarm button shall have a center jewel that illuminates red pushed

4 Electronic chime to indicate passing of floors 5 Provide an elevator car overload jewel and audible alarm This feature sh

operational until the elevator is completely modernized with new control

14220-11

6 Upper portion of the control station shall contain a tight fitting stainless st el cabinet door covering the firemens control buttons and features Door shall have a 10 that meets the latest fire code requirements Phase II operation instructions shall be lam ated to interior of the cabinet door The sub-plate and features inside the cabinet shall c ply with the control features that currently exist In the future the features shall be u -dated to comply with the ASME A171 Safety Code at the time of the elevator renovation

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION

quipment

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA STATE UNIVERSITY

7 Include firemens jewel that flashes when fire or smoke is in the machine oom or hoist way If this feature can be made operational at this time the flashing light shall be made to operate Otherwise the jewel shall be available for future use when the ntrol equipment is replaced

8 Include engraving for elevator serial number at the top of the panel 9 Below the elevator numbers locate a digital type car position indictor an

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 nd with 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 instruction p te for operating the phone The phone shall be Rath-Microtech brand amp model that fully mplies with the equipment currently being used by Telecommunications Department Flo ida State University Verify the design requirements prior to purchase of the phon equipment

12 Below the emergency telephone device provide an elevator service cabin t with a tight fitting stainless steel door Cabinet door shall be large enough to contain completely flush mounted clear Lexan brand certificate cover large enough to accommod te the State of Florida elevator operating certificate of standard size Door shall have a s itable 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 Provide engraving for elevator lifting capacity in both pounds and numbe of people 14 Furnish a light colored duplex type GFCI protected outlet grounded elect ical outlet located

as low as possible in the operating panel securely fastened to the rear of he panel 15 All markings shall be fastened from the rear and be easily replaceable if t ey become

damaged No markings shall appear to be surface mounted type 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 hall be polished

stainless steel materials 18 All display lamps shall be high intensity LED type 19 Front return panel when completed with new operating fixture devices s

professional design and quality and shall fit-up well in the new elevator c b structure

C Car riding lanterns New car riding lanterns shall be furnished and installed 0 each side of the cab opening The design shall be vandal resistant and include an electronic c ime and high intensity brilliant white and brilliant red LED lamps Locate at the required di ance from the floor level Chimes shall sound one (1) time for up traveling car and two (2) ti es for down traveling car Chime audible sound level shall be easily adjustable by the elev tor maintenance technicians Cover plates shall be held in place with countersunk spanner he matching material

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-12

screws of

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA STATE UtIIVERSITY

D Landing stations All of the existing landing stations shall be retained and reu

207 ELEVATOR CAB ENCLOSURE

A Elevator cab The existing elevator cab structure shall be completely remove with a new cab assembly The new cab shall include the following designs m features 1 Three (3) walls of the elevator cab shall be constructed of 14 gauges no

stainless steel with suitable reinforcement to prevent warping or rattling

ed

and replaced terials and

satin finished

2 The cab walls on three (3) sides shall be equipped with high quality replac able panels that are applied to the walls The panels shall be constructed and installed in t e following manner a There shall be three (3) applied panels across the rear of the cab and wo (2) panels on

each of the side walls Total number of panels in the cab shall be 14 II aligned to provide a professional appearance The lower panels shall be designe to allow for ventilation through the walls without exposed ventilation grills in the ase area of the cab

b Panels shall be divided at the handrail location allowing approximatel 5-6 spacing from the bottom of the top panels to the tops of the lower panels

c The top ofthe applied wall panels shall be set at approximately 7-4 bove the finished floor level

d The panels shall be approximately 78 total thickness using high qua ity wood core materials backed with laminate plastic for panel stabilization The fr t of the panels shall be faced with 5WL stainless steel materials approximately 18 ga ge materials

e The edges of all panels shall be equipped with 18 thickness stainless steel fabricated in an angle shape so that the edging can be attached to the rear of th panels with countersunk screws The edge materials shall be held as tightly as po ible around the panels to avoid large gaps in the materials Weld corners and grind 0 all sharp edges on the corners and remove any sharp edges on the edge materials T e stainless steel edging shall extend approximately 18 beyond the face of the 5WL f e materials

f Provide concealed ventilation grills or openings behind the wall panel 3 Design the total cab height to be approximately 8-2 total overall Eleva r Contractor shall

take field measurements to verify that a cab of this height will fit the exist ng car sling Adjust the height of the cab to fit if the existing car frame will not accept cab of that height

4 Top of the cab shall be heavy gauge furniture steel with baked on white e amel finish Thickness of the cab top along with the reinforcement shall support two 2) workmen along with their tools

5 The front return panels and transom shall be constructed of 14 gauge sati finished stainless steel materials

6 Cab base area shall be covered with 12 gauge stainless steel approximatel 5 high Laminate the metal to the wall panels with high quality industrial grade c ntact cement Smooth the top surfaces to remove sharp edges This straight base is to r inforce the base area to avoid denting and damage from floor buffers

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-13

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

erials Secure

7 Handrails shall be installed on three (3) sides of the elevator cab Rails sh II be constructed of heavy gauge round stainless steel with suitable number of matching su ports that will permit each rail to support at least 600 pounds at any location Return th ends of the rails toward the wall panels Provide oversize backing plates on the rear of the cab walls

8 Provide stainless steel bumper rails located approximately 8 above the fl or to the top of the rails The rails shall be constructed of 38 thick by 3 high solid stainl ss steel bumper rails Provide matching stainless steel supports for the rails designed to s pport at least 600 pounds on each rail at any location the rail Return the rails toward the II panels Provide oversize backing plates on the rear of the cab walls

9 The existing cab ceiling shall be handled as follows a Carefully remove the existing stainless steel ceiling and LED lighting sy tern without

damaging the materials This ceiling shall be installed in the new cab t a height of approximately 7-6 above the finished floor level

b As part of the new cab top provide a suitably located emergency exit anel that is arranged for removal through the top exit panel Align the exit with t e opening location in the existing cab ceiling

c Provide an electrical switch assembly on the top exit to prevent the el vator from moving unless the exit is closed and locked

d Height of the cab top and location of the cab ceiling shall be verified y Elevator Contractor prior to designing the cab drawings

10 Furnish and install new sandwich type construction car door panels with s itable reinforcement for the car door clutch and other devices Door shall be fa with 14 gauge no 4 stainless steel material

11 Threshold for the car door entrance shall be satin finished nickel silver rna with matching countersunk nickel silver bolts

12 Provide a new two (2) speed squirrel cage type exhaust blower with at Ie st 700 cubic feet per minute capacity on high speed Propeller fan is not acceptable

13 Furnish a new certificate frame that will accept standard size of State of FI rida operating certificate The flush mounted frame shall be incorporated in the swing d or for the service cabinet

14 Furnish and install a new Emergency telephone device Phone shall be Rat -Microtech model no 2100-967DVCA or other as approved by Owner Prior to purch se of the equipment Elevator Contractor shall verify the model number by contacti g Telecommunications Department of Florida State University Incorporate nto car operating panel

15 Provide high quality vinyl material protection pads and stainless steel pa buttons Install buttons with screws coated with Loctite no 290 tread sealer material t prevent removal without appropriate tools Pads shall also cover the front return panels i which cutouts shall be provided for operating devices

16 Provide stainless steel type 304 with no 4 satin finish 17 Provide any additional features as required by elevator code 18 Clean and polish the entire elevator cab prior to acceptance Cab shall ha e a like new

appearance except for any dents or deep scratches that remain as a resul of the existing damage

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-14

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

19 Furnish and install new cab flooring materials specified elsewhere Before install sheet type elastomeric goods to cover the entire floor area Glue d the plywood

208 ALARM BELL SYSTEM

A Retain the existing emergency alarm bell system provided it will function as

TATE UNIVERSITY

installing the cab wn the sheet to

quired hereinafter If a new alarm bell system is required provide as a requirement of this contract

209 CAR TOP RAILING SYSTEM

A Furnish and install a car-top safety railing system for added protection for ele ator technicians While working on the car top Comply with all code requirements on height a d mounting

210 ELECTRICAL WIRING AND WORK REQUIREMENTS

A Furnish and install new electrical wiring conductors and other wiring as requ red Install new NEC approved conduit conduit fittings electrical pull boxes raceways and du t work were required

B Emergency Car Lighting Provide LED type emergency car lighting system that will automatically illuminate when the normal power supply fails The LED lighting system shall e incorporated into the normal ceiling lighting system by installation of the emergency cab Ii hting system available from Electronic Controls Inc Cape Canaveral Florida Illuminate at least three (3) of the normal lighting fixtures with the emergency lighting system for a period at least four (4) hours after the loss of power Also provide emergency power supply for the larm bell as part of the emergency lighting system

PART 3 - EXECUTION

301 EXAMINATION

A Before fabricating the equipment or commencing elevator installation work i spect the complete hoist way and equipment platform dimensions machinery to be re sed pit area and machine room as constructed or modified verify all critical dimensions and e amine supporting structures and all other conditions under which elevator work is to be installe or performed Do not proceed with the elevator installationrenovation work until all conditi ns have been reviewed and evaluated

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

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-15

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

302 INSTALLATION

A Install new elevator system components and incorporate the equipment that and reused in a completely satisfactory installation

TATE UNIVERSITY

is being retained

1 Work to be performed by completely competent fully trained elevator in tallation personnel in accordance with the requirements of ASME AI71 elevator anufacturers installation instructions and approved shop drawings All elevator mecha ics working on this project shall hold current State of Florida Certificate of Competency license cards The use of temporary or probationary mechanics to perform work as a mechanic is not acceptable on this contract

2 Comply with the National Electrical Code and ASME A175 for elevator el required during installation of this equipment

3 Perform work with skilled workmen under the direct control and supervis on of the Elevator Contractors experienced foreman and superintendent The Owner Arch tect and Elevator Consultant shall reserve the right to interview all employees assigned to ork on this project and require that any unsuitable employees in their sole opinion e removed from the site

4 Mount all moving elevator components on vibration absorbing mounts d signed to effectively prevent the transmissions to the structure and eliminate sour es of structure borne noise from the elevator system

303 FIELD QUALITY CONTROL

A Acceptance testing Upon completion of the elevator installation work and b fore use of the elevator equipment performance acceptance tests are required to demonstr te that the equipment will sustain and lift the loads for which the elevator was initially d signed Test weights shall be provided to perform these tests and must be used to demon trate the performance in the presence of representatives of the Owner Elevator Cons Itant and a State of Florida licensed CEI (QEI) elevator inspector Elevator inspector shall not b a former or current employee of the Elevator Contractor

B Advise the Architect Owner Elevator Consultant and CEllicensed elevator in ector at least five (5) business days in advance of the date and time the testing is to be pe rmed on the elevator equipment

304 ADJUSTING WORK

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

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-16

elevator

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

305 CLEANING

A Before final acceptance remove all protective materials from the finished su the plastic sheeting All of the elevator equipment must be cleaned prior to Fi

TATE UNIVERSITY

ces including al Acceptance

B At completion of the elevator work remove all tools equipment surplus mat rials and the like from the site Remove all trash and debris during the clean-up Thoroughly cI an up all oil spills and residue

307 TURNOVER OF DOCUMENTS TOOLS AND OTHER SUCH REQUIREMENTS

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

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

C Provide at least twelve (12) sets of all elevator keys to the Owner except for t e elevator door keys

308 COMPLETION DATE

A The installation is not considered complete until the complete project has be considered to have been performed in a first-class professional manner and is completely ceptable to the Owner and Elevator Consultant Further all adjustments load tests perfor ance tests and punch-lists must be completed All required documents special tools archiv I information and the like must be turned over to the Owner prior to establishing the final com letion date

B The Owner Elevator Contractor and Elevator Consultant must be in agreeme t as to the completion date and date the warranty shall commence

309 ELEVATOR SCHEDULE

A Number of elevators - One (1) Westinghouse Elevator Company brand elevat r previously

modified by Mowrey Elevator Corporation

B Elevator type - Electric Oil-Hydraulic

C Speed - Approximately 200 feet per minute Set down speed at 180 feet per inute in down

direction with no load on the elevator

D Control system - Omron microprocessor type installed by Mowrey Elevator

E Door type - Center-Opening side-sliding 3-6 wide by 7-0 high

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-17

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

F Warranty - Twelve (2) months after completion and acceptance by the Owner

310 ELEVATOR CONTRACTOR PERFORMANCE REQUIREMENTS UNDER THIS CONTR

A Considering that this is a time if of the essence Contract the expectation

require the Elevator Contractor be mindful of the need for prompt handling

Contract Consequently rigid timelines are being established prior to accepta

B After award of the elevator contract work or issuance of a notice to pro

Contractor shall perform the work as follows

TATE UNIVERSITY

CT

of the Owner do

all aspects of this

ce of bids

ed the Elevator

1 Provide all required submittals shop drawings samples etc within thirty 30) of the

contract award notification

2 Elevator Contractor shall allow ten (10) work days for the review and app val process and

time to return the submittal documents Elevator Contractor is expected 0 travel to the

FSU Campus to the pick-up the approved or approved as noted docu ents and samples

at the location designated in advance

3 Elevator Contractor shall make all necessary arrangements to obtain all m terials to be

installed under this contract including handling appropriate delivery of al such materials to

the work site no later than ten (10) weeks from the date the approval pr cess has been

completed and the required documents are returned to Elevator Contrac or

4 Elevator Contractor shall notify the Owner in seven (7) calendar days adv nce of the exact

date of the elevator being removed from service so that information reg rding the elevator

renovation work can be provided to the building management personnel nd students

5 Any questions regarding the requirements scheduling needs or other con erns shall be

handled by both parties in a manner that should not delay the work sche ule on the site

6 Once the elevator is removed from service the work schedule shall conti ue without

interruption until the project has been completed The Elevator Contract r shall complete

all work on the elevator within eighteen (18) calendar days from the tim the elevator is

removed from service This time period includes all testing adjusting cle ning painting

trash removal and all other associated work In the event the Elevator Co tractor

anticipates requiring additional time to perform the work this work shall e included as

overtime or shift work and shall be included in the bid price

7 When the work is commenced on the elevator no delays wit be accepte by the Owner

unless the delays are caused by fires storms floods civil disruption the

materials labor strikes or similar causes over which neither party has not

8 When Elevator Contractor submits a bid for this work he or she complet y accepts the

requirements of the technical speCifications and the Elevator Contractor

Requirements stated herein

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-18

ontrol

erformance

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

SPECIAL TERMS AND CONDITIONS

A Public Inspection

In accordance with Florida Statutes the ITN shall not be made available for public ins ction until the

University provides notice of a decision or intended decision pursuant to s312053 (5) ) Florida Status

or within 10 days after the opening date whichever is earlier

B Written Communications Required

No negotiations decisions or actions shall be initiated or executed by the Proposer a a result of any

discussion with any University employee Only those communications that are in writ ng from the

University Facilities Purchasing Department shall be considered as a duly authorized e pression on

behalf of the University Also the University will recognize only communications fro Proposers that

are signed and in writing as duly authorized expression on behalf of the Proposer

C Formal Offer

A Proposers written submission in response to the ITN shall be considered as the Pro osers formal

offer The content of the ITN the Proposers submission in response to the ITN and r suiting

contractpurchase order(s) shall be considered the entire agreement between the su essful Proposer

and the University It is understood and agreed that nothing herein is intended or sh uld be construed

as constituting the Proposer as the agent or representative of the University for any p rpose or in any

manner whatsoever The Proposer is and shall remain an independent contractor 0 erating in

accordance with the terms and conditions of the license granted as a result of this Inv ation of

Negotiation

D Interpretations

Proposers shall examine the ITN to determine if the Universitys requirements are de rly stated If

there are any requirements that are too vague or restrict competition the Proposer ay request in

writing that the specifications be changed A Proposer who request change in the sp cifications must

identify and describe the Proposers difficulty in meeting the Universitys specificatio must provide

detailed justification for the change and must provide a recommended change to the specification

Request for changes must be received in the Facilities Purchasing Department by the lose of the

business day not later than the entry note in the Calendar of Events area of this IT as the last to

receive written inquiries regarding the Proposal A Proposers failure to request chan es by the

permissible date shall be considered acceptance of the Universitys Specifications and a waiver of the

Proposers right to protest the ITN on the basis of Specifications The University rese es the right to

determine which changes to the ITN shall be acceptable to the University If required the University

shall issue an addendum reflecting the changes to the INT This addendum shall be s nt to all Proposers

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-19

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

so that each is given the opportunity of submitting proposals to the same Specificatio

Specifications shall be considered the Universitys minimum mandate requirements

E Verbal Communications

TATE UNIVERSITY

Said

Proposers may not consider any verbal instructions as an official expression on the Un versitys behalf

Only written communications Signed by a duly authorized representative of the Facili ies Purchasing

Office shall be considered valid

F Proposal Tabulation

A Proposal Tabulation that serves as the Notice of Award to the Proposer of receivi the contract

award will be posted for review by interest parties at the University Facilities Purchasi g Department on

the day noted in the Calendar of Events area of this ITN and will remain posted for a period of

seventy-two (72) hours Any person who is adversely effected by this University decis on or intended

decisions as detailed above in connection with this ITN shall file a written Notice of rotest with the

Director of Facilities Purchasing Failure to file a Notice of Protest within the 72 hour after the

protested University intended decisions is posted shall constitute a waiver of proceed gs under s120

Florida Statutes A Notice of Protest is considered filed when it is delivered to Facili ies Purchasing

Department 969 Learning Way 114 MMA Tallahassee Florida 32306 during normal ours of operation

of the file a Formal Written Protest and the bond required under Rule 6C-18055(3) lorida

Administrative Code (FAC) with ten (10) days after filing the Notice of Protest in the ccordance with

Rule 6C2-2015(13) FAC shall constitute a waiver of the Proposers right to protest un er s12057(3)(b)

Florida Statutes

G Mandatory Requirements

Any proposal that fails to meet mandatory Specifications stated in the ITN may be rej cted Any

proposal that does not comply with the functional cost or contractual requirements i the ITN may be

rejected In addition to the requirements of paragraph (8) Awards of the General Co ditions on the

Invitation of Negation Commodities Acknowledgment form the University shall not b liable to pay for

information obtained from or through any Proposer prior to issuing the purchase ord r to the successful

Proposer

H Minor Irregularities

The University reserves the right to waive minor irregularities in proposals providing uch action is in

the best interest ofthe University Minor irregularities are defined as those that hav no adverse affect

of the Universitys interest will not affect the amount of the Proposal and will not giv a Proposer an

advantage or benefit not enjoyed by another Proposer

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-20

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

I Format

Each proposal shall be prepared simply and economically providing a straight forward concise

delineation of the Proposers capabilities to satisfy the Specifications of the ITN Fancy binding colored

display and promotional materials are not desired However technical literature and ictures of

proposed equipment should be included in the proposal Emphasis in each proposal ust be on

completeness and clarity of contents To expedite the evaluation of Proposals it is es ential that

Proposers follow the format and instructions contained herein Failure to follow the r quested format

may result in rejections

J Extension Errors

In the event of extension error(s) the unit price will prevail and the Proposers Total er will be

corrected accordingly In the event of addition errors the extended totals will prevail nd the

Proposers Total Offer will be corrected accordingly Proposers must check their Prop sal for any such

errors and state the discount(s) where applicable

K University Point of Contact

The Proposers pOint of contact for all matters relating to this ITN is

Betty-Jean (BJ) Lewis

Florida State University Facilities Purchasing Department

969 Learning Way 102A MMA

Tallahassee Florida 32306

Fax (850) 644-5071

E-mail blewisadminfsuedu

Written questions on this ITN must be submitted to Betty-Jean (BJ) Lewis Questions ust be received

by the date listed for that event in the Calendar of Events After that date no inqui ies regarding the

Proposal oral or written will be accepted

L Contractor Point of Contact

Each Proposer shall identify in its submittal the single point of contact for all matters elation to the

response

M Proposal Materials

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-21

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

The materials submitted in response to this ITN become the property of the Universit upon delivery to

the Facilities Purchasing Department All of the materials will considered as part of th ITN and will be

subject to review as public records 10 days after the ITN is opened or an award is mad whichever

occurs first

N Proposal Rejection

The University shall have the right to reject any or all Proposals and in particular reje a Proposal not

accompanied by data required by the ITN or Proposal in any way incomplete or irreg ar including

omissions of pricing Conditional Proposals will not be accepted

O Conflict Between Document

If any terms and conditions contained within the documents related to this ITN are in onflict with any

other terms and conditions contained therein then the various documents comprisin this ITN as

applicable shall govern in the following order of the precedence AmendmentChange Order Addenda

ITN Terms and Conditions ITN Specifications ITN Responsibilities general conditions f the ITN

Proposal

P Additions Deletions Substitutions

Should the University find it necessary to supplement modify correct or interpret an portion of the

ITN during the Proposal period such action shall be taken by issuance of a written Ad endum to the

documents distributed to all known prospective Proposers Addenda will be issued no less than seven

(7) calendar days prior to the date scheduled for receipt of Proposals

Q Interpretation

Neither interpretation of the meaning of the ITN documents nor any corrections of a biguity

inconsistency or error will be made to any Proposer orally All such communications ill be in the form

of written addenda as issued by the Selection Community Only written addenda issu d by the Selection

Community shall be binding Proposers are advised that no other source is authorize to accept or give

information concerning explain or interpret the ITN

R Addenda Acknowledgment Form

Any addenda issued by the University to participating Proposers shall include an Add nda

Acknowledgment Form This form shall be signed by a company representative dat d and returned to

the University by the date specified in the Calendar of Events for Proposals to be 0 ned

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-22

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

S Amendments

Any amendments alterations or modifications to the contract resulting from this ITN ust be in the

form of a change order to the original contract and have the written approval of the F cilities Purchasing

Department and must be signed or initialed and approved by the same signatories not d on the ITN

T Assignment

Under no circumstances shall the successful Proposer assign to a third party any right r obligation of

successful Proposer pursuant to this Proposal without prior written consent of the Uni ersity If the

successful Proposer is or during the term of the contract resulting from this ITN beco e an individual

on the payroll of the State of Florida successful Proposer represents that he or she ha complied with all

applicable provisions in the Florida Statutes and Florida Administrative Code regardin outside or dual

employment and compensation

U Jurisdictional Applicability

Applicable provisions of all federal State of Florida county and municipal statutes la s ordinances

rules and regulations shall govern Proposal submitted hereto and any resulting contra t Lack of

knowledge by any Proposer shall not constitute a cognizable defense against the legal effect thereof

Disputes arising from or in connection with the contract shall be determined before Florida court of

competent jurisdiction or through an applicable administrative proceeding whichever s appropriate to

the circumstances under Florida law In the event that either party is required to obta n any permit

license or authorization as a prerequisite to performing its obligation under the contr ct the cost shall

be borne by the party required to obtain the permit license or authorization

V Governmental Restrictions

In the event any governmental restrictions may be imposed which would necessitate Iteration of the

terms of the contract resulting from this ITN it shall be the responsibility of the succe sful Proposer to

immediately notify the University in writing indicating the specific regulation which r quires the

alteration The University reserves the right to accept any such alteration including a y fee adjustments

occasioned thereby or to cancel the contract at no expense to the University

W Negotiation

In the event services are required to be performed or equipment required to be purc ased that are not

set out in the ITN but are within the general scope of the reqUirements the Universi and the

contractor hereby reserve the right to negotiate the terms covering the required serv ces or equipment

not to exceed $25000 per itemoccurrence

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-23

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FlORIDA TATE UNIVERSITY

X Additions Deletions and substitutions

The University reserves the right to add to or to delete any item from this ITN on a per odic basis as

necessary when deemed in the best interest of the University The contractor is respo sible for

submitting requests for such changes on a timely basis with sufficient documentation 0 allow

evaluation of the request When items are approved and added to the contract the c ntractor shall

maintain those items on the contact for a minimum of 120 days and sufficient quantit to accommodate

reasonable request or make provisions to offer substitute items as outlined in this sec ion

The University will consider substitutions for discontinued items provided that substit te items have

equivalent or greater featurescapabilities and shall be offered at the same or lower p ice as the item

replaced The University reserves the right to accept or reject substitutions

The University will consider the addition of newly released items provided that those i ems are offered

at the same percentage discount as similar items on the contract

The University will consider changes to contract items provided revisions are in accor nce with the

conditions and Specifications contained in this ITN The University reserves the right t accept or reject

changes proposed by the contractor

Y Equal Opportunity

The Contract must al all times during the term of the contract be in compliance with a I federal state

and local laws rules and regulations relating to the nondiscrimination clause containe in Section 202

Executive Order 11246 as amended by Executive Order 11375 relative to equal Empl yment

Opportunity for all person without regard to race color religion sex or national origi and the

implementing rules and regulations proscribed by the Secretary of Labor are incorpor ted into the terms

and conditions of this ITN

Z Governmental Action

It is mutually agreed that if at any time during the term of the contractual agreement he Contractor is

required to make extensive program changes as a direct result of any determination r action by any

applicable Federal State or Local Government authority the University will be willin to negotiate any

cost increase necessitated by such changes subject to availability of funds Any nego iated price

increase may not be implemented until a contract amendment signed by both parties is processed

through the Florida State University Facilities Purchasing Department

AA Travel

Travel expenses included in any contractpurchase order resulting from this ITN must e in accordance

with Section 112061 Florida Statutes

DCSI 010811 ElECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-24

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

BB Parties to the Contract

Parties to the contract will be the University and the contractor Payment will only be ade to the

contractor and in the name as it appears on the Proposal submitted and the resulting ontract

Cc Contractors Insurance

The Contractor shall not commence performance in connection with the contract unti he has obtained

all the following types of insurance and such insurance has been approved by the purc aser nor shall

the Contractor allow any subcontractor to commence work on his subcontract until all similar insurance

required for the subcontractor has been so obtained and approved All insurance poli ies shall be with

insurers qualified and doing business in Florida and with an AM Best rating of no les than AX The

purchaser shall be furnished proof of coverage of insurance by certificates of insuranc accompanying

the contract documents and shall name the Florida State University and Florida Board f Trustees as an

additional name insured The insurer shall provide 30 days written notice to the certi cate holder if a

policy is to be canceled before the expiration date thereof

The purchaser shall be exempt from and in no way liable for any sums of money that may represent a

deductible in any insurance policy The payment of such deductible shall be the sole r sponsibilityof

the Contract andor Subcontractor providing such insurance

1 Workers Compensation Insurance

The Contractor shall secure and maintain during the life of this agreement Workers mpensation

Insurance for all his employees connected with the work of this project and in case a y work is sublet

the Contractor shall require the subcontractor similarly to provide Workers Compens tion Insurance for

all the latters employee unless such insurance shall comply fully with the Florida Wor ers

Compensation Law In case any class of employees engaged in hazardous work under this contract at

the site of the project is not protected under Workers Compensation statute the Co tractor shall

provide and cause each subcontractor to provide adequate insurance satisfactory to he purchaser for

protection of his employees not otherwise protected

2 Contractors Public Liability and Property Damage Insurance

The Contractor shall secure and maintain during the life of this agreement COMPREH NSIVE GENERAL

L1ABNILITY AND COMPREHENSIVE AUTOMOBILE LIABILITY INSURANCE as shall protec him from claims

for damages personal injury including accidental death as well as claims for propert damages which

may arise from operations under this agreement whether such operations be by him If or by anyone

directly or indirectly employed by him and the amounts of such insurance shall be th minimum limit as

follows

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-25

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

1 Body Injury Liability $1000000 each acci nt

2 Auto Property Damage Liability $ 500000 each accid nt

3 Property Damage Liability- $1000000 each acci ent

(other than automobile) $1000000 aggregate operation

$1000000 aggregate protective

$1000000 aggregate contractual

Insuring clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended to provide coverage

on an OCCURRENCE basis

3 xcu (Explosion collapse underground damage) -the contractors liability P icy shall provide

xcu coverage for those classifications in which they are excluded

4 Contractual Liability - work contracts - The contractors liability policy shall co er such contracts

when they are affected

5 Subcontractors Public Liability and Property Damage Insurance

The Contractor shall require each of his subcontractors to secure and maintain during he life of this

contract insurance of the type specified above and insures the activities of his subco ractors in his

policy as specified above

Qualifications

All insurance poliCies shall be with insurers qualified and doing business in Florida

Proof of Insurance

Proof of insurance for all of the specified types and limits in the form of original Certif cates of Insurance

shall be delivered to the Facilities Purchasing Department within ten (10) days of exe tion of the

contract In lieu of original certificates certified copies of the actual policies may be f rnished

Whether certificates or policies are furnished the Florida State University and the Bo rd of Trustees

shall be deSignated as additional named insured Each such copy or certificate shall c ntain a valid

provision or endorsement that the policy may not be canceled terminated changed r modified

without giving thirty (30) days written advance notice thereof to the Universitys repr sentative A

renewal policy or certificate shall be delivered to the University at least thirty (30) da s prior to the

expiration date of each expiring policy If at any time any of the policies shall be or b come

unsatisfactory to the University as to form or substance or if any of the carriers issui g such policies

shall be or become unsatisfactory to the University Contractor shall promptly obtain a new and

satisfactory policy in replacement upon such written notice from the University

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-26

DIFFENBAUGH BUILDING PHASE I ELEVATOR NO 24516 FLORIDA

Original Copy

If determined necessary by the Universitys representative the Contractor shall delive

Universitys representative upon demand the original of any policy shall be returned t

Deductibles

The University shall be exempt from and in no way liable for any sums of money that

deductible in any insurance policy The payment of such deductible shall be the sole r

the Contractor andor subcontractor providing the insurance

DD Liability

The following Special Conditions supersedes General Conditions Number 21 Liability

to Negotiation Commodities Acknowledgment form

Contractors entire liability and the Universitys exclusive remedy shall be as follows

In all situations involving performance or non-performance under this Agreement th

be entitled to actual damages to the limits set forth in this provision

Contractors liability for damages to the University for any cause whatsoever and reg

TATE UNIVERSITY

to the

Contractor

may represent a

sponsibility of

n the Invitation

University shall

rdless of the form

of action whether in contract or in tort including negligence shall be limited to the gr ater of $100000

or the contract price stated herein for damages that are the subject of matter of or a e directly related

to the cause of action The foregOing limitation of liability will apply to

bull the payment of the cost of damage awards pertaining to patent and copyrigh indemnity or to

bull claims for re-procurement costs or the cost of cover pursuant to Rule 6C220 5(20) of the

Florida Administrative Code or to

bull claims for personal injury or damage to real or person property caused by Sel rs tortuous

conduct

Contractor shall hold and save the University harmless for any and all suits and judgm nts against the

State for personal injury or damage to real or personal property caused by Contracto s tortuous

conduct in the performance of this Agreement provided that

bull the University promptly notifies the Contractor in writing of any claim and

bull the Contractor shall be given the opportunity at its option to participate an associate with the

University in the control defense and trial of any claim and any related settle ent negotiations

and provided further that with respect to any claim or portion thereof for hich Contractor

agrees at the initiation of such claim that Contractor shall save an hold the U iversity harmless

Contractor shall have the sole control of the defense trial and any related se lement

negotiations and

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-27

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

bull the University fully cooperates with the Contractor in the defense of any claim

In no event however will Contractor be liable for

bull any damages caused by the Universitys failure to perform the Universitys res onsibilities or

for

bull any lost profits or other consequential damages even if Seller has been

advised of the possibility of such damages or for

bull any claim against the University by any other party e ept as provided

in the hold harmless provision of the preceding parag aph of this

provision and except as provided in Paragraph 18 of t e General

Conditions Patents and Royalties on the Invitation 0 Negotiation

Commodities Acknowledgment form or for

bull any damage caused by performance or non-performa ce of machine or

programming located outside the United State or Pue 0 Rico

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-28

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

SPECIAL TERMS AND CONDITIONS Payment shall be made in accordance with s 215422 FS which provides that agencies have 5 working days to inspect ampapprove goods ampservices unless bid specifications r the PO specifies otherwise If payment is not available within 40 days measured from t e latter of the date the invoice is received or the goods or services are received inspected an approved a separate interest penalty set by the Comptroller pursuant to s 5503 FS will b due and payable in addition to the invoice amount To obtain the applicable interest rate please contact the University Facilities Payables and Disbursements Section at (850) 644-047 Invoices returned to a vendor due to preparation errors will result in a payment elay Interest penalties of less than $1 will not be paid unless the vendor requests payment The payment period does not begin until all terms of the contract (including shi ping and billing instructions exactly as they are specified on the purchase order) hav been met and a properly completed invoice is provided the University The university reserve all administrative contractual and legal remedies against the contractor or vendor ho breaches any of the contract terms The employment of unauthorized aliens by any contractor is considered a viola ion of Section 274A(e) of the Immigration and Nationality Act If the contractor knowingly emp oys unauthorized aliens such violation shall be cause for cancellation of this purch se order Acceptance of this order serves as certification that the vendor or its principals (a) are not presently debarred suspended proposed for debarment declared ineligible 0 voluntarily excluded from covered transactions by any federal department or agency (b) ve not within a three-year period preceding this proposal been convicted of or had a civil judg ent rendered against them for commission of fraud or a criminal offense in connection with 0 taining attempting to obtain or performing a public (federal state or local) transaction r contract under a public transaction violation of federal or state antitrust statutes or commissio of embezzlement theft forgery bribery falsification or destruction of records rna ing false statements or receiving stolen property (c) are not presently indicted for or oth rwise criminally or civilly charged by a government entity (federal state or local) with commissi n of any of the offenses enumerated in paragraph (b) of this certification and (d) have not wit in a three-year period preceding this applicationproposal had one or more public transactions federal state or local) terminated for cause or default 52249-5 (a)-(f) Hazardous Material Identification and Material Safety Data When subcontract involves hazardous material Utilization of Small Business Concerns and Small Disadvantaged Business Concerns Walsh-Healey Public Contracts Act 52219-8 52222-20 Employment if the subcontract amount 52203-7001

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-29

Page 7: Invitation to Bid (ITB) til the dates - FSU Facilities · Invitation to Bid (ITB) ... Elevator renovation work includes, but is not limited to, ... hands-free telephone instrumen

DIFFENBAUGH BUILDING PHASE 1 ElEVATOR NO 24516 FLORID STATE UNIVERSITY

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

103 QUALITY ASSURANCE

A Manufacturer Qualifications An approved manufacturer regularly engaged i manufacturing elevator equipment of the type required for this project 1 The manufacturer of the new or replacement components must be a fir

listed among the prior approved manufacturers 2 The major parts of the elevator equipment shall be manufactured in No America 3 The manufacturer shall have a documented on-going quality assurance rogram 4 Only new components shall be acceptable No rebuilt reconditioned or sed equipment is

to be brought onto this worksite by the Elevator Installer The only previ usly used equipment components are the items clearly identified hereinafter

B Elevator Contractor Qualifications The Elevator Equipment Manufacturer financially owned organization of the Elevator Equipment Manufacturer (elevator install tion contracting and elevator maintenance firm organization) shall have no less than ten (10) ears of satisfactory experience installing and maintaining elevator equipment equal i character and performance in the Tallahassee area of Florida Submit with the bid a list of t least ten (10) similar or equal renovationmodernization projects and ten (10) electric oil-h draulic elevator maintenance contract accounts along with the names addresses and phone umbers of the Architects and Owners Additionally submit with the bid the building contac names addresses and phone numbers All such locations shall be within 50 miles of the Florida tate University Campus and are subject to review and evaluation by the Owner and Elevator onsultant prior to award of the elevator renovation contract

Elevator Contractor must already have a well established elevator sales main enance and repair office or facility within ten (10) miles of the campus of Florida State Universit prior to bidding on the work required for these elevators Response time to call-backs and e rgency repairs is highly critical to the Owner

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION RK 14220-4

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORID STATE UNIVERSITY

C Regulatory Requirements 1 ASME A171-2004 Safety Code for Elevators amp Escalators including all pu lished addenda 2 Florida Building Code 2007 Edition 3 NFPA 70 Latest Edition 4 ASME A175 Code for Elevator and Escalator Electrical Equipment latest 5 Americans with Disabilities Act - Accessibility Guidelines (ADAAG) 6 Florida State 399 Chapter 30 Florida 4A-47 Florida Chapter 61-C5 Elevat r Safety Code 7 AWS Standards - American Welding Society latest requirements 8 Any other State Federal or Local requirements include fire life safety an other codes

D Inspection and Testing Elevator Contractor shall obtain and pay for all requi ed inspections installation or alteration permits and fees associated with the elevator work der this contract 1 Secure all State of Florida required permits and pay all associated fees 2 Arrange and pay for the required inspections and tests to be performed i the presence of a

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

3 Copies of all such documents shall be submitted with the turn-over docu quantities required

104 DELIVERY STORAGE HANDLING SCHEDULING AND SITE RENOVATION WORK

A Deliver elevator materials components and equipment in manufacturers pr tective packaging All packaging and related refuse shall be properly disposed of at the expense f the Elevator Contractor

B Store materials in a dry protected area Protect and handle the materials in a cordance with manufacturers recommendations to prevent damage to materials Elevator ontractor shall arrange and pay for all off-site storage facilities that he may need in the exec tion of this contract The Owner shall not incur any additional costs for storage demurr e handling or other material related storage expenses Protected storage at the building is xtremely limited consequently the Elevator Contactor should anticipate the need for off-site s orage for the elevator related materials

C Equipment not being retained and reused in the execution of this contract sh II be promptly removed from the site at the sole expense of the Elevator Contractor The m terials removed from the elevator systems shall be regularly removed from the building and n t 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 at er elevator located on the Florida State University Campus

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION RK 14220-5

DIFFENBAUGH BUILDING PHASE 1 ElEVATOR NO 24516 FLORID STATE UNIVERSITY

D Elevator work on this project shall be performed on a one (1) shift per day 0 e (1) crew per elevator five (5) days per week except on legal holidays as may be applicabl due to union or other agreements Full cooperation of Elevator Contractor is expected and r quired in order to keep the project execution time to the minimum required for this type of ren vation project Working in concert with other trades in the coordination and performance 0 the work is absolutely necessary

E The Elevator Contractor shall be responsible for any demolition and repairs a ociated with delivery and installation of the elevator equipment Sufficient care must be t ken by the Elevator Contractor to protect the building structure systems walls roof an surrounding surfaces from damage

F This is a tltime is of the essence contract

G Adequate safety barriers shall be installed by the Elevator Contractor in the ist way between the elevators to protect all such employees from exposure to the elevator e uipment in the opposite hoist way area

105 PROJECT CONDITIONS

A Prohibited Use The elevator shall not be used for construction purposes or ublic conveyance until the elevator renovation work has been completely finalized and approv by Architect or Owner and Elevator Consultant

B Painting Except as otherwise indicated in the elevator technical specificatio s the following painting work shall be required by the Elevator Contractor 1 Paint all of the car frame equipment platform steel members stiles and r lated equipment

prior to installing the new cab equipment 2 All painting except low odor paint applications shall be performed by th Elevator

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

106 WARRANTY

A Warranty certificates Submit elevator manufacturers and Elevator Contract rs type written project warranty certificates agreeing to repair restore or replace materials ving defects in the elevator work and materials furnished under this contract including all as ociated labor and materials that are reworked replaced or reconditioned as a requirement of t is contract Warranty also requires that the door operator eqUipment receive the necess ry adjustments required to comply with these specifications The warranty shall be for a peri d of at least twelve (12) months from the date of Final Completion of all elevator work inc uded in this contract The date of the Final Completion shall be as determined by repres ntatives of Elevator Contractor Owner and Elevator Consultant

DCSI 010811 ElECTRIC OIL-HYDRAULIC PASSENGER ElEVATOR RENOVATION RK 14220- 6

DIFFENBAUGH BUILDING PHASE I ELEVATOR NO 24516 FlORID STATE UNIVERSITY

B Any adjustments repairs or otherwise needed work shall be performed by th Elevator Contractor as soon as possible after the problem is reported to the Elevator ontractor The Elevator Contractor shall be on site to make the needed repairs or adjustme s within one (1) hour 247 including holidays after the problem is reported

C Non-warranty parts and equipment The only parts or equipment that the EI vator Contractor shall not be required to furnish as part of his responsibility are those made n cessary as a result of major acts of vandalism fire floors windstorm civil disturbances or othe major losses Repairs made necessary by minor acts of vandalism abuse or misuse are to included in the work to be performed by this Elevator Contractor

PART 2 - PRODUCTS

201 MANUFACTURERS

A Manufacturer Only products manufactured by the following manufacturers ill be acceptable

on this project and the named products are subject to complete compliance ith the technical

speCification requirements listed hereinafter

1 Otis Elevator Company

2 Schindler Elevator Corporation

3 ThyssenKrupp Elevator Corporation

The following equipment component manufacturers are afforded prior appro ai subject to

complete compliance with the technical specifications

4 Elevator Components Inc model VFE 2500-HL or HH (closed loop heavy uty type linear or

harmonic door operator interlocks door tracks and door hanger equipm nt)

5 Janus Elevator Products (door safety detectors only)

6 Elevator Cabs Inc Tyler Elevator Products Gunderlin Ltd E-Cab Archit ctural Elevator

Cab Interiors Snap Cabs (elevator cab interior work)

7 Innovation Industries Inc Elevator Products Corporation Monitor Contr Is (vandal

resistant signal fixtures

8 Electronic Controls Inc (LED type emergency lighting system controls)

9 Pratt amp Lambert Sherwin -Williams Martin Senour (paints)

10 Rath Microtech (car emergency telephones)

11 GAL (door tracks door hangers door relating equipment and door closers only)

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION RK 14220-7

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORID STATE UNIVERSITY

B Substitutions Elevator Contractor may substitute other manufacture of elevator cab materials subject to the following 1 The Elevator Contractor must agree to an inspection of the products by wner Architect

and Elevator Consultant after assembly but prior to shipment Any de cts in materials or workmanship must be corrected prior to shipment to the site

2 Substitutions must fully comply with all technical requirements elevat r code quality and fit and all other aspects of these specifications

3 No substitutions of material grades finishes and other details will be ac pted 4 The Elevator Contractor shall be responsible for paying all associate costs for Owner

Architect and Elevator Consultant to visit the production plant to evaluat the products 5 No time extension will be permitted in the installation schedule du to substitution of

products manufacturers

202 MATERIALS1 GENERAL

A Materials patterns and finishes As selected by the Architect from the man facturers patterns and finishes for this project

B Steel 1 Shapes and bars ASTM A 336 2 Sheets ASTM A 336 cold rolled sheet commercial quality class 1 matt finish and

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 y Architect

D Aluminum 1 Sheet and plate ASTM B 209 alloy 6063-752 2 Extrusions ASTM B 221 alloy 6063-T52

E Finish flooring on platforms Supplied and installed by Elevator Contracto The Owner shall select materials for flooring The flooring shall be the same product or eq I to that which is installed in the other elevator in the adjacent section of the building

203 HOIST WAY AND MACHINE ROOM EQUIPMENT

A Platform The existing platform shall be retained and reused with the follow g work 1 Install new elastomeric type underlayment for installation of new floorin materials 2 If the platform has a plywood subfloor the top layer of plywood shall be placed under this

contract New plywood shall be W thickness high quality material with xterior glue 3 Clean and paint all of the metal on the platform assembly 4 Tighten all bolts and fastenings 5 Owner will not accept any additional charges associated with reuse of th

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-8

L

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORID

B Car sling Equipment The existing car sling and related hardware shall be reta Include the following work 1 Clean and paint all of the equipment 2 Adjust the brace rods as necessary 3 Owner will not accept any additional charges in connection with repairs

reconditioning of the safety equipment

C Guide rails The existing car guide rails shall be retained in their present locat

D Guides The existing guide assemblies shall be cleaned and retained

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

F Hydraulic Cylinder The existing cylinder shall be retained and reused

G Hydraulic Piping Retain and reuse

H Hydraulic Pumping Unit Retain and reuse Make required adjustments aft door operator equipment is installed

I Elevator Controller System Make required alterations to the wiring and com controller to accommodate the new door operator direction indicators on ca panel equipment

J Automatic terminal limits and directional limits The existing equipment retained and reused

K Automatic self leveling The existing leveling devices and equipment sh reused

Door operator machinery The existing door operator shall be removed completely new door operator equipment with the following design and feat 1 Heavy-duty gearless type harmonic motion design 2 Heavy-duty drive motor shall be alternating current type Motor shall be

model designed for long life service 3 Precise encoder on the drive motor shaft 4 Completely closed-loop design system 5 Door position recognition 6 Door velocity regulation 7 Door motor current monitoring control and regulation S Door closing pressure regulation Set door pressure at lS-20 pounds

STATE UNIVERSITY

ned and reused

placements or

on

r the new cab and

onents of the and car operating

all be completely

I be retained and

nd replaced with

2 horsepower

9 Immediate door reversal shall occur if preset closing door is obstructed fr m closing and door pressure of lS-20 pounds is exceeded for any reason

10 Include elevator code required car door restrictor device to prevent ope ing car door more than 4 when the car is outside the designated landing zone

DCSI 010S11 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-9

DIFFENBAUGH BUILDING PHASE I ELEVATOR NO 24516 FLORID STATE UNIVERSITY

11 Include high quality car door clutch assembly or suitable similar devices to unlock the hoist way doors

12 Door obstruction warning If door opening is obstructed for 15 secon (adjustable timer design of 12 to 30 seconds) an audible warning shall occur and continu to sound until the doorway is cleared however doors do not close When the door openin has been cleared the door shall close at normal speed

13 Door close watchdog If the doors are closing but do not compl tely close after a programmable time period the doors will recycle open for twelve (12) ti es to try to correct the fault before the elevator is automatically removed from se ice The recycling program shall be adjustable for up to 20 times

14 Door close assist When the doors have failed to fully close and are in th recycle mode the door drive motor shall have increased torque applied to possibly overc me 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 c II assignment (not coincidental call) the current door open time is changed to a shorter eld programmable time when the electronic door detection system is activated by a passen er passing through the doorway

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

17 Door operator control equipment without all of these features shall not acceptable 18 Door opening time measured from door closed position shall be 18 sec nds 19 Door closing time measured from door open position shall be 23 secon

M Door safety screen Replace existing door protection with new detector devi e The elevator car doors shall be equipped with high quality electronic type door safety screen qual in design and manufacture to that of Janus Elevator Products Inc The electronic safety creen device shall have both 3-D and Panachrome features built in to the system The Panachr me system shall feature green lighting mounted vertically along the edge indicating it is safe to enter the doorway and orangered lighting to indicate that the doors are ready to clo e or in the process of closing All electrical connections for this equipment shall be mounted 0 the car top out of reach of unauthorized persons Provide a defeat switch for the 3-D portion the safety screen for use if the Owner elects to turn off that portion of the screen operation

204 HOIST WAY ENTRANCES

A Doors The existing center-opening side-sliding type door panels shall II be retained and reused

B Frames The existing hoist way door frames shall be retained

C Headers fascia toe guards and dust covers The existing headers fascia t e guards and dust covers shall be retained and reused under this contract

D Interlocks The existing interlocks and interlock release mechanisms sha I be retained and reused Make any needed repairs to the interlock release mechanisms and in erlock assemblies

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-10

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA STATE UNIVERSITY

E Door hangers tracks relating equipment and door closers The existing equipment in this category shall be retained and reused

205 ELECTRICAL CONTROL SYSTEMS

A Elevator single car control system The existing elevator controller system s II be retained and reused Make any required modifications to accommodate the new door perator controller car direction indictors and car operating panel system

B Top of car inspection station Completely new elevator code approved ar top inspection stations shall be installed on the top of each elevator The station shall contain all of the necessary operating devices required by code Locate the car top operating tation in position that will allow the elevator maintenance technician to gain control of the el vator car from the landing without the need to step on the car to access the car top station rovide two (2) car top lights for illuminating the work area One (1) light shall be mounted 0 a self coiling cord arrangement 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 fluorescen type equal to 150 watts output Suitable lamp guards are required Include a duplex type GFCI rotected electrical outlet

206 ELEVATOR OPERATING AND SIGNAL DEVICES

A Car operating station or panel The existing car operating panel shall be totall completely replaced with all new equipment of the following design 1 Full height and width swing panel and entrance column type panel compl te with heavy

duty type locking devices and adjustments to alleviate rattles and warpin Design the full swing type front return panel to permit a custom design appearance Inst II a suitably sized recessed metal box to enclose the signal devices behind the front return

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 cen r jewels for illumination with red LED lamps Match the button designs in the other el vator in the same building

3 Lower portion of operating station shall have door control buttons keyed alarm button Alarm button shall have a center jewel that illuminates red pushed

4 Electronic chime to indicate passing of floors 5 Provide an elevator car overload jewel and audible alarm This feature sh

operational until the elevator is completely modernized with new control

14220-11

6 Upper portion of the control station shall contain a tight fitting stainless st el cabinet door covering the firemens control buttons and features Door shall have a 10 that meets the latest fire code requirements Phase II operation instructions shall be lam ated to interior of the cabinet door The sub-plate and features inside the cabinet shall c ply with the control features that currently exist In the future the features shall be u -dated to comply with the ASME A171 Safety Code at the time of the elevator renovation

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION

quipment

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA STATE UNIVERSITY

7 Include firemens jewel that flashes when fire or smoke is in the machine oom or hoist way If this feature can be made operational at this time the flashing light shall be made to operate Otherwise the jewel shall be available for future use when the ntrol equipment is replaced

8 Include engraving for elevator serial number at the top of the panel 9 Below the elevator numbers locate a digital type car position indictor an

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 nd with 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 instruction p te for operating the phone The phone shall be Rath-Microtech brand amp model that fully mplies with the equipment currently being used by Telecommunications Department Flo ida State University Verify the design requirements prior to purchase of the phon equipment

12 Below the emergency telephone device provide an elevator service cabin t with a tight fitting stainless steel door Cabinet door shall be large enough to contain completely flush mounted clear Lexan brand certificate cover large enough to accommod te the State of Florida elevator operating certificate of standard size Door shall have a s itable 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 Provide engraving for elevator lifting capacity in both pounds and numbe of people 14 Furnish a light colored duplex type GFCI protected outlet grounded elect ical outlet located

as low as possible in the operating panel securely fastened to the rear of he panel 15 All markings shall be fastened from the rear and be easily replaceable if t ey become

damaged No markings shall appear to be surface mounted type 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 hall be polished

stainless steel materials 18 All display lamps shall be high intensity LED type 19 Front return panel when completed with new operating fixture devices s

professional design and quality and shall fit-up well in the new elevator c b structure

C Car riding lanterns New car riding lanterns shall be furnished and installed 0 each side of the cab opening The design shall be vandal resistant and include an electronic c ime and high intensity brilliant white and brilliant red LED lamps Locate at the required di ance from the floor level Chimes shall sound one (1) time for up traveling car and two (2) ti es for down traveling car Chime audible sound level shall be easily adjustable by the elev tor maintenance technicians Cover plates shall be held in place with countersunk spanner he matching material

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-12

screws of

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA STATE UtIIVERSITY

D Landing stations All of the existing landing stations shall be retained and reu

207 ELEVATOR CAB ENCLOSURE

A Elevator cab The existing elevator cab structure shall be completely remove with a new cab assembly The new cab shall include the following designs m features 1 Three (3) walls of the elevator cab shall be constructed of 14 gauges no

stainless steel with suitable reinforcement to prevent warping or rattling

ed

and replaced terials and

satin finished

2 The cab walls on three (3) sides shall be equipped with high quality replac able panels that are applied to the walls The panels shall be constructed and installed in t e following manner a There shall be three (3) applied panels across the rear of the cab and wo (2) panels on

each of the side walls Total number of panels in the cab shall be 14 II aligned to provide a professional appearance The lower panels shall be designe to allow for ventilation through the walls without exposed ventilation grills in the ase area of the cab

b Panels shall be divided at the handrail location allowing approximatel 5-6 spacing from the bottom of the top panels to the tops of the lower panels

c The top ofthe applied wall panels shall be set at approximately 7-4 bove the finished floor level

d The panels shall be approximately 78 total thickness using high qua ity wood core materials backed with laminate plastic for panel stabilization The fr t of the panels shall be faced with 5WL stainless steel materials approximately 18 ga ge materials

e The edges of all panels shall be equipped with 18 thickness stainless steel fabricated in an angle shape so that the edging can be attached to the rear of th panels with countersunk screws The edge materials shall be held as tightly as po ible around the panels to avoid large gaps in the materials Weld corners and grind 0 all sharp edges on the corners and remove any sharp edges on the edge materials T e stainless steel edging shall extend approximately 18 beyond the face of the 5WL f e materials

f Provide concealed ventilation grills or openings behind the wall panel 3 Design the total cab height to be approximately 8-2 total overall Eleva r Contractor shall

take field measurements to verify that a cab of this height will fit the exist ng car sling Adjust the height of the cab to fit if the existing car frame will not accept cab of that height

4 Top of the cab shall be heavy gauge furniture steel with baked on white e amel finish Thickness of the cab top along with the reinforcement shall support two 2) workmen along with their tools

5 The front return panels and transom shall be constructed of 14 gauge sati finished stainless steel materials

6 Cab base area shall be covered with 12 gauge stainless steel approximatel 5 high Laminate the metal to the wall panels with high quality industrial grade c ntact cement Smooth the top surfaces to remove sharp edges This straight base is to r inforce the base area to avoid denting and damage from floor buffers

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-13

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

erials Secure

7 Handrails shall be installed on three (3) sides of the elevator cab Rails sh II be constructed of heavy gauge round stainless steel with suitable number of matching su ports that will permit each rail to support at least 600 pounds at any location Return th ends of the rails toward the wall panels Provide oversize backing plates on the rear of the cab walls

8 Provide stainless steel bumper rails located approximately 8 above the fl or to the top of the rails The rails shall be constructed of 38 thick by 3 high solid stainl ss steel bumper rails Provide matching stainless steel supports for the rails designed to s pport at least 600 pounds on each rail at any location the rail Return the rails toward the II panels Provide oversize backing plates on the rear of the cab walls

9 The existing cab ceiling shall be handled as follows a Carefully remove the existing stainless steel ceiling and LED lighting sy tern without

damaging the materials This ceiling shall be installed in the new cab t a height of approximately 7-6 above the finished floor level

b As part of the new cab top provide a suitably located emergency exit anel that is arranged for removal through the top exit panel Align the exit with t e opening location in the existing cab ceiling

c Provide an electrical switch assembly on the top exit to prevent the el vator from moving unless the exit is closed and locked

d Height of the cab top and location of the cab ceiling shall be verified y Elevator Contractor prior to designing the cab drawings

10 Furnish and install new sandwich type construction car door panels with s itable reinforcement for the car door clutch and other devices Door shall be fa with 14 gauge no 4 stainless steel material

11 Threshold for the car door entrance shall be satin finished nickel silver rna with matching countersunk nickel silver bolts

12 Provide a new two (2) speed squirrel cage type exhaust blower with at Ie st 700 cubic feet per minute capacity on high speed Propeller fan is not acceptable

13 Furnish a new certificate frame that will accept standard size of State of FI rida operating certificate The flush mounted frame shall be incorporated in the swing d or for the service cabinet

14 Furnish and install a new Emergency telephone device Phone shall be Rat -Microtech model no 2100-967DVCA or other as approved by Owner Prior to purch se of the equipment Elevator Contractor shall verify the model number by contacti g Telecommunications Department of Florida State University Incorporate nto car operating panel

15 Provide high quality vinyl material protection pads and stainless steel pa buttons Install buttons with screws coated with Loctite no 290 tread sealer material t prevent removal without appropriate tools Pads shall also cover the front return panels i which cutouts shall be provided for operating devices

16 Provide stainless steel type 304 with no 4 satin finish 17 Provide any additional features as required by elevator code 18 Clean and polish the entire elevator cab prior to acceptance Cab shall ha e a like new

appearance except for any dents or deep scratches that remain as a resul of the existing damage

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-14

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

19 Furnish and install new cab flooring materials specified elsewhere Before install sheet type elastomeric goods to cover the entire floor area Glue d the plywood

208 ALARM BELL SYSTEM

A Retain the existing emergency alarm bell system provided it will function as

TATE UNIVERSITY

installing the cab wn the sheet to

quired hereinafter If a new alarm bell system is required provide as a requirement of this contract

209 CAR TOP RAILING SYSTEM

A Furnish and install a car-top safety railing system for added protection for ele ator technicians While working on the car top Comply with all code requirements on height a d mounting

210 ELECTRICAL WIRING AND WORK REQUIREMENTS

A Furnish and install new electrical wiring conductors and other wiring as requ red Install new NEC approved conduit conduit fittings electrical pull boxes raceways and du t work were required

B Emergency Car Lighting Provide LED type emergency car lighting system that will automatically illuminate when the normal power supply fails The LED lighting system shall e incorporated into the normal ceiling lighting system by installation of the emergency cab Ii hting system available from Electronic Controls Inc Cape Canaveral Florida Illuminate at least three (3) of the normal lighting fixtures with the emergency lighting system for a period at least four (4) hours after the loss of power Also provide emergency power supply for the larm bell as part of the emergency lighting system

PART 3 - EXECUTION

301 EXAMINATION

A Before fabricating the equipment or commencing elevator installation work i spect the complete hoist way and equipment platform dimensions machinery to be re sed pit area and machine room as constructed or modified verify all critical dimensions and e amine supporting structures and all other conditions under which elevator work is to be installe or performed Do not proceed with the elevator installationrenovation work until all conditi ns have been reviewed and evaluated

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

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-15

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

302 INSTALLATION

A Install new elevator system components and incorporate the equipment that and reused in a completely satisfactory installation

TATE UNIVERSITY

is being retained

1 Work to be performed by completely competent fully trained elevator in tallation personnel in accordance with the requirements of ASME AI71 elevator anufacturers installation instructions and approved shop drawings All elevator mecha ics working on this project shall hold current State of Florida Certificate of Competency license cards The use of temporary or probationary mechanics to perform work as a mechanic is not acceptable on this contract

2 Comply with the National Electrical Code and ASME A175 for elevator el required during installation of this equipment

3 Perform work with skilled workmen under the direct control and supervis on of the Elevator Contractors experienced foreman and superintendent The Owner Arch tect and Elevator Consultant shall reserve the right to interview all employees assigned to ork on this project and require that any unsuitable employees in their sole opinion e removed from the site

4 Mount all moving elevator components on vibration absorbing mounts d signed to effectively prevent the transmissions to the structure and eliminate sour es of structure borne noise from the elevator system

303 FIELD QUALITY CONTROL

A Acceptance testing Upon completion of the elevator installation work and b fore use of the elevator equipment performance acceptance tests are required to demonstr te that the equipment will sustain and lift the loads for which the elevator was initially d signed Test weights shall be provided to perform these tests and must be used to demon trate the performance in the presence of representatives of the Owner Elevator Cons Itant and a State of Florida licensed CEI (QEI) elevator inspector Elevator inspector shall not b a former or current employee of the Elevator Contractor

B Advise the Architect Owner Elevator Consultant and CEllicensed elevator in ector at least five (5) business days in advance of the date and time the testing is to be pe rmed on the elevator equipment

304 ADJUSTING WORK

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

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-16

elevator

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

305 CLEANING

A Before final acceptance remove all protective materials from the finished su the plastic sheeting All of the elevator equipment must be cleaned prior to Fi

TATE UNIVERSITY

ces including al Acceptance

B At completion of the elevator work remove all tools equipment surplus mat rials and the like from the site Remove all trash and debris during the clean-up Thoroughly cI an up all oil spills and residue

307 TURNOVER OF DOCUMENTS TOOLS AND OTHER SUCH REQUIREMENTS

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

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

C Provide at least twelve (12) sets of all elevator keys to the Owner except for t e elevator door keys

308 COMPLETION DATE

A The installation is not considered complete until the complete project has be considered to have been performed in a first-class professional manner and is completely ceptable to the Owner and Elevator Consultant Further all adjustments load tests perfor ance tests and punch-lists must be completed All required documents special tools archiv I information and the like must be turned over to the Owner prior to establishing the final com letion date

B The Owner Elevator Contractor and Elevator Consultant must be in agreeme t as to the completion date and date the warranty shall commence

309 ELEVATOR SCHEDULE

A Number of elevators - One (1) Westinghouse Elevator Company brand elevat r previously

modified by Mowrey Elevator Corporation

B Elevator type - Electric Oil-Hydraulic

C Speed - Approximately 200 feet per minute Set down speed at 180 feet per inute in down

direction with no load on the elevator

D Control system - Omron microprocessor type installed by Mowrey Elevator

E Door type - Center-Opening side-sliding 3-6 wide by 7-0 high

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-17

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

F Warranty - Twelve (2) months after completion and acceptance by the Owner

310 ELEVATOR CONTRACTOR PERFORMANCE REQUIREMENTS UNDER THIS CONTR

A Considering that this is a time if of the essence Contract the expectation

require the Elevator Contractor be mindful of the need for prompt handling

Contract Consequently rigid timelines are being established prior to accepta

B After award of the elevator contract work or issuance of a notice to pro

Contractor shall perform the work as follows

TATE UNIVERSITY

CT

of the Owner do

all aspects of this

ce of bids

ed the Elevator

1 Provide all required submittals shop drawings samples etc within thirty 30) of the

contract award notification

2 Elevator Contractor shall allow ten (10) work days for the review and app val process and

time to return the submittal documents Elevator Contractor is expected 0 travel to the

FSU Campus to the pick-up the approved or approved as noted docu ents and samples

at the location designated in advance

3 Elevator Contractor shall make all necessary arrangements to obtain all m terials to be

installed under this contract including handling appropriate delivery of al such materials to

the work site no later than ten (10) weeks from the date the approval pr cess has been

completed and the required documents are returned to Elevator Contrac or

4 Elevator Contractor shall notify the Owner in seven (7) calendar days adv nce of the exact

date of the elevator being removed from service so that information reg rding the elevator

renovation work can be provided to the building management personnel nd students

5 Any questions regarding the requirements scheduling needs or other con erns shall be

handled by both parties in a manner that should not delay the work sche ule on the site

6 Once the elevator is removed from service the work schedule shall conti ue without

interruption until the project has been completed The Elevator Contract r shall complete

all work on the elevator within eighteen (18) calendar days from the tim the elevator is

removed from service This time period includes all testing adjusting cle ning painting

trash removal and all other associated work In the event the Elevator Co tractor

anticipates requiring additional time to perform the work this work shall e included as

overtime or shift work and shall be included in the bid price

7 When the work is commenced on the elevator no delays wit be accepte by the Owner

unless the delays are caused by fires storms floods civil disruption the

materials labor strikes or similar causes over which neither party has not

8 When Elevator Contractor submits a bid for this work he or she complet y accepts the

requirements of the technical speCifications and the Elevator Contractor

Requirements stated herein

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-18

ontrol

erformance

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

SPECIAL TERMS AND CONDITIONS

A Public Inspection

In accordance with Florida Statutes the ITN shall not be made available for public ins ction until the

University provides notice of a decision or intended decision pursuant to s312053 (5) ) Florida Status

or within 10 days after the opening date whichever is earlier

B Written Communications Required

No negotiations decisions or actions shall be initiated or executed by the Proposer a a result of any

discussion with any University employee Only those communications that are in writ ng from the

University Facilities Purchasing Department shall be considered as a duly authorized e pression on

behalf of the University Also the University will recognize only communications fro Proposers that

are signed and in writing as duly authorized expression on behalf of the Proposer

C Formal Offer

A Proposers written submission in response to the ITN shall be considered as the Pro osers formal

offer The content of the ITN the Proposers submission in response to the ITN and r suiting

contractpurchase order(s) shall be considered the entire agreement between the su essful Proposer

and the University It is understood and agreed that nothing herein is intended or sh uld be construed

as constituting the Proposer as the agent or representative of the University for any p rpose or in any

manner whatsoever The Proposer is and shall remain an independent contractor 0 erating in

accordance with the terms and conditions of the license granted as a result of this Inv ation of

Negotiation

D Interpretations

Proposers shall examine the ITN to determine if the Universitys requirements are de rly stated If

there are any requirements that are too vague or restrict competition the Proposer ay request in

writing that the specifications be changed A Proposer who request change in the sp cifications must

identify and describe the Proposers difficulty in meeting the Universitys specificatio must provide

detailed justification for the change and must provide a recommended change to the specification

Request for changes must be received in the Facilities Purchasing Department by the lose of the

business day not later than the entry note in the Calendar of Events area of this IT as the last to

receive written inquiries regarding the Proposal A Proposers failure to request chan es by the

permissible date shall be considered acceptance of the Universitys Specifications and a waiver of the

Proposers right to protest the ITN on the basis of Specifications The University rese es the right to

determine which changes to the ITN shall be acceptable to the University If required the University

shall issue an addendum reflecting the changes to the INT This addendum shall be s nt to all Proposers

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-19

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

so that each is given the opportunity of submitting proposals to the same Specificatio

Specifications shall be considered the Universitys minimum mandate requirements

E Verbal Communications

TATE UNIVERSITY

Said

Proposers may not consider any verbal instructions as an official expression on the Un versitys behalf

Only written communications Signed by a duly authorized representative of the Facili ies Purchasing

Office shall be considered valid

F Proposal Tabulation

A Proposal Tabulation that serves as the Notice of Award to the Proposer of receivi the contract

award will be posted for review by interest parties at the University Facilities Purchasi g Department on

the day noted in the Calendar of Events area of this ITN and will remain posted for a period of

seventy-two (72) hours Any person who is adversely effected by this University decis on or intended

decisions as detailed above in connection with this ITN shall file a written Notice of rotest with the

Director of Facilities Purchasing Failure to file a Notice of Protest within the 72 hour after the

protested University intended decisions is posted shall constitute a waiver of proceed gs under s120

Florida Statutes A Notice of Protest is considered filed when it is delivered to Facili ies Purchasing

Department 969 Learning Way 114 MMA Tallahassee Florida 32306 during normal ours of operation

of the file a Formal Written Protest and the bond required under Rule 6C-18055(3) lorida

Administrative Code (FAC) with ten (10) days after filing the Notice of Protest in the ccordance with

Rule 6C2-2015(13) FAC shall constitute a waiver of the Proposers right to protest un er s12057(3)(b)

Florida Statutes

G Mandatory Requirements

Any proposal that fails to meet mandatory Specifications stated in the ITN may be rej cted Any

proposal that does not comply with the functional cost or contractual requirements i the ITN may be

rejected In addition to the requirements of paragraph (8) Awards of the General Co ditions on the

Invitation of Negation Commodities Acknowledgment form the University shall not b liable to pay for

information obtained from or through any Proposer prior to issuing the purchase ord r to the successful

Proposer

H Minor Irregularities

The University reserves the right to waive minor irregularities in proposals providing uch action is in

the best interest ofthe University Minor irregularities are defined as those that hav no adverse affect

of the Universitys interest will not affect the amount of the Proposal and will not giv a Proposer an

advantage or benefit not enjoyed by another Proposer

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-20

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

I Format

Each proposal shall be prepared simply and economically providing a straight forward concise

delineation of the Proposers capabilities to satisfy the Specifications of the ITN Fancy binding colored

display and promotional materials are not desired However technical literature and ictures of

proposed equipment should be included in the proposal Emphasis in each proposal ust be on

completeness and clarity of contents To expedite the evaluation of Proposals it is es ential that

Proposers follow the format and instructions contained herein Failure to follow the r quested format

may result in rejections

J Extension Errors

In the event of extension error(s) the unit price will prevail and the Proposers Total er will be

corrected accordingly In the event of addition errors the extended totals will prevail nd the

Proposers Total Offer will be corrected accordingly Proposers must check their Prop sal for any such

errors and state the discount(s) where applicable

K University Point of Contact

The Proposers pOint of contact for all matters relating to this ITN is

Betty-Jean (BJ) Lewis

Florida State University Facilities Purchasing Department

969 Learning Way 102A MMA

Tallahassee Florida 32306

Fax (850) 644-5071

E-mail blewisadminfsuedu

Written questions on this ITN must be submitted to Betty-Jean (BJ) Lewis Questions ust be received

by the date listed for that event in the Calendar of Events After that date no inqui ies regarding the

Proposal oral or written will be accepted

L Contractor Point of Contact

Each Proposer shall identify in its submittal the single point of contact for all matters elation to the

response

M Proposal Materials

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-21

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

The materials submitted in response to this ITN become the property of the Universit upon delivery to

the Facilities Purchasing Department All of the materials will considered as part of th ITN and will be

subject to review as public records 10 days after the ITN is opened or an award is mad whichever

occurs first

N Proposal Rejection

The University shall have the right to reject any or all Proposals and in particular reje a Proposal not

accompanied by data required by the ITN or Proposal in any way incomplete or irreg ar including

omissions of pricing Conditional Proposals will not be accepted

O Conflict Between Document

If any terms and conditions contained within the documents related to this ITN are in onflict with any

other terms and conditions contained therein then the various documents comprisin this ITN as

applicable shall govern in the following order of the precedence AmendmentChange Order Addenda

ITN Terms and Conditions ITN Specifications ITN Responsibilities general conditions f the ITN

Proposal

P Additions Deletions Substitutions

Should the University find it necessary to supplement modify correct or interpret an portion of the

ITN during the Proposal period such action shall be taken by issuance of a written Ad endum to the

documents distributed to all known prospective Proposers Addenda will be issued no less than seven

(7) calendar days prior to the date scheduled for receipt of Proposals

Q Interpretation

Neither interpretation of the meaning of the ITN documents nor any corrections of a biguity

inconsistency or error will be made to any Proposer orally All such communications ill be in the form

of written addenda as issued by the Selection Community Only written addenda issu d by the Selection

Community shall be binding Proposers are advised that no other source is authorize to accept or give

information concerning explain or interpret the ITN

R Addenda Acknowledgment Form

Any addenda issued by the University to participating Proposers shall include an Add nda

Acknowledgment Form This form shall be signed by a company representative dat d and returned to

the University by the date specified in the Calendar of Events for Proposals to be 0 ned

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-22

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

S Amendments

Any amendments alterations or modifications to the contract resulting from this ITN ust be in the

form of a change order to the original contract and have the written approval of the F cilities Purchasing

Department and must be signed or initialed and approved by the same signatories not d on the ITN

T Assignment

Under no circumstances shall the successful Proposer assign to a third party any right r obligation of

successful Proposer pursuant to this Proposal without prior written consent of the Uni ersity If the

successful Proposer is or during the term of the contract resulting from this ITN beco e an individual

on the payroll of the State of Florida successful Proposer represents that he or she ha complied with all

applicable provisions in the Florida Statutes and Florida Administrative Code regardin outside or dual

employment and compensation

U Jurisdictional Applicability

Applicable provisions of all federal State of Florida county and municipal statutes la s ordinances

rules and regulations shall govern Proposal submitted hereto and any resulting contra t Lack of

knowledge by any Proposer shall not constitute a cognizable defense against the legal effect thereof

Disputes arising from or in connection with the contract shall be determined before Florida court of

competent jurisdiction or through an applicable administrative proceeding whichever s appropriate to

the circumstances under Florida law In the event that either party is required to obta n any permit

license or authorization as a prerequisite to performing its obligation under the contr ct the cost shall

be borne by the party required to obtain the permit license or authorization

V Governmental Restrictions

In the event any governmental restrictions may be imposed which would necessitate Iteration of the

terms of the contract resulting from this ITN it shall be the responsibility of the succe sful Proposer to

immediately notify the University in writing indicating the specific regulation which r quires the

alteration The University reserves the right to accept any such alteration including a y fee adjustments

occasioned thereby or to cancel the contract at no expense to the University

W Negotiation

In the event services are required to be performed or equipment required to be purc ased that are not

set out in the ITN but are within the general scope of the reqUirements the Universi and the

contractor hereby reserve the right to negotiate the terms covering the required serv ces or equipment

not to exceed $25000 per itemoccurrence

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-23

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FlORIDA TATE UNIVERSITY

X Additions Deletions and substitutions

The University reserves the right to add to or to delete any item from this ITN on a per odic basis as

necessary when deemed in the best interest of the University The contractor is respo sible for

submitting requests for such changes on a timely basis with sufficient documentation 0 allow

evaluation of the request When items are approved and added to the contract the c ntractor shall

maintain those items on the contact for a minimum of 120 days and sufficient quantit to accommodate

reasonable request or make provisions to offer substitute items as outlined in this sec ion

The University will consider substitutions for discontinued items provided that substit te items have

equivalent or greater featurescapabilities and shall be offered at the same or lower p ice as the item

replaced The University reserves the right to accept or reject substitutions

The University will consider the addition of newly released items provided that those i ems are offered

at the same percentage discount as similar items on the contract

The University will consider changes to contract items provided revisions are in accor nce with the

conditions and Specifications contained in this ITN The University reserves the right t accept or reject

changes proposed by the contractor

Y Equal Opportunity

The Contract must al all times during the term of the contract be in compliance with a I federal state

and local laws rules and regulations relating to the nondiscrimination clause containe in Section 202

Executive Order 11246 as amended by Executive Order 11375 relative to equal Empl yment

Opportunity for all person without regard to race color religion sex or national origi and the

implementing rules and regulations proscribed by the Secretary of Labor are incorpor ted into the terms

and conditions of this ITN

Z Governmental Action

It is mutually agreed that if at any time during the term of the contractual agreement he Contractor is

required to make extensive program changes as a direct result of any determination r action by any

applicable Federal State or Local Government authority the University will be willin to negotiate any

cost increase necessitated by such changes subject to availability of funds Any nego iated price

increase may not be implemented until a contract amendment signed by both parties is processed

through the Florida State University Facilities Purchasing Department

AA Travel

Travel expenses included in any contractpurchase order resulting from this ITN must e in accordance

with Section 112061 Florida Statutes

DCSI 010811 ElECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-24

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

BB Parties to the Contract

Parties to the contract will be the University and the contractor Payment will only be ade to the

contractor and in the name as it appears on the Proposal submitted and the resulting ontract

Cc Contractors Insurance

The Contractor shall not commence performance in connection with the contract unti he has obtained

all the following types of insurance and such insurance has been approved by the purc aser nor shall

the Contractor allow any subcontractor to commence work on his subcontract until all similar insurance

required for the subcontractor has been so obtained and approved All insurance poli ies shall be with

insurers qualified and doing business in Florida and with an AM Best rating of no les than AX The

purchaser shall be furnished proof of coverage of insurance by certificates of insuranc accompanying

the contract documents and shall name the Florida State University and Florida Board f Trustees as an

additional name insured The insurer shall provide 30 days written notice to the certi cate holder if a

policy is to be canceled before the expiration date thereof

The purchaser shall be exempt from and in no way liable for any sums of money that may represent a

deductible in any insurance policy The payment of such deductible shall be the sole r sponsibilityof

the Contract andor Subcontractor providing such insurance

1 Workers Compensation Insurance

The Contractor shall secure and maintain during the life of this agreement Workers mpensation

Insurance for all his employees connected with the work of this project and in case a y work is sublet

the Contractor shall require the subcontractor similarly to provide Workers Compens tion Insurance for

all the latters employee unless such insurance shall comply fully with the Florida Wor ers

Compensation Law In case any class of employees engaged in hazardous work under this contract at

the site of the project is not protected under Workers Compensation statute the Co tractor shall

provide and cause each subcontractor to provide adequate insurance satisfactory to he purchaser for

protection of his employees not otherwise protected

2 Contractors Public Liability and Property Damage Insurance

The Contractor shall secure and maintain during the life of this agreement COMPREH NSIVE GENERAL

L1ABNILITY AND COMPREHENSIVE AUTOMOBILE LIABILITY INSURANCE as shall protec him from claims

for damages personal injury including accidental death as well as claims for propert damages which

may arise from operations under this agreement whether such operations be by him If or by anyone

directly or indirectly employed by him and the amounts of such insurance shall be th minimum limit as

follows

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-25

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

1 Body Injury Liability $1000000 each acci nt

2 Auto Property Damage Liability $ 500000 each accid nt

3 Property Damage Liability- $1000000 each acci ent

(other than automobile) $1000000 aggregate operation

$1000000 aggregate protective

$1000000 aggregate contractual

Insuring clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended to provide coverage

on an OCCURRENCE basis

3 xcu (Explosion collapse underground damage) -the contractors liability P icy shall provide

xcu coverage for those classifications in which they are excluded

4 Contractual Liability - work contracts - The contractors liability policy shall co er such contracts

when they are affected

5 Subcontractors Public Liability and Property Damage Insurance

The Contractor shall require each of his subcontractors to secure and maintain during he life of this

contract insurance of the type specified above and insures the activities of his subco ractors in his

policy as specified above

Qualifications

All insurance poliCies shall be with insurers qualified and doing business in Florida

Proof of Insurance

Proof of insurance for all of the specified types and limits in the form of original Certif cates of Insurance

shall be delivered to the Facilities Purchasing Department within ten (10) days of exe tion of the

contract In lieu of original certificates certified copies of the actual policies may be f rnished

Whether certificates or policies are furnished the Florida State University and the Bo rd of Trustees

shall be deSignated as additional named insured Each such copy or certificate shall c ntain a valid

provision or endorsement that the policy may not be canceled terminated changed r modified

without giving thirty (30) days written advance notice thereof to the Universitys repr sentative A

renewal policy or certificate shall be delivered to the University at least thirty (30) da s prior to the

expiration date of each expiring policy If at any time any of the policies shall be or b come

unsatisfactory to the University as to form or substance or if any of the carriers issui g such policies

shall be or become unsatisfactory to the University Contractor shall promptly obtain a new and

satisfactory policy in replacement upon such written notice from the University

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-26

DIFFENBAUGH BUILDING PHASE I ELEVATOR NO 24516 FLORIDA

Original Copy

If determined necessary by the Universitys representative the Contractor shall delive

Universitys representative upon demand the original of any policy shall be returned t

Deductibles

The University shall be exempt from and in no way liable for any sums of money that

deductible in any insurance policy The payment of such deductible shall be the sole r

the Contractor andor subcontractor providing the insurance

DD Liability

The following Special Conditions supersedes General Conditions Number 21 Liability

to Negotiation Commodities Acknowledgment form

Contractors entire liability and the Universitys exclusive remedy shall be as follows

In all situations involving performance or non-performance under this Agreement th

be entitled to actual damages to the limits set forth in this provision

Contractors liability for damages to the University for any cause whatsoever and reg

TATE UNIVERSITY

to the

Contractor

may represent a

sponsibility of

n the Invitation

University shall

rdless of the form

of action whether in contract or in tort including negligence shall be limited to the gr ater of $100000

or the contract price stated herein for damages that are the subject of matter of or a e directly related

to the cause of action The foregOing limitation of liability will apply to

bull the payment of the cost of damage awards pertaining to patent and copyrigh indemnity or to

bull claims for re-procurement costs or the cost of cover pursuant to Rule 6C220 5(20) of the

Florida Administrative Code or to

bull claims for personal injury or damage to real or person property caused by Sel rs tortuous

conduct

Contractor shall hold and save the University harmless for any and all suits and judgm nts against the

State for personal injury or damage to real or personal property caused by Contracto s tortuous

conduct in the performance of this Agreement provided that

bull the University promptly notifies the Contractor in writing of any claim and

bull the Contractor shall be given the opportunity at its option to participate an associate with the

University in the control defense and trial of any claim and any related settle ent negotiations

and provided further that with respect to any claim or portion thereof for hich Contractor

agrees at the initiation of such claim that Contractor shall save an hold the U iversity harmless

Contractor shall have the sole control of the defense trial and any related se lement

negotiations and

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-27

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

bull the University fully cooperates with the Contractor in the defense of any claim

In no event however will Contractor be liable for

bull any damages caused by the Universitys failure to perform the Universitys res onsibilities or

for

bull any lost profits or other consequential damages even if Seller has been

advised of the possibility of such damages or for

bull any claim against the University by any other party e ept as provided

in the hold harmless provision of the preceding parag aph of this

provision and except as provided in Paragraph 18 of t e General

Conditions Patents and Royalties on the Invitation 0 Negotiation

Commodities Acknowledgment form or for

bull any damage caused by performance or non-performa ce of machine or

programming located outside the United State or Pue 0 Rico

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-28

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

SPECIAL TERMS AND CONDITIONS Payment shall be made in accordance with s 215422 FS which provides that agencies have 5 working days to inspect ampapprove goods ampservices unless bid specifications r the PO specifies otherwise If payment is not available within 40 days measured from t e latter of the date the invoice is received or the goods or services are received inspected an approved a separate interest penalty set by the Comptroller pursuant to s 5503 FS will b due and payable in addition to the invoice amount To obtain the applicable interest rate please contact the University Facilities Payables and Disbursements Section at (850) 644-047 Invoices returned to a vendor due to preparation errors will result in a payment elay Interest penalties of less than $1 will not be paid unless the vendor requests payment The payment period does not begin until all terms of the contract (including shi ping and billing instructions exactly as they are specified on the purchase order) hav been met and a properly completed invoice is provided the University The university reserve all administrative contractual and legal remedies against the contractor or vendor ho breaches any of the contract terms The employment of unauthorized aliens by any contractor is considered a viola ion of Section 274A(e) of the Immigration and Nationality Act If the contractor knowingly emp oys unauthorized aliens such violation shall be cause for cancellation of this purch se order Acceptance of this order serves as certification that the vendor or its principals (a) are not presently debarred suspended proposed for debarment declared ineligible 0 voluntarily excluded from covered transactions by any federal department or agency (b) ve not within a three-year period preceding this proposal been convicted of or had a civil judg ent rendered against them for commission of fraud or a criminal offense in connection with 0 taining attempting to obtain or performing a public (federal state or local) transaction r contract under a public transaction violation of federal or state antitrust statutes or commissio of embezzlement theft forgery bribery falsification or destruction of records rna ing false statements or receiving stolen property (c) are not presently indicted for or oth rwise criminally or civilly charged by a government entity (federal state or local) with commissi n of any of the offenses enumerated in paragraph (b) of this certification and (d) have not wit in a three-year period preceding this applicationproposal had one or more public transactions federal state or local) terminated for cause or default 52249-5 (a)-(f) Hazardous Material Identification and Material Safety Data When subcontract involves hazardous material Utilization of Small Business Concerns and Small Disadvantaged Business Concerns Walsh-Healey Public Contracts Act 52219-8 52222-20 Employment if the subcontract amount 52203-7001

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-29

Page 8: Invitation to Bid (ITB) til the dates - FSU Facilities · Invitation to Bid (ITB) ... Elevator renovation work includes, but is not limited to, ... hands-free telephone instrumen

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORID STATE UNIVERSITY

C Regulatory Requirements 1 ASME A171-2004 Safety Code for Elevators amp Escalators including all pu lished addenda 2 Florida Building Code 2007 Edition 3 NFPA 70 Latest Edition 4 ASME A175 Code for Elevator and Escalator Electrical Equipment latest 5 Americans with Disabilities Act - Accessibility Guidelines (ADAAG) 6 Florida State 399 Chapter 30 Florida 4A-47 Florida Chapter 61-C5 Elevat r Safety Code 7 AWS Standards - American Welding Society latest requirements 8 Any other State Federal or Local requirements include fire life safety an other codes

D Inspection and Testing Elevator Contractor shall obtain and pay for all requi ed inspections installation or alteration permits and fees associated with the elevator work der this contract 1 Secure all State of Florida required permits and pay all associated fees 2 Arrange and pay for the required inspections and tests to be performed i the presence of a

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

3 Copies of all such documents shall be submitted with the turn-over docu quantities required

104 DELIVERY STORAGE HANDLING SCHEDULING AND SITE RENOVATION WORK

A Deliver elevator materials components and equipment in manufacturers pr tective packaging All packaging and related refuse shall be properly disposed of at the expense f the Elevator Contractor

B Store materials in a dry protected area Protect and handle the materials in a cordance with manufacturers recommendations to prevent damage to materials Elevator ontractor shall arrange and pay for all off-site storage facilities that he may need in the exec tion of this contract The Owner shall not incur any additional costs for storage demurr e handling or other material related storage expenses Protected storage at the building is xtremely limited consequently the Elevator Contactor should anticipate the need for off-site s orage for the elevator related materials

C Equipment not being retained and reused in the execution of this contract sh II be promptly removed from the site at the sole expense of the Elevator Contractor The m terials removed from the elevator systems shall be regularly removed from the building and n t 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 at er elevator located on the Florida State University Campus

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION RK 14220-5

DIFFENBAUGH BUILDING PHASE 1 ElEVATOR NO 24516 FLORID STATE UNIVERSITY

D Elevator work on this project shall be performed on a one (1) shift per day 0 e (1) crew per elevator five (5) days per week except on legal holidays as may be applicabl due to union or other agreements Full cooperation of Elevator Contractor is expected and r quired in order to keep the project execution time to the minimum required for this type of ren vation project Working in concert with other trades in the coordination and performance 0 the work is absolutely necessary

E The Elevator Contractor shall be responsible for any demolition and repairs a ociated with delivery and installation of the elevator equipment Sufficient care must be t ken by the Elevator Contractor to protect the building structure systems walls roof an surrounding surfaces from damage

F This is a tltime is of the essence contract

G Adequate safety barriers shall be installed by the Elevator Contractor in the ist way between the elevators to protect all such employees from exposure to the elevator e uipment in the opposite hoist way area

105 PROJECT CONDITIONS

A Prohibited Use The elevator shall not be used for construction purposes or ublic conveyance until the elevator renovation work has been completely finalized and approv by Architect or Owner and Elevator Consultant

B Painting Except as otherwise indicated in the elevator technical specificatio s the following painting work shall be required by the Elevator Contractor 1 Paint all of the car frame equipment platform steel members stiles and r lated equipment

prior to installing the new cab equipment 2 All painting except low odor paint applications shall be performed by th Elevator

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

106 WARRANTY

A Warranty certificates Submit elevator manufacturers and Elevator Contract rs type written project warranty certificates agreeing to repair restore or replace materials ving defects in the elevator work and materials furnished under this contract including all as ociated labor and materials that are reworked replaced or reconditioned as a requirement of t is contract Warranty also requires that the door operator eqUipment receive the necess ry adjustments required to comply with these specifications The warranty shall be for a peri d of at least twelve (12) months from the date of Final Completion of all elevator work inc uded in this contract The date of the Final Completion shall be as determined by repres ntatives of Elevator Contractor Owner and Elevator Consultant

DCSI 010811 ElECTRIC OIL-HYDRAULIC PASSENGER ElEVATOR RENOVATION RK 14220- 6

DIFFENBAUGH BUILDING PHASE I ELEVATOR NO 24516 FlORID STATE UNIVERSITY

B Any adjustments repairs or otherwise needed work shall be performed by th Elevator Contractor as soon as possible after the problem is reported to the Elevator ontractor The Elevator Contractor shall be on site to make the needed repairs or adjustme s within one (1) hour 247 including holidays after the problem is reported

C Non-warranty parts and equipment The only parts or equipment that the EI vator Contractor shall not be required to furnish as part of his responsibility are those made n cessary as a result of major acts of vandalism fire floors windstorm civil disturbances or othe major losses Repairs made necessary by minor acts of vandalism abuse or misuse are to included in the work to be performed by this Elevator Contractor

PART 2 - PRODUCTS

201 MANUFACTURERS

A Manufacturer Only products manufactured by the following manufacturers ill be acceptable

on this project and the named products are subject to complete compliance ith the technical

speCification requirements listed hereinafter

1 Otis Elevator Company

2 Schindler Elevator Corporation

3 ThyssenKrupp Elevator Corporation

The following equipment component manufacturers are afforded prior appro ai subject to

complete compliance with the technical specifications

4 Elevator Components Inc model VFE 2500-HL or HH (closed loop heavy uty type linear or

harmonic door operator interlocks door tracks and door hanger equipm nt)

5 Janus Elevator Products (door safety detectors only)

6 Elevator Cabs Inc Tyler Elevator Products Gunderlin Ltd E-Cab Archit ctural Elevator

Cab Interiors Snap Cabs (elevator cab interior work)

7 Innovation Industries Inc Elevator Products Corporation Monitor Contr Is (vandal

resistant signal fixtures

8 Electronic Controls Inc (LED type emergency lighting system controls)

9 Pratt amp Lambert Sherwin -Williams Martin Senour (paints)

10 Rath Microtech (car emergency telephones)

11 GAL (door tracks door hangers door relating equipment and door closers only)

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION RK 14220-7

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORID STATE UNIVERSITY

B Substitutions Elevator Contractor may substitute other manufacture of elevator cab materials subject to the following 1 The Elevator Contractor must agree to an inspection of the products by wner Architect

and Elevator Consultant after assembly but prior to shipment Any de cts in materials or workmanship must be corrected prior to shipment to the site

2 Substitutions must fully comply with all technical requirements elevat r code quality and fit and all other aspects of these specifications

3 No substitutions of material grades finishes and other details will be ac pted 4 The Elevator Contractor shall be responsible for paying all associate costs for Owner

Architect and Elevator Consultant to visit the production plant to evaluat the products 5 No time extension will be permitted in the installation schedule du to substitution of

products manufacturers

202 MATERIALS1 GENERAL

A Materials patterns and finishes As selected by the Architect from the man facturers patterns and finishes for this project

B Steel 1 Shapes and bars ASTM A 336 2 Sheets ASTM A 336 cold rolled sheet commercial quality class 1 matt finish and

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 y Architect

D Aluminum 1 Sheet and plate ASTM B 209 alloy 6063-752 2 Extrusions ASTM B 221 alloy 6063-T52

E Finish flooring on platforms Supplied and installed by Elevator Contracto The Owner shall select materials for flooring The flooring shall be the same product or eq I to that which is installed in the other elevator in the adjacent section of the building

203 HOIST WAY AND MACHINE ROOM EQUIPMENT

A Platform The existing platform shall be retained and reused with the follow g work 1 Install new elastomeric type underlayment for installation of new floorin materials 2 If the platform has a plywood subfloor the top layer of plywood shall be placed under this

contract New plywood shall be W thickness high quality material with xterior glue 3 Clean and paint all of the metal on the platform assembly 4 Tighten all bolts and fastenings 5 Owner will not accept any additional charges associated with reuse of th

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-8

L

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORID

B Car sling Equipment The existing car sling and related hardware shall be reta Include the following work 1 Clean and paint all of the equipment 2 Adjust the brace rods as necessary 3 Owner will not accept any additional charges in connection with repairs

reconditioning of the safety equipment

C Guide rails The existing car guide rails shall be retained in their present locat

D Guides The existing guide assemblies shall be cleaned and retained

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

F Hydraulic Cylinder The existing cylinder shall be retained and reused

G Hydraulic Piping Retain and reuse

H Hydraulic Pumping Unit Retain and reuse Make required adjustments aft door operator equipment is installed

I Elevator Controller System Make required alterations to the wiring and com controller to accommodate the new door operator direction indicators on ca panel equipment

J Automatic terminal limits and directional limits The existing equipment retained and reused

K Automatic self leveling The existing leveling devices and equipment sh reused

Door operator machinery The existing door operator shall be removed completely new door operator equipment with the following design and feat 1 Heavy-duty gearless type harmonic motion design 2 Heavy-duty drive motor shall be alternating current type Motor shall be

model designed for long life service 3 Precise encoder on the drive motor shaft 4 Completely closed-loop design system 5 Door position recognition 6 Door velocity regulation 7 Door motor current monitoring control and regulation S Door closing pressure regulation Set door pressure at lS-20 pounds

STATE UNIVERSITY

ned and reused

placements or

on

r the new cab and

onents of the and car operating

all be completely

I be retained and

nd replaced with

2 horsepower

9 Immediate door reversal shall occur if preset closing door is obstructed fr m closing and door pressure of lS-20 pounds is exceeded for any reason

10 Include elevator code required car door restrictor device to prevent ope ing car door more than 4 when the car is outside the designated landing zone

DCSI 010S11 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-9

DIFFENBAUGH BUILDING PHASE I ELEVATOR NO 24516 FLORID STATE UNIVERSITY

11 Include high quality car door clutch assembly or suitable similar devices to unlock the hoist way doors

12 Door obstruction warning If door opening is obstructed for 15 secon (adjustable timer design of 12 to 30 seconds) an audible warning shall occur and continu to sound until the doorway is cleared however doors do not close When the door openin has been cleared the door shall close at normal speed

13 Door close watchdog If the doors are closing but do not compl tely close after a programmable time period the doors will recycle open for twelve (12) ti es to try to correct the fault before the elevator is automatically removed from se ice The recycling program shall be adjustable for up to 20 times

14 Door close assist When the doors have failed to fully close and are in th recycle mode the door drive motor shall have increased torque applied to possibly overc me 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 c II assignment (not coincidental call) the current door open time is changed to a shorter eld programmable time when the electronic door detection system is activated by a passen er passing through the doorway

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

17 Door operator control equipment without all of these features shall not acceptable 18 Door opening time measured from door closed position shall be 18 sec nds 19 Door closing time measured from door open position shall be 23 secon

M Door safety screen Replace existing door protection with new detector devi e The elevator car doors shall be equipped with high quality electronic type door safety screen qual in design and manufacture to that of Janus Elevator Products Inc The electronic safety creen device shall have both 3-D and Panachrome features built in to the system The Panachr me system shall feature green lighting mounted vertically along the edge indicating it is safe to enter the doorway and orangered lighting to indicate that the doors are ready to clo e or in the process of closing All electrical connections for this equipment shall be mounted 0 the car top out of reach of unauthorized persons Provide a defeat switch for the 3-D portion the safety screen for use if the Owner elects to turn off that portion of the screen operation

204 HOIST WAY ENTRANCES

A Doors The existing center-opening side-sliding type door panels shall II be retained and reused

B Frames The existing hoist way door frames shall be retained

C Headers fascia toe guards and dust covers The existing headers fascia t e guards and dust covers shall be retained and reused under this contract

D Interlocks The existing interlocks and interlock release mechanisms sha I be retained and reused Make any needed repairs to the interlock release mechanisms and in erlock assemblies

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-10

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA STATE UNIVERSITY

E Door hangers tracks relating equipment and door closers The existing equipment in this category shall be retained and reused

205 ELECTRICAL CONTROL SYSTEMS

A Elevator single car control system The existing elevator controller system s II be retained and reused Make any required modifications to accommodate the new door perator controller car direction indictors and car operating panel system

B Top of car inspection station Completely new elevator code approved ar top inspection stations shall be installed on the top of each elevator The station shall contain all of the necessary operating devices required by code Locate the car top operating tation in position that will allow the elevator maintenance technician to gain control of the el vator car from the landing without the need to step on the car to access the car top station rovide two (2) car top lights for illuminating the work area One (1) light shall be mounted 0 a self coiling cord arrangement 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 fluorescen type equal to 150 watts output Suitable lamp guards are required Include a duplex type GFCI rotected electrical outlet

206 ELEVATOR OPERATING AND SIGNAL DEVICES

A Car operating station or panel The existing car operating panel shall be totall completely replaced with all new equipment of the following design 1 Full height and width swing panel and entrance column type panel compl te with heavy

duty type locking devices and adjustments to alleviate rattles and warpin Design the full swing type front return panel to permit a custom design appearance Inst II a suitably sized recessed metal box to enclose the signal devices behind the front return

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 cen r jewels for illumination with red LED lamps Match the button designs in the other el vator in the same building

3 Lower portion of operating station shall have door control buttons keyed alarm button Alarm button shall have a center jewel that illuminates red pushed

4 Electronic chime to indicate passing of floors 5 Provide an elevator car overload jewel and audible alarm This feature sh

operational until the elevator is completely modernized with new control

14220-11

6 Upper portion of the control station shall contain a tight fitting stainless st el cabinet door covering the firemens control buttons and features Door shall have a 10 that meets the latest fire code requirements Phase II operation instructions shall be lam ated to interior of the cabinet door The sub-plate and features inside the cabinet shall c ply with the control features that currently exist In the future the features shall be u -dated to comply with the ASME A171 Safety Code at the time of the elevator renovation

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION

quipment

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA STATE UNIVERSITY

7 Include firemens jewel that flashes when fire or smoke is in the machine oom or hoist way If this feature can be made operational at this time the flashing light shall be made to operate Otherwise the jewel shall be available for future use when the ntrol equipment is replaced

8 Include engraving for elevator serial number at the top of the panel 9 Below the elevator numbers locate a digital type car position indictor an

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 nd with 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 instruction p te for operating the phone The phone shall be Rath-Microtech brand amp model that fully mplies with the equipment currently being used by Telecommunications Department Flo ida State University Verify the design requirements prior to purchase of the phon equipment

12 Below the emergency telephone device provide an elevator service cabin t with a tight fitting stainless steel door Cabinet door shall be large enough to contain completely flush mounted clear Lexan brand certificate cover large enough to accommod te the State of Florida elevator operating certificate of standard size Door shall have a s itable 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 Provide engraving for elevator lifting capacity in both pounds and numbe of people 14 Furnish a light colored duplex type GFCI protected outlet grounded elect ical outlet located

as low as possible in the operating panel securely fastened to the rear of he panel 15 All markings shall be fastened from the rear and be easily replaceable if t ey become

damaged No markings shall appear to be surface mounted type 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 hall be polished

stainless steel materials 18 All display lamps shall be high intensity LED type 19 Front return panel when completed with new operating fixture devices s

professional design and quality and shall fit-up well in the new elevator c b structure

C Car riding lanterns New car riding lanterns shall be furnished and installed 0 each side of the cab opening The design shall be vandal resistant and include an electronic c ime and high intensity brilliant white and brilliant red LED lamps Locate at the required di ance from the floor level Chimes shall sound one (1) time for up traveling car and two (2) ti es for down traveling car Chime audible sound level shall be easily adjustable by the elev tor maintenance technicians Cover plates shall be held in place with countersunk spanner he matching material

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-12

screws of

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA STATE UtIIVERSITY

D Landing stations All of the existing landing stations shall be retained and reu

207 ELEVATOR CAB ENCLOSURE

A Elevator cab The existing elevator cab structure shall be completely remove with a new cab assembly The new cab shall include the following designs m features 1 Three (3) walls of the elevator cab shall be constructed of 14 gauges no

stainless steel with suitable reinforcement to prevent warping or rattling

ed

and replaced terials and

satin finished

2 The cab walls on three (3) sides shall be equipped with high quality replac able panels that are applied to the walls The panels shall be constructed and installed in t e following manner a There shall be three (3) applied panels across the rear of the cab and wo (2) panels on

each of the side walls Total number of panels in the cab shall be 14 II aligned to provide a professional appearance The lower panels shall be designe to allow for ventilation through the walls without exposed ventilation grills in the ase area of the cab

b Panels shall be divided at the handrail location allowing approximatel 5-6 spacing from the bottom of the top panels to the tops of the lower panels

c The top ofthe applied wall panels shall be set at approximately 7-4 bove the finished floor level

d The panels shall be approximately 78 total thickness using high qua ity wood core materials backed with laminate plastic for panel stabilization The fr t of the panels shall be faced with 5WL stainless steel materials approximately 18 ga ge materials

e The edges of all panels shall be equipped with 18 thickness stainless steel fabricated in an angle shape so that the edging can be attached to the rear of th panels with countersunk screws The edge materials shall be held as tightly as po ible around the panels to avoid large gaps in the materials Weld corners and grind 0 all sharp edges on the corners and remove any sharp edges on the edge materials T e stainless steel edging shall extend approximately 18 beyond the face of the 5WL f e materials

f Provide concealed ventilation grills or openings behind the wall panel 3 Design the total cab height to be approximately 8-2 total overall Eleva r Contractor shall

take field measurements to verify that a cab of this height will fit the exist ng car sling Adjust the height of the cab to fit if the existing car frame will not accept cab of that height

4 Top of the cab shall be heavy gauge furniture steel with baked on white e amel finish Thickness of the cab top along with the reinforcement shall support two 2) workmen along with their tools

5 The front return panels and transom shall be constructed of 14 gauge sati finished stainless steel materials

6 Cab base area shall be covered with 12 gauge stainless steel approximatel 5 high Laminate the metal to the wall panels with high quality industrial grade c ntact cement Smooth the top surfaces to remove sharp edges This straight base is to r inforce the base area to avoid denting and damage from floor buffers

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-13

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

erials Secure

7 Handrails shall be installed on three (3) sides of the elevator cab Rails sh II be constructed of heavy gauge round stainless steel with suitable number of matching su ports that will permit each rail to support at least 600 pounds at any location Return th ends of the rails toward the wall panels Provide oversize backing plates on the rear of the cab walls

8 Provide stainless steel bumper rails located approximately 8 above the fl or to the top of the rails The rails shall be constructed of 38 thick by 3 high solid stainl ss steel bumper rails Provide matching stainless steel supports for the rails designed to s pport at least 600 pounds on each rail at any location the rail Return the rails toward the II panels Provide oversize backing plates on the rear of the cab walls

9 The existing cab ceiling shall be handled as follows a Carefully remove the existing stainless steel ceiling and LED lighting sy tern without

damaging the materials This ceiling shall be installed in the new cab t a height of approximately 7-6 above the finished floor level

b As part of the new cab top provide a suitably located emergency exit anel that is arranged for removal through the top exit panel Align the exit with t e opening location in the existing cab ceiling

c Provide an electrical switch assembly on the top exit to prevent the el vator from moving unless the exit is closed and locked

d Height of the cab top and location of the cab ceiling shall be verified y Elevator Contractor prior to designing the cab drawings

10 Furnish and install new sandwich type construction car door panels with s itable reinforcement for the car door clutch and other devices Door shall be fa with 14 gauge no 4 stainless steel material

11 Threshold for the car door entrance shall be satin finished nickel silver rna with matching countersunk nickel silver bolts

12 Provide a new two (2) speed squirrel cage type exhaust blower with at Ie st 700 cubic feet per minute capacity on high speed Propeller fan is not acceptable

13 Furnish a new certificate frame that will accept standard size of State of FI rida operating certificate The flush mounted frame shall be incorporated in the swing d or for the service cabinet

14 Furnish and install a new Emergency telephone device Phone shall be Rat -Microtech model no 2100-967DVCA or other as approved by Owner Prior to purch se of the equipment Elevator Contractor shall verify the model number by contacti g Telecommunications Department of Florida State University Incorporate nto car operating panel

15 Provide high quality vinyl material protection pads and stainless steel pa buttons Install buttons with screws coated with Loctite no 290 tread sealer material t prevent removal without appropriate tools Pads shall also cover the front return panels i which cutouts shall be provided for operating devices

16 Provide stainless steel type 304 with no 4 satin finish 17 Provide any additional features as required by elevator code 18 Clean and polish the entire elevator cab prior to acceptance Cab shall ha e a like new

appearance except for any dents or deep scratches that remain as a resul of the existing damage

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-14

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

19 Furnish and install new cab flooring materials specified elsewhere Before install sheet type elastomeric goods to cover the entire floor area Glue d the plywood

208 ALARM BELL SYSTEM

A Retain the existing emergency alarm bell system provided it will function as

TATE UNIVERSITY

installing the cab wn the sheet to

quired hereinafter If a new alarm bell system is required provide as a requirement of this contract

209 CAR TOP RAILING SYSTEM

A Furnish and install a car-top safety railing system for added protection for ele ator technicians While working on the car top Comply with all code requirements on height a d mounting

210 ELECTRICAL WIRING AND WORK REQUIREMENTS

A Furnish and install new electrical wiring conductors and other wiring as requ red Install new NEC approved conduit conduit fittings electrical pull boxes raceways and du t work were required

B Emergency Car Lighting Provide LED type emergency car lighting system that will automatically illuminate when the normal power supply fails The LED lighting system shall e incorporated into the normal ceiling lighting system by installation of the emergency cab Ii hting system available from Electronic Controls Inc Cape Canaveral Florida Illuminate at least three (3) of the normal lighting fixtures with the emergency lighting system for a period at least four (4) hours after the loss of power Also provide emergency power supply for the larm bell as part of the emergency lighting system

PART 3 - EXECUTION

301 EXAMINATION

A Before fabricating the equipment or commencing elevator installation work i spect the complete hoist way and equipment platform dimensions machinery to be re sed pit area and machine room as constructed or modified verify all critical dimensions and e amine supporting structures and all other conditions under which elevator work is to be installe or performed Do not proceed with the elevator installationrenovation work until all conditi ns have been reviewed and evaluated

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

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-15

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

302 INSTALLATION

A Install new elevator system components and incorporate the equipment that and reused in a completely satisfactory installation

TATE UNIVERSITY

is being retained

1 Work to be performed by completely competent fully trained elevator in tallation personnel in accordance with the requirements of ASME AI71 elevator anufacturers installation instructions and approved shop drawings All elevator mecha ics working on this project shall hold current State of Florida Certificate of Competency license cards The use of temporary or probationary mechanics to perform work as a mechanic is not acceptable on this contract

2 Comply with the National Electrical Code and ASME A175 for elevator el required during installation of this equipment

3 Perform work with skilled workmen under the direct control and supervis on of the Elevator Contractors experienced foreman and superintendent The Owner Arch tect and Elevator Consultant shall reserve the right to interview all employees assigned to ork on this project and require that any unsuitable employees in their sole opinion e removed from the site

4 Mount all moving elevator components on vibration absorbing mounts d signed to effectively prevent the transmissions to the structure and eliminate sour es of structure borne noise from the elevator system

303 FIELD QUALITY CONTROL

A Acceptance testing Upon completion of the elevator installation work and b fore use of the elevator equipment performance acceptance tests are required to demonstr te that the equipment will sustain and lift the loads for which the elevator was initially d signed Test weights shall be provided to perform these tests and must be used to demon trate the performance in the presence of representatives of the Owner Elevator Cons Itant and a State of Florida licensed CEI (QEI) elevator inspector Elevator inspector shall not b a former or current employee of the Elevator Contractor

B Advise the Architect Owner Elevator Consultant and CEllicensed elevator in ector at least five (5) business days in advance of the date and time the testing is to be pe rmed on the elevator equipment

304 ADJUSTING WORK

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

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-16

elevator

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

305 CLEANING

A Before final acceptance remove all protective materials from the finished su the plastic sheeting All of the elevator equipment must be cleaned prior to Fi

TATE UNIVERSITY

ces including al Acceptance

B At completion of the elevator work remove all tools equipment surplus mat rials and the like from the site Remove all trash and debris during the clean-up Thoroughly cI an up all oil spills and residue

307 TURNOVER OF DOCUMENTS TOOLS AND OTHER SUCH REQUIREMENTS

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

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

C Provide at least twelve (12) sets of all elevator keys to the Owner except for t e elevator door keys

308 COMPLETION DATE

A The installation is not considered complete until the complete project has be considered to have been performed in a first-class professional manner and is completely ceptable to the Owner and Elevator Consultant Further all adjustments load tests perfor ance tests and punch-lists must be completed All required documents special tools archiv I information and the like must be turned over to the Owner prior to establishing the final com letion date

B The Owner Elevator Contractor and Elevator Consultant must be in agreeme t as to the completion date and date the warranty shall commence

309 ELEVATOR SCHEDULE

A Number of elevators - One (1) Westinghouse Elevator Company brand elevat r previously

modified by Mowrey Elevator Corporation

B Elevator type - Electric Oil-Hydraulic

C Speed - Approximately 200 feet per minute Set down speed at 180 feet per inute in down

direction with no load on the elevator

D Control system - Omron microprocessor type installed by Mowrey Elevator

E Door type - Center-Opening side-sliding 3-6 wide by 7-0 high

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-17

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

F Warranty - Twelve (2) months after completion and acceptance by the Owner

310 ELEVATOR CONTRACTOR PERFORMANCE REQUIREMENTS UNDER THIS CONTR

A Considering that this is a time if of the essence Contract the expectation

require the Elevator Contractor be mindful of the need for prompt handling

Contract Consequently rigid timelines are being established prior to accepta

B After award of the elevator contract work or issuance of a notice to pro

Contractor shall perform the work as follows

TATE UNIVERSITY

CT

of the Owner do

all aspects of this

ce of bids

ed the Elevator

1 Provide all required submittals shop drawings samples etc within thirty 30) of the

contract award notification

2 Elevator Contractor shall allow ten (10) work days for the review and app val process and

time to return the submittal documents Elevator Contractor is expected 0 travel to the

FSU Campus to the pick-up the approved or approved as noted docu ents and samples

at the location designated in advance

3 Elevator Contractor shall make all necessary arrangements to obtain all m terials to be

installed under this contract including handling appropriate delivery of al such materials to

the work site no later than ten (10) weeks from the date the approval pr cess has been

completed and the required documents are returned to Elevator Contrac or

4 Elevator Contractor shall notify the Owner in seven (7) calendar days adv nce of the exact

date of the elevator being removed from service so that information reg rding the elevator

renovation work can be provided to the building management personnel nd students

5 Any questions regarding the requirements scheduling needs or other con erns shall be

handled by both parties in a manner that should not delay the work sche ule on the site

6 Once the elevator is removed from service the work schedule shall conti ue without

interruption until the project has been completed The Elevator Contract r shall complete

all work on the elevator within eighteen (18) calendar days from the tim the elevator is

removed from service This time period includes all testing adjusting cle ning painting

trash removal and all other associated work In the event the Elevator Co tractor

anticipates requiring additional time to perform the work this work shall e included as

overtime or shift work and shall be included in the bid price

7 When the work is commenced on the elevator no delays wit be accepte by the Owner

unless the delays are caused by fires storms floods civil disruption the

materials labor strikes or similar causes over which neither party has not

8 When Elevator Contractor submits a bid for this work he or she complet y accepts the

requirements of the technical speCifications and the Elevator Contractor

Requirements stated herein

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-18

ontrol

erformance

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

SPECIAL TERMS AND CONDITIONS

A Public Inspection

In accordance with Florida Statutes the ITN shall not be made available for public ins ction until the

University provides notice of a decision or intended decision pursuant to s312053 (5) ) Florida Status

or within 10 days after the opening date whichever is earlier

B Written Communications Required

No negotiations decisions or actions shall be initiated or executed by the Proposer a a result of any

discussion with any University employee Only those communications that are in writ ng from the

University Facilities Purchasing Department shall be considered as a duly authorized e pression on

behalf of the University Also the University will recognize only communications fro Proposers that

are signed and in writing as duly authorized expression on behalf of the Proposer

C Formal Offer

A Proposers written submission in response to the ITN shall be considered as the Pro osers formal

offer The content of the ITN the Proposers submission in response to the ITN and r suiting

contractpurchase order(s) shall be considered the entire agreement between the su essful Proposer

and the University It is understood and agreed that nothing herein is intended or sh uld be construed

as constituting the Proposer as the agent or representative of the University for any p rpose or in any

manner whatsoever The Proposer is and shall remain an independent contractor 0 erating in

accordance with the terms and conditions of the license granted as a result of this Inv ation of

Negotiation

D Interpretations

Proposers shall examine the ITN to determine if the Universitys requirements are de rly stated If

there are any requirements that are too vague or restrict competition the Proposer ay request in

writing that the specifications be changed A Proposer who request change in the sp cifications must

identify and describe the Proposers difficulty in meeting the Universitys specificatio must provide

detailed justification for the change and must provide a recommended change to the specification

Request for changes must be received in the Facilities Purchasing Department by the lose of the

business day not later than the entry note in the Calendar of Events area of this IT as the last to

receive written inquiries regarding the Proposal A Proposers failure to request chan es by the

permissible date shall be considered acceptance of the Universitys Specifications and a waiver of the

Proposers right to protest the ITN on the basis of Specifications The University rese es the right to

determine which changes to the ITN shall be acceptable to the University If required the University

shall issue an addendum reflecting the changes to the INT This addendum shall be s nt to all Proposers

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-19

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

so that each is given the opportunity of submitting proposals to the same Specificatio

Specifications shall be considered the Universitys minimum mandate requirements

E Verbal Communications

TATE UNIVERSITY

Said

Proposers may not consider any verbal instructions as an official expression on the Un versitys behalf

Only written communications Signed by a duly authorized representative of the Facili ies Purchasing

Office shall be considered valid

F Proposal Tabulation

A Proposal Tabulation that serves as the Notice of Award to the Proposer of receivi the contract

award will be posted for review by interest parties at the University Facilities Purchasi g Department on

the day noted in the Calendar of Events area of this ITN and will remain posted for a period of

seventy-two (72) hours Any person who is adversely effected by this University decis on or intended

decisions as detailed above in connection with this ITN shall file a written Notice of rotest with the

Director of Facilities Purchasing Failure to file a Notice of Protest within the 72 hour after the

protested University intended decisions is posted shall constitute a waiver of proceed gs under s120

Florida Statutes A Notice of Protest is considered filed when it is delivered to Facili ies Purchasing

Department 969 Learning Way 114 MMA Tallahassee Florida 32306 during normal ours of operation

of the file a Formal Written Protest and the bond required under Rule 6C-18055(3) lorida

Administrative Code (FAC) with ten (10) days after filing the Notice of Protest in the ccordance with

Rule 6C2-2015(13) FAC shall constitute a waiver of the Proposers right to protest un er s12057(3)(b)

Florida Statutes

G Mandatory Requirements

Any proposal that fails to meet mandatory Specifications stated in the ITN may be rej cted Any

proposal that does not comply with the functional cost or contractual requirements i the ITN may be

rejected In addition to the requirements of paragraph (8) Awards of the General Co ditions on the

Invitation of Negation Commodities Acknowledgment form the University shall not b liable to pay for

information obtained from or through any Proposer prior to issuing the purchase ord r to the successful

Proposer

H Minor Irregularities

The University reserves the right to waive minor irregularities in proposals providing uch action is in

the best interest ofthe University Minor irregularities are defined as those that hav no adverse affect

of the Universitys interest will not affect the amount of the Proposal and will not giv a Proposer an

advantage or benefit not enjoyed by another Proposer

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-20

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

I Format

Each proposal shall be prepared simply and economically providing a straight forward concise

delineation of the Proposers capabilities to satisfy the Specifications of the ITN Fancy binding colored

display and promotional materials are not desired However technical literature and ictures of

proposed equipment should be included in the proposal Emphasis in each proposal ust be on

completeness and clarity of contents To expedite the evaluation of Proposals it is es ential that

Proposers follow the format and instructions contained herein Failure to follow the r quested format

may result in rejections

J Extension Errors

In the event of extension error(s) the unit price will prevail and the Proposers Total er will be

corrected accordingly In the event of addition errors the extended totals will prevail nd the

Proposers Total Offer will be corrected accordingly Proposers must check their Prop sal for any such

errors and state the discount(s) where applicable

K University Point of Contact

The Proposers pOint of contact for all matters relating to this ITN is

Betty-Jean (BJ) Lewis

Florida State University Facilities Purchasing Department

969 Learning Way 102A MMA

Tallahassee Florida 32306

Fax (850) 644-5071

E-mail blewisadminfsuedu

Written questions on this ITN must be submitted to Betty-Jean (BJ) Lewis Questions ust be received

by the date listed for that event in the Calendar of Events After that date no inqui ies regarding the

Proposal oral or written will be accepted

L Contractor Point of Contact

Each Proposer shall identify in its submittal the single point of contact for all matters elation to the

response

M Proposal Materials

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-21

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

The materials submitted in response to this ITN become the property of the Universit upon delivery to

the Facilities Purchasing Department All of the materials will considered as part of th ITN and will be

subject to review as public records 10 days after the ITN is opened or an award is mad whichever

occurs first

N Proposal Rejection

The University shall have the right to reject any or all Proposals and in particular reje a Proposal not

accompanied by data required by the ITN or Proposal in any way incomplete or irreg ar including

omissions of pricing Conditional Proposals will not be accepted

O Conflict Between Document

If any terms and conditions contained within the documents related to this ITN are in onflict with any

other terms and conditions contained therein then the various documents comprisin this ITN as

applicable shall govern in the following order of the precedence AmendmentChange Order Addenda

ITN Terms and Conditions ITN Specifications ITN Responsibilities general conditions f the ITN

Proposal

P Additions Deletions Substitutions

Should the University find it necessary to supplement modify correct or interpret an portion of the

ITN during the Proposal period such action shall be taken by issuance of a written Ad endum to the

documents distributed to all known prospective Proposers Addenda will be issued no less than seven

(7) calendar days prior to the date scheduled for receipt of Proposals

Q Interpretation

Neither interpretation of the meaning of the ITN documents nor any corrections of a biguity

inconsistency or error will be made to any Proposer orally All such communications ill be in the form

of written addenda as issued by the Selection Community Only written addenda issu d by the Selection

Community shall be binding Proposers are advised that no other source is authorize to accept or give

information concerning explain or interpret the ITN

R Addenda Acknowledgment Form

Any addenda issued by the University to participating Proposers shall include an Add nda

Acknowledgment Form This form shall be signed by a company representative dat d and returned to

the University by the date specified in the Calendar of Events for Proposals to be 0 ned

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-22

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

S Amendments

Any amendments alterations or modifications to the contract resulting from this ITN ust be in the

form of a change order to the original contract and have the written approval of the F cilities Purchasing

Department and must be signed or initialed and approved by the same signatories not d on the ITN

T Assignment

Under no circumstances shall the successful Proposer assign to a third party any right r obligation of

successful Proposer pursuant to this Proposal without prior written consent of the Uni ersity If the

successful Proposer is or during the term of the contract resulting from this ITN beco e an individual

on the payroll of the State of Florida successful Proposer represents that he or she ha complied with all

applicable provisions in the Florida Statutes and Florida Administrative Code regardin outside or dual

employment and compensation

U Jurisdictional Applicability

Applicable provisions of all federal State of Florida county and municipal statutes la s ordinances

rules and regulations shall govern Proposal submitted hereto and any resulting contra t Lack of

knowledge by any Proposer shall not constitute a cognizable defense against the legal effect thereof

Disputes arising from or in connection with the contract shall be determined before Florida court of

competent jurisdiction or through an applicable administrative proceeding whichever s appropriate to

the circumstances under Florida law In the event that either party is required to obta n any permit

license or authorization as a prerequisite to performing its obligation under the contr ct the cost shall

be borne by the party required to obtain the permit license or authorization

V Governmental Restrictions

In the event any governmental restrictions may be imposed which would necessitate Iteration of the

terms of the contract resulting from this ITN it shall be the responsibility of the succe sful Proposer to

immediately notify the University in writing indicating the specific regulation which r quires the

alteration The University reserves the right to accept any such alteration including a y fee adjustments

occasioned thereby or to cancel the contract at no expense to the University

W Negotiation

In the event services are required to be performed or equipment required to be purc ased that are not

set out in the ITN but are within the general scope of the reqUirements the Universi and the

contractor hereby reserve the right to negotiate the terms covering the required serv ces or equipment

not to exceed $25000 per itemoccurrence

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-23

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FlORIDA TATE UNIVERSITY

X Additions Deletions and substitutions

The University reserves the right to add to or to delete any item from this ITN on a per odic basis as

necessary when deemed in the best interest of the University The contractor is respo sible for

submitting requests for such changes on a timely basis with sufficient documentation 0 allow

evaluation of the request When items are approved and added to the contract the c ntractor shall

maintain those items on the contact for a minimum of 120 days and sufficient quantit to accommodate

reasonable request or make provisions to offer substitute items as outlined in this sec ion

The University will consider substitutions for discontinued items provided that substit te items have

equivalent or greater featurescapabilities and shall be offered at the same or lower p ice as the item

replaced The University reserves the right to accept or reject substitutions

The University will consider the addition of newly released items provided that those i ems are offered

at the same percentage discount as similar items on the contract

The University will consider changes to contract items provided revisions are in accor nce with the

conditions and Specifications contained in this ITN The University reserves the right t accept or reject

changes proposed by the contractor

Y Equal Opportunity

The Contract must al all times during the term of the contract be in compliance with a I federal state

and local laws rules and regulations relating to the nondiscrimination clause containe in Section 202

Executive Order 11246 as amended by Executive Order 11375 relative to equal Empl yment

Opportunity for all person without regard to race color religion sex or national origi and the

implementing rules and regulations proscribed by the Secretary of Labor are incorpor ted into the terms

and conditions of this ITN

Z Governmental Action

It is mutually agreed that if at any time during the term of the contractual agreement he Contractor is

required to make extensive program changes as a direct result of any determination r action by any

applicable Federal State or Local Government authority the University will be willin to negotiate any

cost increase necessitated by such changes subject to availability of funds Any nego iated price

increase may not be implemented until a contract amendment signed by both parties is processed

through the Florida State University Facilities Purchasing Department

AA Travel

Travel expenses included in any contractpurchase order resulting from this ITN must e in accordance

with Section 112061 Florida Statutes

DCSI 010811 ElECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-24

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

BB Parties to the Contract

Parties to the contract will be the University and the contractor Payment will only be ade to the

contractor and in the name as it appears on the Proposal submitted and the resulting ontract

Cc Contractors Insurance

The Contractor shall not commence performance in connection with the contract unti he has obtained

all the following types of insurance and such insurance has been approved by the purc aser nor shall

the Contractor allow any subcontractor to commence work on his subcontract until all similar insurance

required for the subcontractor has been so obtained and approved All insurance poli ies shall be with

insurers qualified and doing business in Florida and with an AM Best rating of no les than AX The

purchaser shall be furnished proof of coverage of insurance by certificates of insuranc accompanying

the contract documents and shall name the Florida State University and Florida Board f Trustees as an

additional name insured The insurer shall provide 30 days written notice to the certi cate holder if a

policy is to be canceled before the expiration date thereof

The purchaser shall be exempt from and in no way liable for any sums of money that may represent a

deductible in any insurance policy The payment of such deductible shall be the sole r sponsibilityof

the Contract andor Subcontractor providing such insurance

1 Workers Compensation Insurance

The Contractor shall secure and maintain during the life of this agreement Workers mpensation

Insurance for all his employees connected with the work of this project and in case a y work is sublet

the Contractor shall require the subcontractor similarly to provide Workers Compens tion Insurance for

all the latters employee unless such insurance shall comply fully with the Florida Wor ers

Compensation Law In case any class of employees engaged in hazardous work under this contract at

the site of the project is not protected under Workers Compensation statute the Co tractor shall

provide and cause each subcontractor to provide adequate insurance satisfactory to he purchaser for

protection of his employees not otherwise protected

2 Contractors Public Liability and Property Damage Insurance

The Contractor shall secure and maintain during the life of this agreement COMPREH NSIVE GENERAL

L1ABNILITY AND COMPREHENSIVE AUTOMOBILE LIABILITY INSURANCE as shall protec him from claims

for damages personal injury including accidental death as well as claims for propert damages which

may arise from operations under this agreement whether such operations be by him If or by anyone

directly or indirectly employed by him and the amounts of such insurance shall be th minimum limit as

follows

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-25

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

1 Body Injury Liability $1000000 each acci nt

2 Auto Property Damage Liability $ 500000 each accid nt

3 Property Damage Liability- $1000000 each acci ent

(other than automobile) $1000000 aggregate operation

$1000000 aggregate protective

$1000000 aggregate contractual

Insuring clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended to provide coverage

on an OCCURRENCE basis

3 xcu (Explosion collapse underground damage) -the contractors liability P icy shall provide

xcu coverage for those classifications in which they are excluded

4 Contractual Liability - work contracts - The contractors liability policy shall co er such contracts

when they are affected

5 Subcontractors Public Liability and Property Damage Insurance

The Contractor shall require each of his subcontractors to secure and maintain during he life of this

contract insurance of the type specified above and insures the activities of his subco ractors in his

policy as specified above

Qualifications

All insurance poliCies shall be with insurers qualified and doing business in Florida

Proof of Insurance

Proof of insurance for all of the specified types and limits in the form of original Certif cates of Insurance

shall be delivered to the Facilities Purchasing Department within ten (10) days of exe tion of the

contract In lieu of original certificates certified copies of the actual policies may be f rnished

Whether certificates or policies are furnished the Florida State University and the Bo rd of Trustees

shall be deSignated as additional named insured Each such copy or certificate shall c ntain a valid

provision or endorsement that the policy may not be canceled terminated changed r modified

without giving thirty (30) days written advance notice thereof to the Universitys repr sentative A

renewal policy or certificate shall be delivered to the University at least thirty (30) da s prior to the

expiration date of each expiring policy If at any time any of the policies shall be or b come

unsatisfactory to the University as to form or substance or if any of the carriers issui g such policies

shall be or become unsatisfactory to the University Contractor shall promptly obtain a new and

satisfactory policy in replacement upon such written notice from the University

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-26

DIFFENBAUGH BUILDING PHASE I ELEVATOR NO 24516 FLORIDA

Original Copy

If determined necessary by the Universitys representative the Contractor shall delive

Universitys representative upon demand the original of any policy shall be returned t

Deductibles

The University shall be exempt from and in no way liable for any sums of money that

deductible in any insurance policy The payment of such deductible shall be the sole r

the Contractor andor subcontractor providing the insurance

DD Liability

The following Special Conditions supersedes General Conditions Number 21 Liability

to Negotiation Commodities Acknowledgment form

Contractors entire liability and the Universitys exclusive remedy shall be as follows

In all situations involving performance or non-performance under this Agreement th

be entitled to actual damages to the limits set forth in this provision

Contractors liability for damages to the University for any cause whatsoever and reg

TATE UNIVERSITY

to the

Contractor

may represent a

sponsibility of

n the Invitation

University shall

rdless of the form

of action whether in contract or in tort including negligence shall be limited to the gr ater of $100000

or the contract price stated herein for damages that are the subject of matter of or a e directly related

to the cause of action The foregOing limitation of liability will apply to

bull the payment of the cost of damage awards pertaining to patent and copyrigh indemnity or to

bull claims for re-procurement costs or the cost of cover pursuant to Rule 6C220 5(20) of the

Florida Administrative Code or to

bull claims for personal injury or damage to real or person property caused by Sel rs tortuous

conduct

Contractor shall hold and save the University harmless for any and all suits and judgm nts against the

State for personal injury or damage to real or personal property caused by Contracto s tortuous

conduct in the performance of this Agreement provided that

bull the University promptly notifies the Contractor in writing of any claim and

bull the Contractor shall be given the opportunity at its option to participate an associate with the

University in the control defense and trial of any claim and any related settle ent negotiations

and provided further that with respect to any claim or portion thereof for hich Contractor

agrees at the initiation of such claim that Contractor shall save an hold the U iversity harmless

Contractor shall have the sole control of the defense trial and any related se lement

negotiations and

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-27

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

bull the University fully cooperates with the Contractor in the defense of any claim

In no event however will Contractor be liable for

bull any damages caused by the Universitys failure to perform the Universitys res onsibilities or

for

bull any lost profits or other consequential damages even if Seller has been

advised of the possibility of such damages or for

bull any claim against the University by any other party e ept as provided

in the hold harmless provision of the preceding parag aph of this

provision and except as provided in Paragraph 18 of t e General

Conditions Patents and Royalties on the Invitation 0 Negotiation

Commodities Acknowledgment form or for

bull any damage caused by performance or non-performa ce of machine or

programming located outside the United State or Pue 0 Rico

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-28

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

SPECIAL TERMS AND CONDITIONS Payment shall be made in accordance with s 215422 FS which provides that agencies have 5 working days to inspect ampapprove goods ampservices unless bid specifications r the PO specifies otherwise If payment is not available within 40 days measured from t e latter of the date the invoice is received or the goods or services are received inspected an approved a separate interest penalty set by the Comptroller pursuant to s 5503 FS will b due and payable in addition to the invoice amount To obtain the applicable interest rate please contact the University Facilities Payables and Disbursements Section at (850) 644-047 Invoices returned to a vendor due to preparation errors will result in a payment elay Interest penalties of less than $1 will not be paid unless the vendor requests payment The payment period does not begin until all terms of the contract (including shi ping and billing instructions exactly as they are specified on the purchase order) hav been met and a properly completed invoice is provided the University The university reserve all administrative contractual and legal remedies against the contractor or vendor ho breaches any of the contract terms The employment of unauthorized aliens by any contractor is considered a viola ion of Section 274A(e) of the Immigration and Nationality Act If the contractor knowingly emp oys unauthorized aliens such violation shall be cause for cancellation of this purch se order Acceptance of this order serves as certification that the vendor or its principals (a) are not presently debarred suspended proposed for debarment declared ineligible 0 voluntarily excluded from covered transactions by any federal department or agency (b) ve not within a three-year period preceding this proposal been convicted of or had a civil judg ent rendered against them for commission of fraud or a criminal offense in connection with 0 taining attempting to obtain or performing a public (federal state or local) transaction r contract under a public transaction violation of federal or state antitrust statutes or commissio of embezzlement theft forgery bribery falsification or destruction of records rna ing false statements or receiving stolen property (c) are not presently indicted for or oth rwise criminally or civilly charged by a government entity (federal state or local) with commissi n of any of the offenses enumerated in paragraph (b) of this certification and (d) have not wit in a three-year period preceding this applicationproposal had one or more public transactions federal state or local) terminated for cause or default 52249-5 (a)-(f) Hazardous Material Identification and Material Safety Data When subcontract involves hazardous material Utilization of Small Business Concerns and Small Disadvantaged Business Concerns Walsh-Healey Public Contracts Act 52219-8 52222-20 Employment if the subcontract amount 52203-7001

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-29

Page 9: Invitation to Bid (ITB) til the dates - FSU Facilities · Invitation to Bid (ITB) ... Elevator renovation work includes, but is not limited to, ... hands-free telephone instrumen

DIFFENBAUGH BUILDING PHASE 1 ElEVATOR NO 24516 FLORID STATE UNIVERSITY

D Elevator work on this project shall be performed on a one (1) shift per day 0 e (1) crew per elevator five (5) days per week except on legal holidays as may be applicabl due to union or other agreements Full cooperation of Elevator Contractor is expected and r quired in order to keep the project execution time to the minimum required for this type of ren vation project Working in concert with other trades in the coordination and performance 0 the work is absolutely necessary

E The Elevator Contractor shall be responsible for any demolition and repairs a ociated with delivery and installation of the elevator equipment Sufficient care must be t ken by the Elevator Contractor to protect the building structure systems walls roof an surrounding surfaces from damage

F This is a tltime is of the essence contract

G Adequate safety barriers shall be installed by the Elevator Contractor in the ist way between the elevators to protect all such employees from exposure to the elevator e uipment in the opposite hoist way area

105 PROJECT CONDITIONS

A Prohibited Use The elevator shall not be used for construction purposes or ublic conveyance until the elevator renovation work has been completely finalized and approv by Architect or Owner and Elevator Consultant

B Painting Except as otherwise indicated in the elevator technical specificatio s the following painting work shall be required by the Elevator Contractor 1 Paint all of the car frame equipment platform steel members stiles and r lated equipment

prior to installing the new cab equipment 2 All painting except low odor paint applications shall be performed by th Elevator

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

106 WARRANTY

A Warranty certificates Submit elevator manufacturers and Elevator Contract rs type written project warranty certificates agreeing to repair restore or replace materials ving defects in the elevator work and materials furnished under this contract including all as ociated labor and materials that are reworked replaced or reconditioned as a requirement of t is contract Warranty also requires that the door operator eqUipment receive the necess ry adjustments required to comply with these specifications The warranty shall be for a peri d of at least twelve (12) months from the date of Final Completion of all elevator work inc uded in this contract The date of the Final Completion shall be as determined by repres ntatives of Elevator Contractor Owner and Elevator Consultant

DCSI 010811 ElECTRIC OIL-HYDRAULIC PASSENGER ElEVATOR RENOVATION RK 14220- 6

DIFFENBAUGH BUILDING PHASE I ELEVATOR NO 24516 FlORID STATE UNIVERSITY

B Any adjustments repairs or otherwise needed work shall be performed by th Elevator Contractor as soon as possible after the problem is reported to the Elevator ontractor The Elevator Contractor shall be on site to make the needed repairs or adjustme s within one (1) hour 247 including holidays after the problem is reported

C Non-warranty parts and equipment The only parts or equipment that the EI vator Contractor shall not be required to furnish as part of his responsibility are those made n cessary as a result of major acts of vandalism fire floors windstorm civil disturbances or othe major losses Repairs made necessary by minor acts of vandalism abuse or misuse are to included in the work to be performed by this Elevator Contractor

PART 2 - PRODUCTS

201 MANUFACTURERS

A Manufacturer Only products manufactured by the following manufacturers ill be acceptable

on this project and the named products are subject to complete compliance ith the technical

speCification requirements listed hereinafter

1 Otis Elevator Company

2 Schindler Elevator Corporation

3 ThyssenKrupp Elevator Corporation

The following equipment component manufacturers are afforded prior appro ai subject to

complete compliance with the technical specifications

4 Elevator Components Inc model VFE 2500-HL or HH (closed loop heavy uty type linear or

harmonic door operator interlocks door tracks and door hanger equipm nt)

5 Janus Elevator Products (door safety detectors only)

6 Elevator Cabs Inc Tyler Elevator Products Gunderlin Ltd E-Cab Archit ctural Elevator

Cab Interiors Snap Cabs (elevator cab interior work)

7 Innovation Industries Inc Elevator Products Corporation Monitor Contr Is (vandal

resistant signal fixtures

8 Electronic Controls Inc (LED type emergency lighting system controls)

9 Pratt amp Lambert Sherwin -Williams Martin Senour (paints)

10 Rath Microtech (car emergency telephones)

11 GAL (door tracks door hangers door relating equipment and door closers only)

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION RK 14220-7

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORID STATE UNIVERSITY

B Substitutions Elevator Contractor may substitute other manufacture of elevator cab materials subject to the following 1 The Elevator Contractor must agree to an inspection of the products by wner Architect

and Elevator Consultant after assembly but prior to shipment Any de cts in materials or workmanship must be corrected prior to shipment to the site

2 Substitutions must fully comply with all technical requirements elevat r code quality and fit and all other aspects of these specifications

3 No substitutions of material grades finishes and other details will be ac pted 4 The Elevator Contractor shall be responsible for paying all associate costs for Owner

Architect and Elevator Consultant to visit the production plant to evaluat the products 5 No time extension will be permitted in the installation schedule du to substitution of

products manufacturers

202 MATERIALS1 GENERAL

A Materials patterns and finishes As selected by the Architect from the man facturers patterns and finishes for this project

B Steel 1 Shapes and bars ASTM A 336 2 Sheets ASTM A 336 cold rolled sheet commercial quality class 1 matt finish and

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 y Architect

D Aluminum 1 Sheet and plate ASTM B 209 alloy 6063-752 2 Extrusions ASTM B 221 alloy 6063-T52

E Finish flooring on platforms Supplied and installed by Elevator Contracto The Owner shall select materials for flooring The flooring shall be the same product or eq I to that which is installed in the other elevator in the adjacent section of the building

203 HOIST WAY AND MACHINE ROOM EQUIPMENT

A Platform The existing platform shall be retained and reused with the follow g work 1 Install new elastomeric type underlayment for installation of new floorin materials 2 If the platform has a plywood subfloor the top layer of plywood shall be placed under this

contract New plywood shall be W thickness high quality material with xterior glue 3 Clean and paint all of the metal on the platform assembly 4 Tighten all bolts and fastenings 5 Owner will not accept any additional charges associated with reuse of th

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-8

L

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORID

B Car sling Equipment The existing car sling and related hardware shall be reta Include the following work 1 Clean and paint all of the equipment 2 Adjust the brace rods as necessary 3 Owner will not accept any additional charges in connection with repairs

reconditioning of the safety equipment

C Guide rails The existing car guide rails shall be retained in their present locat

D Guides The existing guide assemblies shall be cleaned and retained

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

F Hydraulic Cylinder The existing cylinder shall be retained and reused

G Hydraulic Piping Retain and reuse

H Hydraulic Pumping Unit Retain and reuse Make required adjustments aft door operator equipment is installed

I Elevator Controller System Make required alterations to the wiring and com controller to accommodate the new door operator direction indicators on ca panel equipment

J Automatic terminal limits and directional limits The existing equipment retained and reused

K Automatic self leveling The existing leveling devices and equipment sh reused

Door operator machinery The existing door operator shall be removed completely new door operator equipment with the following design and feat 1 Heavy-duty gearless type harmonic motion design 2 Heavy-duty drive motor shall be alternating current type Motor shall be

model designed for long life service 3 Precise encoder on the drive motor shaft 4 Completely closed-loop design system 5 Door position recognition 6 Door velocity regulation 7 Door motor current monitoring control and regulation S Door closing pressure regulation Set door pressure at lS-20 pounds

STATE UNIVERSITY

ned and reused

placements or

on

r the new cab and

onents of the and car operating

all be completely

I be retained and

nd replaced with

2 horsepower

9 Immediate door reversal shall occur if preset closing door is obstructed fr m closing and door pressure of lS-20 pounds is exceeded for any reason

10 Include elevator code required car door restrictor device to prevent ope ing car door more than 4 when the car is outside the designated landing zone

DCSI 010S11 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-9

DIFFENBAUGH BUILDING PHASE I ELEVATOR NO 24516 FLORID STATE UNIVERSITY

11 Include high quality car door clutch assembly or suitable similar devices to unlock the hoist way doors

12 Door obstruction warning If door opening is obstructed for 15 secon (adjustable timer design of 12 to 30 seconds) an audible warning shall occur and continu to sound until the doorway is cleared however doors do not close When the door openin has been cleared the door shall close at normal speed

13 Door close watchdog If the doors are closing but do not compl tely close after a programmable time period the doors will recycle open for twelve (12) ti es to try to correct the fault before the elevator is automatically removed from se ice The recycling program shall be adjustable for up to 20 times

14 Door close assist When the doors have failed to fully close and are in th recycle mode the door drive motor shall have increased torque applied to possibly overc me 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 c II assignment (not coincidental call) the current door open time is changed to a shorter eld programmable time when the electronic door detection system is activated by a passen er passing through the doorway

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

17 Door operator control equipment without all of these features shall not acceptable 18 Door opening time measured from door closed position shall be 18 sec nds 19 Door closing time measured from door open position shall be 23 secon

M Door safety screen Replace existing door protection with new detector devi e The elevator car doors shall be equipped with high quality electronic type door safety screen qual in design and manufacture to that of Janus Elevator Products Inc The electronic safety creen device shall have both 3-D and Panachrome features built in to the system The Panachr me system shall feature green lighting mounted vertically along the edge indicating it is safe to enter the doorway and orangered lighting to indicate that the doors are ready to clo e or in the process of closing All electrical connections for this equipment shall be mounted 0 the car top out of reach of unauthorized persons Provide a defeat switch for the 3-D portion the safety screen for use if the Owner elects to turn off that portion of the screen operation

204 HOIST WAY ENTRANCES

A Doors The existing center-opening side-sliding type door panels shall II be retained and reused

B Frames The existing hoist way door frames shall be retained

C Headers fascia toe guards and dust covers The existing headers fascia t e guards and dust covers shall be retained and reused under this contract

D Interlocks The existing interlocks and interlock release mechanisms sha I be retained and reused Make any needed repairs to the interlock release mechanisms and in erlock assemblies

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-10

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA STATE UNIVERSITY

E Door hangers tracks relating equipment and door closers The existing equipment in this category shall be retained and reused

205 ELECTRICAL CONTROL SYSTEMS

A Elevator single car control system The existing elevator controller system s II be retained and reused Make any required modifications to accommodate the new door perator controller car direction indictors and car operating panel system

B Top of car inspection station Completely new elevator code approved ar top inspection stations shall be installed on the top of each elevator The station shall contain all of the necessary operating devices required by code Locate the car top operating tation in position that will allow the elevator maintenance technician to gain control of the el vator car from the landing without the need to step on the car to access the car top station rovide two (2) car top lights for illuminating the work area One (1) light shall be mounted 0 a self coiling cord arrangement 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 fluorescen type equal to 150 watts output Suitable lamp guards are required Include a duplex type GFCI rotected electrical outlet

206 ELEVATOR OPERATING AND SIGNAL DEVICES

A Car operating station or panel The existing car operating panel shall be totall completely replaced with all new equipment of the following design 1 Full height and width swing panel and entrance column type panel compl te with heavy

duty type locking devices and adjustments to alleviate rattles and warpin Design the full swing type front return panel to permit a custom design appearance Inst II a suitably sized recessed metal box to enclose the signal devices behind the front return

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 cen r jewels for illumination with red LED lamps Match the button designs in the other el vator in the same building

3 Lower portion of operating station shall have door control buttons keyed alarm button Alarm button shall have a center jewel that illuminates red pushed

4 Electronic chime to indicate passing of floors 5 Provide an elevator car overload jewel and audible alarm This feature sh

operational until the elevator is completely modernized with new control

14220-11

6 Upper portion of the control station shall contain a tight fitting stainless st el cabinet door covering the firemens control buttons and features Door shall have a 10 that meets the latest fire code requirements Phase II operation instructions shall be lam ated to interior of the cabinet door The sub-plate and features inside the cabinet shall c ply with the control features that currently exist In the future the features shall be u -dated to comply with the ASME A171 Safety Code at the time of the elevator renovation

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION

quipment

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA STATE UNIVERSITY

7 Include firemens jewel that flashes when fire or smoke is in the machine oom or hoist way If this feature can be made operational at this time the flashing light shall be made to operate Otherwise the jewel shall be available for future use when the ntrol equipment is replaced

8 Include engraving for elevator serial number at the top of the panel 9 Below the elevator numbers locate a digital type car position indictor an

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 nd with 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 instruction p te for operating the phone The phone shall be Rath-Microtech brand amp model that fully mplies with the equipment currently being used by Telecommunications Department Flo ida State University Verify the design requirements prior to purchase of the phon equipment

12 Below the emergency telephone device provide an elevator service cabin t with a tight fitting stainless steel door Cabinet door shall be large enough to contain completely flush mounted clear Lexan brand certificate cover large enough to accommod te the State of Florida elevator operating certificate of standard size Door shall have a s itable 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 Provide engraving for elevator lifting capacity in both pounds and numbe of people 14 Furnish a light colored duplex type GFCI protected outlet grounded elect ical outlet located

as low as possible in the operating panel securely fastened to the rear of he panel 15 All markings shall be fastened from the rear and be easily replaceable if t ey become

damaged No markings shall appear to be surface mounted type 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 hall be polished

stainless steel materials 18 All display lamps shall be high intensity LED type 19 Front return panel when completed with new operating fixture devices s

professional design and quality and shall fit-up well in the new elevator c b structure

C Car riding lanterns New car riding lanterns shall be furnished and installed 0 each side of the cab opening The design shall be vandal resistant and include an electronic c ime and high intensity brilliant white and brilliant red LED lamps Locate at the required di ance from the floor level Chimes shall sound one (1) time for up traveling car and two (2) ti es for down traveling car Chime audible sound level shall be easily adjustable by the elev tor maintenance technicians Cover plates shall be held in place with countersunk spanner he matching material

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-12

screws of

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA STATE UtIIVERSITY

D Landing stations All of the existing landing stations shall be retained and reu

207 ELEVATOR CAB ENCLOSURE

A Elevator cab The existing elevator cab structure shall be completely remove with a new cab assembly The new cab shall include the following designs m features 1 Three (3) walls of the elevator cab shall be constructed of 14 gauges no

stainless steel with suitable reinforcement to prevent warping or rattling

ed

and replaced terials and

satin finished

2 The cab walls on three (3) sides shall be equipped with high quality replac able panels that are applied to the walls The panels shall be constructed and installed in t e following manner a There shall be three (3) applied panels across the rear of the cab and wo (2) panels on

each of the side walls Total number of panels in the cab shall be 14 II aligned to provide a professional appearance The lower panels shall be designe to allow for ventilation through the walls without exposed ventilation grills in the ase area of the cab

b Panels shall be divided at the handrail location allowing approximatel 5-6 spacing from the bottom of the top panels to the tops of the lower panels

c The top ofthe applied wall panels shall be set at approximately 7-4 bove the finished floor level

d The panels shall be approximately 78 total thickness using high qua ity wood core materials backed with laminate plastic for panel stabilization The fr t of the panels shall be faced with 5WL stainless steel materials approximately 18 ga ge materials

e The edges of all panels shall be equipped with 18 thickness stainless steel fabricated in an angle shape so that the edging can be attached to the rear of th panels with countersunk screws The edge materials shall be held as tightly as po ible around the panels to avoid large gaps in the materials Weld corners and grind 0 all sharp edges on the corners and remove any sharp edges on the edge materials T e stainless steel edging shall extend approximately 18 beyond the face of the 5WL f e materials

f Provide concealed ventilation grills or openings behind the wall panel 3 Design the total cab height to be approximately 8-2 total overall Eleva r Contractor shall

take field measurements to verify that a cab of this height will fit the exist ng car sling Adjust the height of the cab to fit if the existing car frame will not accept cab of that height

4 Top of the cab shall be heavy gauge furniture steel with baked on white e amel finish Thickness of the cab top along with the reinforcement shall support two 2) workmen along with their tools

5 The front return panels and transom shall be constructed of 14 gauge sati finished stainless steel materials

6 Cab base area shall be covered with 12 gauge stainless steel approximatel 5 high Laminate the metal to the wall panels with high quality industrial grade c ntact cement Smooth the top surfaces to remove sharp edges This straight base is to r inforce the base area to avoid denting and damage from floor buffers

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-13

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

erials Secure

7 Handrails shall be installed on three (3) sides of the elevator cab Rails sh II be constructed of heavy gauge round stainless steel with suitable number of matching su ports that will permit each rail to support at least 600 pounds at any location Return th ends of the rails toward the wall panels Provide oversize backing plates on the rear of the cab walls

8 Provide stainless steel bumper rails located approximately 8 above the fl or to the top of the rails The rails shall be constructed of 38 thick by 3 high solid stainl ss steel bumper rails Provide matching stainless steel supports for the rails designed to s pport at least 600 pounds on each rail at any location the rail Return the rails toward the II panels Provide oversize backing plates on the rear of the cab walls

9 The existing cab ceiling shall be handled as follows a Carefully remove the existing stainless steel ceiling and LED lighting sy tern without

damaging the materials This ceiling shall be installed in the new cab t a height of approximately 7-6 above the finished floor level

b As part of the new cab top provide a suitably located emergency exit anel that is arranged for removal through the top exit panel Align the exit with t e opening location in the existing cab ceiling

c Provide an electrical switch assembly on the top exit to prevent the el vator from moving unless the exit is closed and locked

d Height of the cab top and location of the cab ceiling shall be verified y Elevator Contractor prior to designing the cab drawings

10 Furnish and install new sandwich type construction car door panels with s itable reinforcement for the car door clutch and other devices Door shall be fa with 14 gauge no 4 stainless steel material

11 Threshold for the car door entrance shall be satin finished nickel silver rna with matching countersunk nickel silver bolts

12 Provide a new two (2) speed squirrel cage type exhaust blower with at Ie st 700 cubic feet per minute capacity on high speed Propeller fan is not acceptable

13 Furnish a new certificate frame that will accept standard size of State of FI rida operating certificate The flush mounted frame shall be incorporated in the swing d or for the service cabinet

14 Furnish and install a new Emergency telephone device Phone shall be Rat -Microtech model no 2100-967DVCA or other as approved by Owner Prior to purch se of the equipment Elevator Contractor shall verify the model number by contacti g Telecommunications Department of Florida State University Incorporate nto car operating panel

15 Provide high quality vinyl material protection pads and stainless steel pa buttons Install buttons with screws coated with Loctite no 290 tread sealer material t prevent removal without appropriate tools Pads shall also cover the front return panels i which cutouts shall be provided for operating devices

16 Provide stainless steel type 304 with no 4 satin finish 17 Provide any additional features as required by elevator code 18 Clean and polish the entire elevator cab prior to acceptance Cab shall ha e a like new

appearance except for any dents or deep scratches that remain as a resul of the existing damage

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-14

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

19 Furnish and install new cab flooring materials specified elsewhere Before install sheet type elastomeric goods to cover the entire floor area Glue d the plywood

208 ALARM BELL SYSTEM

A Retain the existing emergency alarm bell system provided it will function as

TATE UNIVERSITY

installing the cab wn the sheet to

quired hereinafter If a new alarm bell system is required provide as a requirement of this contract

209 CAR TOP RAILING SYSTEM

A Furnish and install a car-top safety railing system for added protection for ele ator technicians While working on the car top Comply with all code requirements on height a d mounting

210 ELECTRICAL WIRING AND WORK REQUIREMENTS

A Furnish and install new electrical wiring conductors and other wiring as requ red Install new NEC approved conduit conduit fittings electrical pull boxes raceways and du t work were required

B Emergency Car Lighting Provide LED type emergency car lighting system that will automatically illuminate when the normal power supply fails The LED lighting system shall e incorporated into the normal ceiling lighting system by installation of the emergency cab Ii hting system available from Electronic Controls Inc Cape Canaveral Florida Illuminate at least three (3) of the normal lighting fixtures with the emergency lighting system for a period at least four (4) hours after the loss of power Also provide emergency power supply for the larm bell as part of the emergency lighting system

PART 3 - EXECUTION

301 EXAMINATION

A Before fabricating the equipment or commencing elevator installation work i spect the complete hoist way and equipment platform dimensions machinery to be re sed pit area and machine room as constructed or modified verify all critical dimensions and e amine supporting structures and all other conditions under which elevator work is to be installe or performed Do not proceed with the elevator installationrenovation work until all conditi ns have been reviewed and evaluated

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

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-15

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

302 INSTALLATION

A Install new elevator system components and incorporate the equipment that and reused in a completely satisfactory installation

TATE UNIVERSITY

is being retained

1 Work to be performed by completely competent fully trained elevator in tallation personnel in accordance with the requirements of ASME AI71 elevator anufacturers installation instructions and approved shop drawings All elevator mecha ics working on this project shall hold current State of Florida Certificate of Competency license cards The use of temporary or probationary mechanics to perform work as a mechanic is not acceptable on this contract

2 Comply with the National Electrical Code and ASME A175 for elevator el required during installation of this equipment

3 Perform work with skilled workmen under the direct control and supervis on of the Elevator Contractors experienced foreman and superintendent The Owner Arch tect and Elevator Consultant shall reserve the right to interview all employees assigned to ork on this project and require that any unsuitable employees in their sole opinion e removed from the site

4 Mount all moving elevator components on vibration absorbing mounts d signed to effectively prevent the transmissions to the structure and eliminate sour es of structure borne noise from the elevator system

303 FIELD QUALITY CONTROL

A Acceptance testing Upon completion of the elevator installation work and b fore use of the elevator equipment performance acceptance tests are required to demonstr te that the equipment will sustain and lift the loads for which the elevator was initially d signed Test weights shall be provided to perform these tests and must be used to demon trate the performance in the presence of representatives of the Owner Elevator Cons Itant and a State of Florida licensed CEI (QEI) elevator inspector Elevator inspector shall not b a former or current employee of the Elevator Contractor

B Advise the Architect Owner Elevator Consultant and CEllicensed elevator in ector at least five (5) business days in advance of the date and time the testing is to be pe rmed on the elevator equipment

304 ADJUSTING WORK

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

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-16

elevator

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

305 CLEANING

A Before final acceptance remove all protective materials from the finished su the plastic sheeting All of the elevator equipment must be cleaned prior to Fi

TATE UNIVERSITY

ces including al Acceptance

B At completion of the elevator work remove all tools equipment surplus mat rials and the like from the site Remove all trash and debris during the clean-up Thoroughly cI an up all oil spills and residue

307 TURNOVER OF DOCUMENTS TOOLS AND OTHER SUCH REQUIREMENTS

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

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

C Provide at least twelve (12) sets of all elevator keys to the Owner except for t e elevator door keys

308 COMPLETION DATE

A The installation is not considered complete until the complete project has be considered to have been performed in a first-class professional manner and is completely ceptable to the Owner and Elevator Consultant Further all adjustments load tests perfor ance tests and punch-lists must be completed All required documents special tools archiv I information and the like must be turned over to the Owner prior to establishing the final com letion date

B The Owner Elevator Contractor and Elevator Consultant must be in agreeme t as to the completion date and date the warranty shall commence

309 ELEVATOR SCHEDULE

A Number of elevators - One (1) Westinghouse Elevator Company brand elevat r previously

modified by Mowrey Elevator Corporation

B Elevator type - Electric Oil-Hydraulic

C Speed - Approximately 200 feet per minute Set down speed at 180 feet per inute in down

direction with no load on the elevator

D Control system - Omron microprocessor type installed by Mowrey Elevator

E Door type - Center-Opening side-sliding 3-6 wide by 7-0 high

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-17

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

F Warranty - Twelve (2) months after completion and acceptance by the Owner

310 ELEVATOR CONTRACTOR PERFORMANCE REQUIREMENTS UNDER THIS CONTR

A Considering that this is a time if of the essence Contract the expectation

require the Elevator Contractor be mindful of the need for prompt handling

Contract Consequently rigid timelines are being established prior to accepta

B After award of the elevator contract work or issuance of a notice to pro

Contractor shall perform the work as follows

TATE UNIVERSITY

CT

of the Owner do

all aspects of this

ce of bids

ed the Elevator

1 Provide all required submittals shop drawings samples etc within thirty 30) of the

contract award notification

2 Elevator Contractor shall allow ten (10) work days for the review and app val process and

time to return the submittal documents Elevator Contractor is expected 0 travel to the

FSU Campus to the pick-up the approved or approved as noted docu ents and samples

at the location designated in advance

3 Elevator Contractor shall make all necessary arrangements to obtain all m terials to be

installed under this contract including handling appropriate delivery of al such materials to

the work site no later than ten (10) weeks from the date the approval pr cess has been

completed and the required documents are returned to Elevator Contrac or

4 Elevator Contractor shall notify the Owner in seven (7) calendar days adv nce of the exact

date of the elevator being removed from service so that information reg rding the elevator

renovation work can be provided to the building management personnel nd students

5 Any questions regarding the requirements scheduling needs or other con erns shall be

handled by both parties in a manner that should not delay the work sche ule on the site

6 Once the elevator is removed from service the work schedule shall conti ue without

interruption until the project has been completed The Elevator Contract r shall complete

all work on the elevator within eighteen (18) calendar days from the tim the elevator is

removed from service This time period includes all testing adjusting cle ning painting

trash removal and all other associated work In the event the Elevator Co tractor

anticipates requiring additional time to perform the work this work shall e included as

overtime or shift work and shall be included in the bid price

7 When the work is commenced on the elevator no delays wit be accepte by the Owner

unless the delays are caused by fires storms floods civil disruption the

materials labor strikes or similar causes over which neither party has not

8 When Elevator Contractor submits a bid for this work he or she complet y accepts the

requirements of the technical speCifications and the Elevator Contractor

Requirements stated herein

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-18

ontrol

erformance

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

SPECIAL TERMS AND CONDITIONS

A Public Inspection

In accordance with Florida Statutes the ITN shall not be made available for public ins ction until the

University provides notice of a decision or intended decision pursuant to s312053 (5) ) Florida Status

or within 10 days after the opening date whichever is earlier

B Written Communications Required

No negotiations decisions or actions shall be initiated or executed by the Proposer a a result of any

discussion with any University employee Only those communications that are in writ ng from the

University Facilities Purchasing Department shall be considered as a duly authorized e pression on

behalf of the University Also the University will recognize only communications fro Proposers that

are signed and in writing as duly authorized expression on behalf of the Proposer

C Formal Offer

A Proposers written submission in response to the ITN shall be considered as the Pro osers formal

offer The content of the ITN the Proposers submission in response to the ITN and r suiting

contractpurchase order(s) shall be considered the entire agreement between the su essful Proposer

and the University It is understood and agreed that nothing herein is intended or sh uld be construed

as constituting the Proposer as the agent or representative of the University for any p rpose or in any

manner whatsoever The Proposer is and shall remain an independent contractor 0 erating in

accordance with the terms and conditions of the license granted as a result of this Inv ation of

Negotiation

D Interpretations

Proposers shall examine the ITN to determine if the Universitys requirements are de rly stated If

there are any requirements that are too vague or restrict competition the Proposer ay request in

writing that the specifications be changed A Proposer who request change in the sp cifications must

identify and describe the Proposers difficulty in meeting the Universitys specificatio must provide

detailed justification for the change and must provide a recommended change to the specification

Request for changes must be received in the Facilities Purchasing Department by the lose of the

business day not later than the entry note in the Calendar of Events area of this IT as the last to

receive written inquiries regarding the Proposal A Proposers failure to request chan es by the

permissible date shall be considered acceptance of the Universitys Specifications and a waiver of the

Proposers right to protest the ITN on the basis of Specifications The University rese es the right to

determine which changes to the ITN shall be acceptable to the University If required the University

shall issue an addendum reflecting the changes to the INT This addendum shall be s nt to all Proposers

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-19

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

so that each is given the opportunity of submitting proposals to the same Specificatio

Specifications shall be considered the Universitys minimum mandate requirements

E Verbal Communications

TATE UNIVERSITY

Said

Proposers may not consider any verbal instructions as an official expression on the Un versitys behalf

Only written communications Signed by a duly authorized representative of the Facili ies Purchasing

Office shall be considered valid

F Proposal Tabulation

A Proposal Tabulation that serves as the Notice of Award to the Proposer of receivi the contract

award will be posted for review by interest parties at the University Facilities Purchasi g Department on

the day noted in the Calendar of Events area of this ITN and will remain posted for a period of

seventy-two (72) hours Any person who is adversely effected by this University decis on or intended

decisions as detailed above in connection with this ITN shall file a written Notice of rotest with the

Director of Facilities Purchasing Failure to file a Notice of Protest within the 72 hour after the

protested University intended decisions is posted shall constitute a waiver of proceed gs under s120

Florida Statutes A Notice of Protest is considered filed when it is delivered to Facili ies Purchasing

Department 969 Learning Way 114 MMA Tallahassee Florida 32306 during normal ours of operation

of the file a Formal Written Protest and the bond required under Rule 6C-18055(3) lorida

Administrative Code (FAC) with ten (10) days after filing the Notice of Protest in the ccordance with

Rule 6C2-2015(13) FAC shall constitute a waiver of the Proposers right to protest un er s12057(3)(b)

Florida Statutes

G Mandatory Requirements

Any proposal that fails to meet mandatory Specifications stated in the ITN may be rej cted Any

proposal that does not comply with the functional cost or contractual requirements i the ITN may be

rejected In addition to the requirements of paragraph (8) Awards of the General Co ditions on the

Invitation of Negation Commodities Acknowledgment form the University shall not b liable to pay for

information obtained from or through any Proposer prior to issuing the purchase ord r to the successful

Proposer

H Minor Irregularities

The University reserves the right to waive minor irregularities in proposals providing uch action is in

the best interest ofthe University Minor irregularities are defined as those that hav no adverse affect

of the Universitys interest will not affect the amount of the Proposal and will not giv a Proposer an

advantage or benefit not enjoyed by another Proposer

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-20

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

I Format

Each proposal shall be prepared simply and economically providing a straight forward concise

delineation of the Proposers capabilities to satisfy the Specifications of the ITN Fancy binding colored

display and promotional materials are not desired However technical literature and ictures of

proposed equipment should be included in the proposal Emphasis in each proposal ust be on

completeness and clarity of contents To expedite the evaluation of Proposals it is es ential that

Proposers follow the format and instructions contained herein Failure to follow the r quested format

may result in rejections

J Extension Errors

In the event of extension error(s) the unit price will prevail and the Proposers Total er will be

corrected accordingly In the event of addition errors the extended totals will prevail nd the

Proposers Total Offer will be corrected accordingly Proposers must check their Prop sal for any such

errors and state the discount(s) where applicable

K University Point of Contact

The Proposers pOint of contact for all matters relating to this ITN is

Betty-Jean (BJ) Lewis

Florida State University Facilities Purchasing Department

969 Learning Way 102A MMA

Tallahassee Florida 32306

Fax (850) 644-5071

E-mail blewisadminfsuedu

Written questions on this ITN must be submitted to Betty-Jean (BJ) Lewis Questions ust be received

by the date listed for that event in the Calendar of Events After that date no inqui ies regarding the

Proposal oral or written will be accepted

L Contractor Point of Contact

Each Proposer shall identify in its submittal the single point of contact for all matters elation to the

response

M Proposal Materials

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-21

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

The materials submitted in response to this ITN become the property of the Universit upon delivery to

the Facilities Purchasing Department All of the materials will considered as part of th ITN and will be

subject to review as public records 10 days after the ITN is opened or an award is mad whichever

occurs first

N Proposal Rejection

The University shall have the right to reject any or all Proposals and in particular reje a Proposal not

accompanied by data required by the ITN or Proposal in any way incomplete or irreg ar including

omissions of pricing Conditional Proposals will not be accepted

O Conflict Between Document

If any terms and conditions contained within the documents related to this ITN are in onflict with any

other terms and conditions contained therein then the various documents comprisin this ITN as

applicable shall govern in the following order of the precedence AmendmentChange Order Addenda

ITN Terms and Conditions ITN Specifications ITN Responsibilities general conditions f the ITN

Proposal

P Additions Deletions Substitutions

Should the University find it necessary to supplement modify correct or interpret an portion of the

ITN during the Proposal period such action shall be taken by issuance of a written Ad endum to the

documents distributed to all known prospective Proposers Addenda will be issued no less than seven

(7) calendar days prior to the date scheduled for receipt of Proposals

Q Interpretation

Neither interpretation of the meaning of the ITN documents nor any corrections of a biguity

inconsistency or error will be made to any Proposer orally All such communications ill be in the form

of written addenda as issued by the Selection Community Only written addenda issu d by the Selection

Community shall be binding Proposers are advised that no other source is authorize to accept or give

information concerning explain or interpret the ITN

R Addenda Acknowledgment Form

Any addenda issued by the University to participating Proposers shall include an Add nda

Acknowledgment Form This form shall be signed by a company representative dat d and returned to

the University by the date specified in the Calendar of Events for Proposals to be 0 ned

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-22

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

S Amendments

Any amendments alterations or modifications to the contract resulting from this ITN ust be in the

form of a change order to the original contract and have the written approval of the F cilities Purchasing

Department and must be signed or initialed and approved by the same signatories not d on the ITN

T Assignment

Under no circumstances shall the successful Proposer assign to a third party any right r obligation of

successful Proposer pursuant to this Proposal without prior written consent of the Uni ersity If the

successful Proposer is or during the term of the contract resulting from this ITN beco e an individual

on the payroll of the State of Florida successful Proposer represents that he or she ha complied with all

applicable provisions in the Florida Statutes and Florida Administrative Code regardin outside or dual

employment and compensation

U Jurisdictional Applicability

Applicable provisions of all federal State of Florida county and municipal statutes la s ordinances

rules and regulations shall govern Proposal submitted hereto and any resulting contra t Lack of

knowledge by any Proposer shall not constitute a cognizable defense against the legal effect thereof

Disputes arising from or in connection with the contract shall be determined before Florida court of

competent jurisdiction or through an applicable administrative proceeding whichever s appropriate to

the circumstances under Florida law In the event that either party is required to obta n any permit

license or authorization as a prerequisite to performing its obligation under the contr ct the cost shall

be borne by the party required to obtain the permit license or authorization

V Governmental Restrictions

In the event any governmental restrictions may be imposed which would necessitate Iteration of the

terms of the contract resulting from this ITN it shall be the responsibility of the succe sful Proposer to

immediately notify the University in writing indicating the specific regulation which r quires the

alteration The University reserves the right to accept any such alteration including a y fee adjustments

occasioned thereby or to cancel the contract at no expense to the University

W Negotiation

In the event services are required to be performed or equipment required to be purc ased that are not

set out in the ITN but are within the general scope of the reqUirements the Universi and the

contractor hereby reserve the right to negotiate the terms covering the required serv ces or equipment

not to exceed $25000 per itemoccurrence

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-23

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FlORIDA TATE UNIVERSITY

X Additions Deletions and substitutions

The University reserves the right to add to or to delete any item from this ITN on a per odic basis as

necessary when deemed in the best interest of the University The contractor is respo sible for

submitting requests for such changes on a timely basis with sufficient documentation 0 allow

evaluation of the request When items are approved and added to the contract the c ntractor shall

maintain those items on the contact for a minimum of 120 days and sufficient quantit to accommodate

reasonable request or make provisions to offer substitute items as outlined in this sec ion

The University will consider substitutions for discontinued items provided that substit te items have

equivalent or greater featurescapabilities and shall be offered at the same or lower p ice as the item

replaced The University reserves the right to accept or reject substitutions

The University will consider the addition of newly released items provided that those i ems are offered

at the same percentage discount as similar items on the contract

The University will consider changes to contract items provided revisions are in accor nce with the

conditions and Specifications contained in this ITN The University reserves the right t accept or reject

changes proposed by the contractor

Y Equal Opportunity

The Contract must al all times during the term of the contract be in compliance with a I federal state

and local laws rules and regulations relating to the nondiscrimination clause containe in Section 202

Executive Order 11246 as amended by Executive Order 11375 relative to equal Empl yment

Opportunity for all person without regard to race color religion sex or national origi and the

implementing rules and regulations proscribed by the Secretary of Labor are incorpor ted into the terms

and conditions of this ITN

Z Governmental Action

It is mutually agreed that if at any time during the term of the contractual agreement he Contractor is

required to make extensive program changes as a direct result of any determination r action by any

applicable Federal State or Local Government authority the University will be willin to negotiate any

cost increase necessitated by such changes subject to availability of funds Any nego iated price

increase may not be implemented until a contract amendment signed by both parties is processed

through the Florida State University Facilities Purchasing Department

AA Travel

Travel expenses included in any contractpurchase order resulting from this ITN must e in accordance

with Section 112061 Florida Statutes

DCSI 010811 ElECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-24

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

BB Parties to the Contract

Parties to the contract will be the University and the contractor Payment will only be ade to the

contractor and in the name as it appears on the Proposal submitted and the resulting ontract

Cc Contractors Insurance

The Contractor shall not commence performance in connection with the contract unti he has obtained

all the following types of insurance and such insurance has been approved by the purc aser nor shall

the Contractor allow any subcontractor to commence work on his subcontract until all similar insurance

required for the subcontractor has been so obtained and approved All insurance poli ies shall be with

insurers qualified and doing business in Florida and with an AM Best rating of no les than AX The

purchaser shall be furnished proof of coverage of insurance by certificates of insuranc accompanying

the contract documents and shall name the Florida State University and Florida Board f Trustees as an

additional name insured The insurer shall provide 30 days written notice to the certi cate holder if a

policy is to be canceled before the expiration date thereof

The purchaser shall be exempt from and in no way liable for any sums of money that may represent a

deductible in any insurance policy The payment of such deductible shall be the sole r sponsibilityof

the Contract andor Subcontractor providing such insurance

1 Workers Compensation Insurance

The Contractor shall secure and maintain during the life of this agreement Workers mpensation

Insurance for all his employees connected with the work of this project and in case a y work is sublet

the Contractor shall require the subcontractor similarly to provide Workers Compens tion Insurance for

all the latters employee unless such insurance shall comply fully with the Florida Wor ers

Compensation Law In case any class of employees engaged in hazardous work under this contract at

the site of the project is not protected under Workers Compensation statute the Co tractor shall

provide and cause each subcontractor to provide adequate insurance satisfactory to he purchaser for

protection of his employees not otherwise protected

2 Contractors Public Liability and Property Damage Insurance

The Contractor shall secure and maintain during the life of this agreement COMPREH NSIVE GENERAL

L1ABNILITY AND COMPREHENSIVE AUTOMOBILE LIABILITY INSURANCE as shall protec him from claims

for damages personal injury including accidental death as well as claims for propert damages which

may arise from operations under this agreement whether such operations be by him If or by anyone

directly or indirectly employed by him and the amounts of such insurance shall be th minimum limit as

follows

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-25

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

1 Body Injury Liability $1000000 each acci nt

2 Auto Property Damage Liability $ 500000 each accid nt

3 Property Damage Liability- $1000000 each acci ent

(other than automobile) $1000000 aggregate operation

$1000000 aggregate protective

$1000000 aggregate contractual

Insuring clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended to provide coverage

on an OCCURRENCE basis

3 xcu (Explosion collapse underground damage) -the contractors liability P icy shall provide

xcu coverage for those classifications in which they are excluded

4 Contractual Liability - work contracts - The contractors liability policy shall co er such contracts

when they are affected

5 Subcontractors Public Liability and Property Damage Insurance

The Contractor shall require each of his subcontractors to secure and maintain during he life of this

contract insurance of the type specified above and insures the activities of his subco ractors in his

policy as specified above

Qualifications

All insurance poliCies shall be with insurers qualified and doing business in Florida

Proof of Insurance

Proof of insurance for all of the specified types and limits in the form of original Certif cates of Insurance

shall be delivered to the Facilities Purchasing Department within ten (10) days of exe tion of the

contract In lieu of original certificates certified copies of the actual policies may be f rnished

Whether certificates or policies are furnished the Florida State University and the Bo rd of Trustees

shall be deSignated as additional named insured Each such copy or certificate shall c ntain a valid

provision or endorsement that the policy may not be canceled terminated changed r modified

without giving thirty (30) days written advance notice thereof to the Universitys repr sentative A

renewal policy or certificate shall be delivered to the University at least thirty (30) da s prior to the

expiration date of each expiring policy If at any time any of the policies shall be or b come

unsatisfactory to the University as to form or substance or if any of the carriers issui g such policies

shall be or become unsatisfactory to the University Contractor shall promptly obtain a new and

satisfactory policy in replacement upon such written notice from the University

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-26

DIFFENBAUGH BUILDING PHASE I ELEVATOR NO 24516 FLORIDA

Original Copy

If determined necessary by the Universitys representative the Contractor shall delive

Universitys representative upon demand the original of any policy shall be returned t

Deductibles

The University shall be exempt from and in no way liable for any sums of money that

deductible in any insurance policy The payment of such deductible shall be the sole r

the Contractor andor subcontractor providing the insurance

DD Liability

The following Special Conditions supersedes General Conditions Number 21 Liability

to Negotiation Commodities Acknowledgment form

Contractors entire liability and the Universitys exclusive remedy shall be as follows

In all situations involving performance or non-performance under this Agreement th

be entitled to actual damages to the limits set forth in this provision

Contractors liability for damages to the University for any cause whatsoever and reg

TATE UNIVERSITY

to the

Contractor

may represent a

sponsibility of

n the Invitation

University shall

rdless of the form

of action whether in contract or in tort including negligence shall be limited to the gr ater of $100000

or the contract price stated herein for damages that are the subject of matter of or a e directly related

to the cause of action The foregOing limitation of liability will apply to

bull the payment of the cost of damage awards pertaining to patent and copyrigh indemnity or to

bull claims for re-procurement costs or the cost of cover pursuant to Rule 6C220 5(20) of the

Florida Administrative Code or to

bull claims for personal injury or damage to real or person property caused by Sel rs tortuous

conduct

Contractor shall hold and save the University harmless for any and all suits and judgm nts against the

State for personal injury or damage to real or personal property caused by Contracto s tortuous

conduct in the performance of this Agreement provided that

bull the University promptly notifies the Contractor in writing of any claim and

bull the Contractor shall be given the opportunity at its option to participate an associate with the

University in the control defense and trial of any claim and any related settle ent negotiations

and provided further that with respect to any claim or portion thereof for hich Contractor

agrees at the initiation of such claim that Contractor shall save an hold the U iversity harmless

Contractor shall have the sole control of the defense trial and any related se lement

negotiations and

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-27

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

bull the University fully cooperates with the Contractor in the defense of any claim

In no event however will Contractor be liable for

bull any damages caused by the Universitys failure to perform the Universitys res onsibilities or

for

bull any lost profits or other consequential damages even if Seller has been

advised of the possibility of such damages or for

bull any claim against the University by any other party e ept as provided

in the hold harmless provision of the preceding parag aph of this

provision and except as provided in Paragraph 18 of t e General

Conditions Patents and Royalties on the Invitation 0 Negotiation

Commodities Acknowledgment form or for

bull any damage caused by performance or non-performa ce of machine or

programming located outside the United State or Pue 0 Rico

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-28

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

SPECIAL TERMS AND CONDITIONS Payment shall be made in accordance with s 215422 FS which provides that agencies have 5 working days to inspect ampapprove goods ampservices unless bid specifications r the PO specifies otherwise If payment is not available within 40 days measured from t e latter of the date the invoice is received or the goods or services are received inspected an approved a separate interest penalty set by the Comptroller pursuant to s 5503 FS will b due and payable in addition to the invoice amount To obtain the applicable interest rate please contact the University Facilities Payables and Disbursements Section at (850) 644-047 Invoices returned to a vendor due to preparation errors will result in a payment elay Interest penalties of less than $1 will not be paid unless the vendor requests payment The payment period does not begin until all terms of the contract (including shi ping and billing instructions exactly as they are specified on the purchase order) hav been met and a properly completed invoice is provided the University The university reserve all administrative contractual and legal remedies against the contractor or vendor ho breaches any of the contract terms The employment of unauthorized aliens by any contractor is considered a viola ion of Section 274A(e) of the Immigration and Nationality Act If the contractor knowingly emp oys unauthorized aliens such violation shall be cause for cancellation of this purch se order Acceptance of this order serves as certification that the vendor or its principals (a) are not presently debarred suspended proposed for debarment declared ineligible 0 voluntarily excluded from covered transactions by any federal department or agency (b) ve not within a three-year period preceding this proposal been convicted of or had a civil judg ent rendered against them for commission of fraud or a criminal offense in connection with 0 taining attempting to obtain or performing a public (federal state or local) transaction r contract under a public transaction violation of federal or state antitrust statutes or commissio of embezzlement theft forgery bribery falsification or destruction of records rna ing false statements or receiving stolen property (c) are not presently indicted for or oth rwise criminally or civilly charged by a government entity (federal state or local) with commissi n of any of the offenses enumerated in paragraph (b) of this certification and (d) have not wit in a three-year period preceding this applicationproposal had one or more public transactions federal state or local) terminated for cause or default 52249-5 (a)-(f) Hazardous Material Identification and Material Safety Data When subcontract involves hazardous material Utilization of Small Business Concerns and Small Disadvantaged Business Concerns Walsh-Healey Public Contracts Act 52219-8 52222-20 Employment if the subcontract amount 52203-7001

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-29

Page 10: Invitation to Bid (ITB) til the dates - FSU Facilities · Invitation to Bid (ITB) ... Elevator renovation work includes, but is not limited to, ... hands-free telephone instrumen

DIFFENBAUGH BUILDING PHASE I ELEVATOR NO 24516 FlORID STATE UNIVERSITY

B Any adjustments repairs or otherwise needed work shall be performed by th Elevator Contractor as soon as possible after the problem is reported to the Elevator ontractor The Elevator Contractor shall be on site to make the needed repairs or adjustme s within one (1) hour 247 including holidays after the problem is reported

C Non-warranty parts and equipment The only parts or equipment that the EI vator Contractor shall not be required to furnish as part of his responsibility are those made n cessary as a result of major acts of vandalism fire floors windstorm civil disturbances or othe major losses Repairs made necessary by minor acts of vandalism abuse or misuse are to included in the work to be performed by this Elevator Contractor

PART 2 - PRODUCTS

201 MANUFACTURERS

A Manufacturer Only products manufactured by the following manufacturers ill be acceptable

on this project and the named products are subject to complete compliance ith the technical

speCification requirements listed hereinafter

1 Otis Elevator Company

2 Schindler Elevator Corporation

3 ThyssenKrupp Elevator Corporation

The following equipment component manufacturers are afforded prior appro ai subject to

complete compliance with the technical specifications

4 Elevator Components Inc model VFE 2500-HL or HH (closed loop heavy uty type linear or

harmonic door operator interlocks door tracks and door hanger equipm nt)

5 Janus Elevator Products (door safety detectors only)

6 Elevator Cabs Inc Tyler Elevator Products Gunderlin Ltd E-Cab Archit ctural Elevator

Cab Interiors Snap Cabs (elevator cab interior work)

7 Innovation Industries Inc Elevator Products Corporation Monitor Contr Is (vandal

resistant signal fixtures

8 Electronic Controls Inc (LED type emergency lighting system controls)

9 Pratt amp Lambert Sherwin -Williams Martin Senour (paints)

10 Rath Microtech (car emergency telephones)

11 GAL (door tracks door hangers door relating equipment and door closers only)

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION RK 14220-7

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORID STATE UNIVERSITY

B Substitutions Elevator Contractor may substitute other manufacture of elevator cab materials subject to the following 1 The Elevator Contractor must agree to an inspection of the products by wner Architect

and Elevator Consultant after assembly but prior to shipment Any de cts in materials or workmanship must be corrected prior to shipment to the site

2 Substitutions must fully comply with all technical requirements elevat r code quality and fit and all other aspects of these specifications

3 No substitutions of material grades finishes and other details will be ac pted 4 The Elevator Contractor shall be responsible for paying all associate costs for Owner

Architect and Elevator Consultant to visit the production plant to evaluat the products 5 No time extension will be permitted in the installation schedule du to substitution of

products manufacturers

202 MATERIALS1 GENERAL

A Materials patterns and finishes As selected by the Architect from the man facturers patterns and finishes for this project

B Steel 1 Shapes and bars ASTM A 336 2 Sheets ASTM A 336 cold rolled sheet commercial quality class 1 matt finish and

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 y Architect

D Aluminum 1 Sheet and plate ASTM B 209 alloy 6063-752 2 Extrusions ASTM B 221 alloy 6063-T52

E Finish flooring on platforms Supplied and installed by Elevator Contracto The Owner shall select materials for flooring The flooring shall be the same product or eq I to that which is installed in the other elevator in the adjacent section of the building

203 HOIST WAY AND MACHINE ROOM EQUIPMENT

A Platform The existing platform shall be retained and reused with the follow g work 1 Install new elastomeric type underlayment for installation of new floorin materials 2 If the platform has a plywood subfloor the top layer of plywood shall be placed under this

contract New plywood shall be W thickness high quality material with xterior glue 3 Clean and paint all of the metal on the platform assembly 4 Tighten all bolts and fastenings 5 Owner will not accept any additional charges associated with reuse of th

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-8

L

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORID

B Car sling Equipment The existing car sling and related hardware shall be reta Include the following work 1 Clean and paint all of the equipment 2 Adjust the brace rods as necessary 3 Owner will not accept any additional charges in connection with repairs

reconditioning of the safety equipment

C Guide rails The existing car guide rails shall be retained in their present locat

D Guides The existing guide assemblies shall be cleaned and retained

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

F Hydraulic Cylinder The existing cylinder shall be retained and reused

G Hydraulic Piping Retain and reuse

H Hydraulic Pumping Unit Retain and reuse Make required adjustments aft door operator equipment is installed

I Elevator Controller System Make required alterations to the wiring and com controller to accommodate the new door operator direction indicators on ca panel equipment

J Automatic terminal limits and directional limits The existing equipment retained and reused

K Automatic self leveling The existing leveling devices and equipment sh reused

Door operator machinery The existing door operator shall be removed completely new door operator equipment with the following design and feat 1 Heavy-duty gearless type harmonic motion design 2 Heavy-duty drive motor shall be alternating current type Motor shall be

model designed for long life service 3 Precise encoder on the drive motor shaft 4 Completely closed-loop design system 5 Door position recognition 6 Door velocity regulation 7 Door motor current monitoring control and regulation S Door closing pressure regulation Set door pressure at lS-20 pounds

STATE UNIVERSITY

ned and reused

placements or

on

r the new cab and

onents of the and car operating

all be completely

I be retained and

nd replaced with

2 horsepower

9 Immediate door reversal shall occur if preset closing door is obstructed fr m closing and door pressure of lS-20 pounds is exceeded for any reason

10 Include elevator code required car door restrictor device to prevent ope ing car door more than 4 when the car is outside the designated landing zone

DCSI 010S11 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-9

DIFFENBAUGH BUILDING PHASE I ELEVATOR NO 24516 FLORID STATE UNIVERSITY

11 Include high quality car door clutch assembly or suitable similar devices to unlock the hoist way doors

12 Door obstruction warning If door opening is obstructed for 15 secon (adjustable timer design of 12 to 30 seconds) an audible warning shall occur and continu to sound until the doorway is cleared however doors do not close When the door openin has been cleared the door shall close at normal speed

13 Door close watchdog If the doors are closing but do not compl tely close after a programmable time period the doors will recycle open for twelve (12) ti es to try to correct the fault before the elevator is automatically removed from se ice The recycling program shall be adjustable for up to 20 times

14 Door close assist When the doors have failed to fully close and are in th recycle mode the door drive motor shall have increased torque applied to possibly overc me 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 c II assignment (not coincidental call) the current door open time is changed to a shorter eld programmable time when the electronic door detection system is activated by a passen er passing through the doorway

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

17 Door operator control equipment without all of these features shall not acceptable 18 Door opening time measured from door closed position shall be 18 sec nds 19 Door closing time measured from door open position shall be 23 secon

M Door safety screen Replace existing door protection with new detector devi e The elevator car doors shall be equipped with high quality electronic type door safety screen qual in design and manufacture to that of Janus Elevator Products Inc The electronic safety creen device shall have both 3-D and Panachrome features built in to the system The Panachr me system shall feature green lighting mounted vertically along the edge indicating it is safe to enter the doorway and orangered lighting to indicate that the doors are ready to clo e or in the process of closing All electrical connections for this equipment shall be mounted 0 the car top out of reach of unauthorized persons Provide a defeat switch for the 3-D portion the safety screen for use if the Owner elects to turn off that portion of the screen operation

204 HOIST WAY ENTRANCES

A Doors The existing center-opening side-sliding type door panels shall II be retained and reused

B Frames The existing hoist way door frames shall be retained

C Headers fascia toe guards and dust covers The existing headers fascia t e guards and dust covers shall be retained and reused under this contract

D Interlocks The existing interlocks and interlock release mechanisms sha I be retained and reused Make any needed repairs to the interlock release mechanisms and in erlock assemblies

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-10

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA STATE UNIVERSITY

E Door hangers tracks relating equipment and door closers The existing equipment in this category shall be retained and reused

205 ELECTRICAL CONTROL SYSTEMS

A Elevator single car control system The existing elevator controller system s II be retained and reused Make any required modifications to accommodate the new door perator controller car direction indictors and car operating panel system

B Top of car inspection station Completely new elevator code approved ar top inspection stations shall be installed on the top of each elevator The station shall contain all of the necessary operating devices required by code Locate the car top operating tation in position that will allow the elevator maintenance technician to gain control of the el vator car from the landing without the need to step on the car to access the car top station rovide two (2) car top lights for illuminating the work area One (1) light shall be mounted 0 a self coiling cord arrangement 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 fluorescen type equal to 150 watts output Suitable lamp guards are required Include a duplex type GFCI rotected electrical outlet

206 ELEVATOR OPERATING AND SIGNAL DEVICES

A Car operating station or panel The existing car operating panel shall be totall completely replaced with all new equipment of the following design 1 Full height and width swing panel and entrance column type panel compl te with heavy

duty type locking devices and adjustments to alleviate rattles and warpin Design the full swing type front return panel to permit a custom design appearance Inst II a suitably sized recessed metal box to enclose the signal devices behind the front return

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 cen r jewels for illumination with red LED lamps Match the button designs in the other el vator in the same building

3 Lower portion of operating station shall have door control buttons keyed alarm button Alarm button shall have a center jewel that illuminates red pushed

4 Electronic chime to indicate passing of floors 5 Provide an elevator car overload jewel and audible alarm This feature sh

operational until the elevator is completely modernized with new control

14220-11

6 Upper portion of the control station shall contain a tight fitting stainless st el cabinet door covering the firemens control buttons and features Door shall have a 10 that meets the latest fire code requirements Phase II operation instructions shall be lam ated to interior of the cabinet door The sub-plate and features inside the cabinet shall c ply with the control features that currently exist In the future the features shall be u -dated to comply with the ASME A171 Safety Code at the time of the elevator renovation

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION

quipment

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA STATE UNIVERSITY

7 Include firemens jewel that flashes when fire or smoke is in the machine oom or hoist way If this feature can be made operational at this time the flashing light shall be made to operate Otherwise the jewel shall be available for future use when the ntrol equipment is replaced

8 Include engraving for elevator serial number at the top of the panel 9 Below the elevator numbers locate a digital type car position indictor an

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 nd with 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 instruction p te for operating the phone The phone shall be Rath-Microtech brand amp model that fully mplies with the equipment currently being used by Telecommunications Department Flo ida State University Verify the design requirements prior to purchase of the phon equipment

12 Below the emergency telephone device provide an elevator service cabin t with a tight fitting stainless steel door Cabinet door shall be large enough to contain completely flush mounted clear Lexan brand certificate cover large enough to accommod te the State of Florida elevator operating certificate of standard size Door shall have a s itable 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 Provide engraving for elevator lifting capacity in both pounds and numbe of people 14 Furnish a light colored duplex type GFCI protected outlet grounded elect ical outlet located

as low as possible in the operating panel securely fastened to the rear of he panel 15 All markings shall be fastened from the rear and be easily replaceable if t ey become

damaged No markings shall appear to be surface mounted type 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 hall be polished

stainless steel materials 18 All display lamps shall be high intensity LED type 19 Front return panel when completed with new operating fixture devices s

professional design and quality and shall fit-up well in the new elevator c b structure

C Car riding lanterns New car riding lanterns shall be furnished and installed 0 each side of the cab opening The design shall be vandal resistant and include an electronic c ime and high intensity brilliant white and brilliant red LED lamps Locate at the required di ance from the floor level Chimes shall sound one (1) time for up traveling car and two (2) ti es for down traveling car Chime audible sound level shall be easily adjustable by the elev tor maintenance technicians Cover plates shall be held in place with countersunk spanner he matching material

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-12

screws of

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA STATE UtIIVERSITY

D Landing stations All of the existing landing stations shall be retained and reu

207 ELEVATOR CAB ENCLOSURE

A Elevator cab The existing elevator cab structure shall be completely remove with a new cab assembly The new cab shall include the following designs m features 1 Three (3) walls of the elevator cab shall be constructed of 14 gauges no

stainless steel with suitable reinforcement to prevent warping or rattling

ed

and replaced terials and

satin finished

2 The cab walls on three (3) sides shall be equipped with high quality replac able panels that are applied to the walls The panels shall be constructed and installed in t e following manner a There shall be three (3) applied panels across the rear of the cab and wo (2) panels on

each of the side walls Total number of panels in the cab shall be 14 II aligned to provide a professional appearance The lower panels shall be designe to allow for ventilation through the walls without exposed ventilation grills in the ase area of the cab

b Panels shall be divided at the handrail location allowing approximatel 5-6 spacing from the bottom of the top panels to the tops of the lower panels

c The top ofthe applied wall panels shall be set at approximately 7-4 bove the finished floor level

d The panels shall be approximately 78 total thickness using high qua ity wood core materials backed with laminate plastic for panel stabilization The fr t of the panels shall be faced with 5WL stainless steel materials approximately 18 ga ge materials

e The edges of all panels shall be equipped with 18 thickness stainless steel fabricated in an angle shape so that the edging can be attached to the rear of th panels with countersunk screws The edge materials shall be held as tightly as po ible around the panels to avoid large gaps in the materials Weld corners and grind 0 all sharp edges on the corners and remove any sharp edges on the edge materials T e stainless steel edging shall extend approximately 18 beyond the face of the 5WL f e materials

f Provide concealed ventilation grills or openings behind the wall panel 3 Design the total cab height to be approximately 8-2 total overall Eleva r Contractor shall

take field measurements to verify that a cab of this height will fit the exist ng car sling Adjust the height of the cab to fit if the existing car frame will not accept cab of that height

4 Top of the cab shall be heavy gauge furniture steel with baked on white e amel finish Thickness of the cab top along with the reinforcement shall support two 2) workmen along with their tools

5 The front return panels and transom shall be constructed of 14 gauge sati finished stainless steel materials

6 Cab base area shall be covered with 12 gauge stainless steel approximatel 5 high Laminate the metal to the wall panels with high quality industrial grade c ntact cement Smooth the top surfaces to remove sharp edges This straight base is to r inforce the base area to avoid denting and damage from floor buffers

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-13

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

erials Secure

7 Handrails shall be installed on three (3) sides of the elevator cab Rails sh II be constructed of heavy gauge round stainless steel with suitable number of matching su ports that will permit each rail to support at least 600 pounds at any location Return th ends of the rails toward the wall panels Provide oversize backing plates on the rear of the cab walls

8 Provide stainless steel bumper rails located approximately 8 above the fl or to the top of the rails The rails shall be constructed of 38 thick by 3 high solid stainl ss steel bumper rails Provide matching stainless steel supports for the rails designed to s pport at least 600 pounds on each rail at any location the rail Return the rails toward the II panels Provide oversize backing plates on the rear of the cab walls

9 The existing cab ceiling shall be handled as follows a Carefully remove the existing stainless steel ceiling and LED lighting sy tern without

damaging the materials This ceiling shall be installed in the new cab t a height of approximately 7-6 above the finished floor level

b As part of the new cab top provide a suitably located emergency exit anel that is arranged for removal through the top exit panel Align the exit with t e opening location in the existing cab ceiling

c Provide an electrical switch assembly on the top exit to prevent the el vator from moving unless the exit is closed and locked

d Height of the cab top and location of the cab ceiling shall be verified y Elevator Contractor prior to designing the cab drawings

10 Furnish and install new sandwich type construction car door panels with s itable reinforcement for the car door clutch and other devices Door shall be fa with 14 gauge no 4 stainless steel material

11 Threshold for the car door entrance shall be satin finished nickel silver rna with matching countersunk nickel silver bolts

12 Provide a new two (2) speed squirrel cage type exhaust blower with at Ie st 700 cubic feet per minute capacity on high speed Propeller fan is not acceptable

13 Furnish a new certificate frame that will accept standard size of State of FI rida operating certificate The flush mounted frame shall be incorporated in the swing d or for the service cabinet

14 Furnish and install a new Emergency telephone device Phone shall be Rat -Microtech model no 2100-967DVCA or other as approved by Owner Prior to purch se of the equipment Elevator Contractor shall verify the model number by contacti g Telecommunications Department of Florida State University Incorporate nto car operating panel

15 Provide high quality vinyl material protection pads and stainless steel pa buttons Install buttons with screws coated with Loctite no 290 tread sealer material t prevent removal without appropriate tools Pads shall also cover the front return panels i which cutouts shall be provided for operating devices

16 Provide stainless steel type 304 with no 4 satin finish 17 Provide any additional features as required by elevator code 18 Clean and polish the entire elevator cab prior to acceptance Cab shall ha e a like new

appearance except for any dents or deep scratches that remain as a resul of the existing damage

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-14

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

19 Furnish and install new cab flooring materials specified elsewhere Before install sheet type elastomeric goods to cover the entire floor area Glue d the plywood

208 ALARM BELL SYSTEM

A Retain the existing emergency alarm bell system provided it will function as

TATE UNIVERSITY

installing the cab wn the sheet to

quired hereinafter If a new alarm bell system is required provide as a requirement of this contract

209 CAR TOP RAILING SYSTEM

A Furnish and install a car-top safety railing system for added protection for ele ator technicians While working on the car top Comply with all code requirements on height a d mounting

210 ELECTRICAL WIRING AND WORK REQUIREMENTS

A Furnish and install new electrical wiring conductors and other wiring as requ red Install new NEC approved conduit conduit fittings electrical pull boxes raceways and du t work were required

B Emergency Car Lighting Provide LED type emergency car lighting system that will automatically illuminate when the normal power supply fails The LED lighting system shall e incorporated into the normal ceiling lighting system by installation of the emergency cab Ii hting system available from Electronic Controls Inc Cape Canaveral Florida Illuminate at least three (3) of the normal lighting fixtures with the emergency lighting system for a period at least four (4) hours after the loss of power Also provide emergency power supply for the larm bell as part of the emergency lighting system

PART 3 - EXECUTION

301 EXAMINATION

A Before fabricating the equipment or commencing elevator installation work i spect the complete hoist way and equipment platform dimensions machinery to be re sed pit area and machine room as constructed or modified verify all critical dimensions and e amine supporting structures and all other conditions under which elevator work is to be installe or performed Do not proceed with the elevator installationrenovation work until all conditi ns have been reviewed and evaluated

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

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-15

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

302 INSTALLATION

A Install new elevator system components and incorporate the equipment that and reused in a completely satisfactory installation

TATE UNIVERSITY

is being retained

1 Work to be performed by completely competent fully trained elevator in tallation personnel in accordance with the requirements of ASME AI71 elevator anufacturers installation instructions and approved shop drawings All elevator mecha ics working on this project shall hold current State of Florida Certificate of Competency license cards The use of temporary or probationary mechanics to perform work as a mechanic is not acceptable on this contract

2 Comply with the National Electrical Code and ASME A175 for elevator el required during installation of this equipment

3 Perform work with skilled workmen under the direct control and supervis on of the Elevator Contractors experienced foreman and superintendent The Owner Arch tect and Elevator Consultant shall reserve the right to interview all employees assigned to ork on this project and require that any unsuitable employees in their sole opinion e removed from the site

4 Mount all moving elevator components on vibration absorbing mounts d signed to effectively prevent the transmissions to the structure and eliminate sour es of structure borne noise from the elevator system

303 FIELD QUALITY CONTROL

A Acceptance testing Upon completion of the elevator installation work and b fore use of the elevator equipment performance acceptance tests are required to demonstr te that the equipment will sustain and lift the loads for which the elevator was initially d signed Test weights shall be provided to perform these tests and must be used to demon trate the performance in the presence of representatives of the Owner Elevator Cons Itant and a State of Florida licensed CEI (QEI) elevator inspector Elevator inspector shall not b a former or current employee of the Elevator Contractor

B Advise the Architect Owner Elevator Consultant and CEllicensed elevator in ector at least five (5) business days in advance of the date and time the testing is to be pe rmed on the elevator equipment

304 ADJUSTING WORK

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

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-16

elevator

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

305 CLEANING

A Before final acceptance remove all protective materials from the finished su the plastic sheeting All of the elevator equipment must be cleaned prior to Fi

TATE UNIVERSITY

ces including al Acceptance

B At completion of the elevator work remove all tools equipment surplus mat rials and the like from the site Remove all trash and debris during the clean-up Thoroughly cI an up all oil spills and residue

307 TURNOVER OF DOCUMENTS TOOLS AND OTHER SUCH REQUIREMENTS

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

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

C Provide at least twelve (12) sets of all elevator keys to the Owner except for t e elevator door keys

308 COMPLETION DATE

A The installation is not considered complete until the complete project has be considered to have been performed in a first-class professional manner and is completely ceptable to the Owner and Elevator Consultant Further all adjustments load tests perfor ance tests and punch-lists must be completed All required documents special tools archiv I information and the like must be turned over to the Owner prior to establishing the final com letion date

B The Owner Elevator Contractor and Elevator Consultant must be in agreeme t as to the completion date and date the warranty shall commence

309 ELEVATOR SCHEDULE

A Number of elevators - One (1) Westinghouse Elevator Company brand elevat r previously

modified by Mowrey Elevator Corporation

B Elevator type - Electric Oil-Hydraulic

C Speed - Approximately 200 feet per minute Set down speed at 180 feet per inute in down

direction with no load on the elevator

D Control system - Omron microprocessor type installed by Mowrey Elevator

E Door type - Center-Opening side-sliding 3-6 wide by 7-0 high

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-17

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

F Warranty - Twelve (2) months after completion and acceptance by the Owner

310 ELEVATOR CONTRACTOR PERFORMANCE REQUIREMENTS UNDER THIS CONTR

A Considering that this is a time if of the essence Contract the expectation

require the Elevator Contractor be mindful of the need for prompt handling

Contract Consequently rigid timelines are being established prior to accepta

B After award of the elevator contract work or issuance of a notice to pro

Contractor shall perform the work as follows

TATE UNIVERSITY

CT

of the Owner do

all aspects of this

ce of bids

ed the Elevator

1 Provide all required submittals shop drawings samples etc within thirty 30) of the

contract award notification

2 Elevator Contractor shall allow ten (10) work days for the review and app val process and

time to return the submittal documents Elevator Contractor is expected 0 travel to the

FSU Campus to the pick-up the approved or approved as noted docu ents and samples

at the location designated in advance

3 Elevator Contractor shall make all necessary arrangements to obtain all m terials to be

installed under this contract including handling appropriate delivery of al such materials to

the work site no later than ten (10) weeks from the date the approval pr cess has been

completed and the required documents are returned to Elevator Contrac or

4 Elevator Contractor shall notify the Owner in seven (7) calendar days adv nce of the exact

date of the elevator being removed from service so that information reg rding the elevator

renovation work can be provided to the building management personnel nd students

5 Any questions regarding the requirements scheduling needs or other con erns shall be

handled by both parties in a manner that should not delay the work sche ule on the site

6 Once the elevator is removed from service the work schedule shall conti ue without

interruption until the project has been completed The Elevator Contract r shall complete

all work on the elevator within eighteen (18) calendar days from the tim the elevator is

removed from service This time period includes all testing adjusting cle ning painting

trash removal and all other associated work In the event the Elevator Co tractor

anticipates requiring additional time to perform the work this work shall e included as

overtime or shift work and shall be included in the bid price

7 When the work is commenced on the elevator no delays wit be accepte by the Owner

unless the delays are caused by fires storms floods civil disruption the

materials labor strikes or similar causes over which neither party has not

8 When Elevator Contractor submits a bid for this work he or she complet y accepts the

requirements of the technical speCifications and the Elevator Contractor

Requirements stated herein

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-18

ontrol

erformance

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

SPECIAL TERMS AND CONDITIONS

A Public Inspection

In accordance with Florida Statutes the ITN shall not be made available for public ins ction until the

University provides notice of a decision or intended decision pursuant to s312053 (5) ) Florida Status

or within 10 days after the opening date whichever is earlier

B Written Communications Required

No negotiations decisions or actions shall be initiated or executed by the Proposer a a result of any

discussion with any University employee Only those communications that are in writ ng from the

University Facilities Purchasing Department shall be considered as a duly authorized e pression on

behalf of the University Also the University will recognize only communications fro Proposers that

are signed and in writing as duly authorized expression on behalf of the Proposer

C Formal Offer

A Proposers written submission in response to the ITN shall be considered as the Pro osers formal

offer The content of the ITN the Proposers submission in response to the ITN and r suiting

contractpurchase order(s) shall be considered the entire agreement between the su essful Proposer

and the University It is understood and agreed that nothing herein is intended or sh uld be construed

as constituting the Proposer as the agent or representative of the University for any p rpose or in any

manner whatsoever The Proposer is and shall remain an independent contractor 0 erating in

accordance with the terms and conditions of the license granted as a result of this Inv ation of

Negotiation

D Interpretations

Proposers shall examine the ITN to determine if the Universitys requirements are de rly stated If

there are any requirements that are too vague or restrict competition the Proposer ay request in

writing that the specifications be changed A Proposer who request change in the sp cifications must

identify and describe the Proposers difficulty in meeting the Universitys specificatio must provide

detailed justification for the change and must provide a recommended change to the specification

Request for changes must be received in the Facilities Purchasing Department by the lose of the

business day not later than the entry note in the Calendar of Events area of this IT as the last to

receive written inquiries regarding the Proposal A Proposers failure to request chan es by the

permissible date shall be considered acceptance of the Universitys Specifications and a waiver of the

Proposers right to protest the ITN on the basis of Specifications The University rese es the right to

determine which changes to the ITN shall be acceptable to the University If required the University

shall issue an addendum reflecting the changes to the INT This addendum shall be s nt to all Proposers

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-19

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

so that each is given the opportunity of submitting proposals to the same Specificatio

Specifications shall be considered the Universitys minimum mandate requirements

E Verbal Communications

TATE UNIVERSITY

Said

Proposers may not consider any verbal instructions as an official expression on the Un versitys behalf

Only written communications Signed by a duly authorized representative of the Facili ies Purchasing

Office shall be considered valid

F Proposal Tabulation

A Proposal Tabulation that serves as the Notice of Award to the Proposer of receivi the contract

award will be posted for review by interest parties at the University Facilities Purchasi g Department on

the day noted in the Calendar of Events area of this ITN and will remain posted for a period of

seventy-two (72) hours Any person who is adversely effected by this University decis on or intended

decisions as detailed above in connection with this ITN shall file a written Notice of rotest with the

Director of Facilities Purchasing Failure to file a Notice of Protest within the 72 hour after the

protested University intended decisions is posted shall constitute a waiver of proceed gs under s120

Florida Statutes A Notice of Protest is considered filed when it is delivered to Facili ies Purchasing

Department 969 Learning Way 114 MMA Tallahassee Florida 32306 during normal ours of operation

of the file a Formal Written Protest and the bond required under Rule 6C-18055(3) lorida

Administrative Code (FAC) with ten (10) days after filing the Notice of Protest in the ccordance with

Rule 6C2-2015(13) FAC shall constitute a waiver of the Proposers right to protest un er s12057(3)(b)

Florida Statutes

G Mandatory Requirements

Any proposal that fails to meet mandatory Specifications stated in the ITN may be rej cted Any

proposal that does not comply with the functional cost or contractual requirements i the ITN may be

rejected In addition to the requirements of paragraph (8) Awards of the General Co ditions on the

Invitation of Negation Commodities Acknowledgment form the University shall not b liable to pay for

information obtained from or through any Proposer prior to issuing the purchase ord r to the successful

Proposer

H Minor Irregularities

The University reserves the right to waive minor irregularities in proposals providing uch action is in

the best interest ofthe University Minor irregularities are defined as those that hav no adverse affect

of the Universitys interest will not affect the amount of the Proposal and will not giv a Proposer an

advantage or benefit not enjoyed by another Proposer

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-20

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

I Format

Each proposal shall be prepared simply and economically providing a straight forward concise

delineation of the Proposers capabilities to satisfy the Specifications of the ITN Fancy binding colored

display and promotional materials are not desired However technical literature and ictures of

proposed equipment should be included in the proposal Emphasis in each proposal ust be on

completeness and clarity of contents To expedite the evaluation of Proposals it is es ential that

Proposers follow the format and instructions contained herein Failure to follow the r quested format

may result in rejections

J Extension Errors

In the event of extension error(s) the unit price will prevail and the Proposers Total er will be

corrected accordingly In the event of addition errors the extended totals will prevail nd the

Proposers Total Offer will be corrected accordingly Proposers must check their Prop sal for any such

errors and state the discount(s) where applicable

K University Point of Contact

The Proposers pOint of contact for all matters relating to this ITN is

Betty-Jean (BJ) Lewis

Florida State University Facilities Purchasing Department

969 Learning Way 102A MMA

Tallahassee Florida 32306

Fax (850) 644-5071

E-mail blewisadminfsuedu

Written questions on this ITN must be submitted to Betty-Jean (BJ) Lewis Questions ust be received

by the date listed for that event in the Calendar of Events After that date no inqui ies regarding the

Proposal oral or written will be accepted

L Contractor Point of Contact

Each Proposer shall identify in its submittal the single point of contact for all matters elation to the

response

M Proposal Materials

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-21

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

The materials submitted in response to this ITN become the property of the Universit upon delivery to

the Facilities Purchasing Department All of the materials will considered as part of th ITN and will be

subject to review as public records 10 days after the ITN is opened or an award is mad whichever

occurs first

N Proposal Rejection

The University shall have the right to reject any or all Proposals and in particular reje a Proposal not

accompanied by data required by the ITN or Proposal in any way incomplete or irreg ar including

omissions of pricing Conditional Proposals will not be accepted

O Conflict Between Document

If any terms and conditions contained within the documents related to this ITN are in onflict with any

other terms and conditions contained therein then the various documents comprisin this ITN as

applicable shall govern in the following order of the precedence AmendmentChange Order Addenda

ITN Terms and Conditions ITN Specifications ITN Responsibilities general conditions f the ITN

Proposal

P Additions Deletions Substitutions

Should the University find it necessary to supplement modify correct or interpret an portion of the

ITN during the Proposal period such action shall be taken by issuance of a written Ad endum to the

documents distributed to all known prospective Proposers Addenda will be issued no less than seven

(7) calendar days prior to the date scheduled for receipt of Proposals

Q Interpretation

Neither interpretation of the meaning of the ITN documents nor any corrections of a biguity

inconsistency or error will be made to any Proposer orally All such communications ill be in the form

of written addenda as issued by the Selection Community Only written addenda issu d by the Selection

Community shall be binding Proposers are advised that no other source is authorize to accept or give

information concerning explain or interpret the ITN

R Addenda Acknowledgment Form

Any addenda issued by the University to participating Proposers shall include an Add nda

Acknowledgment Form This form shall be signed by a company representative dat d and returned to

the University by the date specified in the Calendar of Events for Proposals to be 0 ned

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-22

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

S Amendments

Any amendments alterations or modifications to the contract resulting from this ITN ust be in the

form of a change order to the original contract and have the written approval of the F cilities Purchasing

Department and must be signed or initialed and approved by the same signatories not d on the ITN

T Assignment

Under no circumstances shall the successful Proposer assign to a third party any right r obligation of

successful Proposer pursuant to this Proposal without prior written consent of the Uni ersity If the

successful Proposer is or during the term of the contract resulting from this ITN beco e an individual

on the payroll of the State of Florida successful Proposer represents that he or she ha complied with all

applicable provisions in the Florida Statutes and Florida Administrative Code regardin outside or dual

employment and compensation

U Jurisdictional Applicability

Applicable provisions of all federal State of Florida county and municipal statutes la s ordinances

rules and regulations shall govern Proposal submitted hereto and any resulting contra t Lack of

knowledge by any Proposer shall not constitute a cognizable defense against the legal effect thereof

Disputes arising from or in connection with the contract shall be determined before Florida court of

competent jurisdiction or through an applicable administrative proceeding whichever s appropriate to

the circumstances under Florida law In the event that either party is required to obta n any permit

license or authorization as a prerequisite to performing its obligation under the contr ct the cost shall

be borne by the party required to obtain the permit license or authorization

V Governmental Restrictions

In the event any governmental restrictions may be imposed which would necessitate Iteration of the

terms of the contract resulting from this ITN it shall be the responsibility of the succe sful Proposer to

immediately notify the University in writing indicating the specific regulation which r quires the

alteration The University reserves the right to accept any such alteration including a y fee adjustments

occasioned thereby or to cancel the contract at no expense to the University

W Negotiation

In the event services are required to be performed or equipment required to be purc ased that are not

set out in the ITN but are within the general scope of the reqUirements the Universi and the

contractor hereby reserve the right to negotiate the terms covering the required serv ces or equipment

not to exceed $25000 per itemoccurrence

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-23

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FlORIDA TATE UNIVERSITY

X Additions Deletions and substitutions

The University reserves the right to add to or to delete any item from this ITN on a per odic basis as

necessary when deemed in the best interest of the University The contractor is respo sible for

submitting requests for such changes on a timely basis with sufficient documentation 0 allow

evaluation of the request When items are approved and added to the contract the c ntractor shall

maintain those items on the contact for a minimum of 120 days and sufficient quantit to accommodate

reasonable request or make provisions to offer substitute items as outlined in this sec ion

The University will consider substitutions for discontinued items provided that substit te items have

equivalent or greater featurescapabilities and shall be offered at the same or lower p ice as the item

replaced The University reserves the right to accept or reject substitutions

The University will consider the addition of newly released items provided that those i ems are offered

at the same percentage discount as similar items on the contract

The University will consider changes to contract items provided revisions are in accor nce with the

conditions and Specifications contained in this ITN The University reserves the right t accept or reject

changes proposed by the contractor

Y Equal Opportunity

The Contract must al all times during the term of the contract be in compliance with a I federal state

and local laws rules and regulations relating to the nondiscrimination clause containe in Section 202

Executive Order 11246 as amended by Executive Order 11375 relative to equal Empl yment

Opportunity for all person without regard to race color religion sex or national origi and the

implementing rules and regulations proscribed by the Secretary of Labor are incorpor ted into the terms

and conditions of this ITN

Z Governmental Action

It is mutually agreed that if at any time during the term of the contractual agreement he Contractor is

required to make extensive program changes as a direct result of any determination r action by any

applicable Federal State or Local Government authority the University will be willin to negotiate any

cost increase necessitated by such changes subject to availability of funds Any nego iated price

increase may not be implemented until a contract amendment signed by both parties is processed

through the Florida State University Facilities Purchasing Department

AA Travel

Travel expenses included in any contractpurchase order resulting from this ITN must e in accordance

with Section 112061 Florida Statutes

DCSI 010811 ElECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-24

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

BB Parties to the Contract

Parties to the contract will be the University and the contractor Payment will only be ade to the

contractor and in the name as it appears on the Proposal submitted and the resulting ontract

Cc Contractors Insurance

The Contractor shall not commence performance in connection with the contract unti he has obtained

all the following types of insurance and such insurance has been approved by the purc aser nor shall

the Contractor allow any subcontractor to commence work on his subcontract until all similar insurance

required for the subcontractor has been so obtained and approved All insurance poli ies shall be with

insurers qualified and doing business in Florida and with an AM Best rating of no les than AX The

purchaser shall be furnished proof of coverage of insurance by certificates of insuranc accompanying

the contract documents and shall name the Florida State University and Florida Board f Trustees as an

additional name insured The insurer shall provide 30 days written notice to the certi cate holder if a

policy is to be canceled before the expiration date thereof

The purchaser shall be exempt from and in no way liable for any sums of money that may represent a

deductible in any insurance policy The payment of such deductible shall be the sole r sponsibilityof

the Contract andor Subcontractor providing such insurance

1 Workers Compensation Insurance

The Contractor shall secure and maintain during the life of this agreement Workers mpensation

Insurance for all his employees connected with the work of this project and in case a y work is sublet

the Contractor shall require the subcontractor similarly to provide Workers Compens tion Insurance for

all the latters employee unless such insurance shall comply fully with the Florida Wor ers

Compensation Law In case any class of employees engaged in hazardous work under this contract at

the site of the project is not protected under Workers Compensation statute the Co tractor shall

provide and cause each subcontractor to provide adequate insurance satisfactory to he purchaser for

protection of his employees not otherwise protected

2 Contractors Public Liability and Property Damage Insurance

The Contractor shall secure and maintain during the life of this agreement COMPREH NSIVE GENERAL

L1ABNILITY AND COMPREHENSIVE AUTOMOBILE LIABILITY INSURANCE as shall protec him from claims

for damages personal injury including accidental death as well as claims for propert damages which

may arise from operations under this agreement whether such operations be by him If or by anyone

directly or indirectly employed by him and the amounts of such insurance shall be th minimum limit as

follows

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-25

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

1 Body Injury Liability $1000000 each acci nt

2 Auto Property Damage Liability $ 500000 each accid nt

3 Property Damage Liability- $1000000 each acci ent

(other than automobile) $1000000 aggregate operation

$1000000 aggregate protective

$1000000 aggregate contractual

Insuring clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended to provide coverage

on an OCCURRENCE basis

3 xcu (Explosion collapse underground damage) -the contractors liability P icy shall provide

xcu coverage for those classifications in which they are excluded

4 Contractual Liability - work contracts - The contractors liability policy shall co er such contracts

when they are affected

5 Subcontractors Public Liability and Property Damage Insurance

The Contractor shall require each of his subcontractors to secure and maintain during he life of this

contract insurance of the type specified above and insures the activities of his subco ractors in his

policy as specified above

Qualifications

All insurance poliCies shall be with insurers qualified and doing business in Florida

Proof of Insurance

Proof of insurance for all of the specified types and limits in the form of original Certif cates of Insurance

shall be delivered to the Facilities Purchasing Department within ten (10) days of exe tion of the

contract In lieu of original certificates certified copies of the actual policies may be f rnished

Whether certificates or policies are furnished the Florida State University and the Bo rd of Trustees

shall be deSignated as additional named insured Each such copy or certificate shall c ntain a valid

provision or endorsement that the policy may not be canceled terminated changed r modified

without giving thirty (30) days written advance notice thereof to the Universitys repr sentative A

renewal policy or certificate shall be delivered to the University at least thirty (30) da s prior to the

expiration date of each expiring policy If at any time any of the policies shall be or b come

unsatisfactory to the University as to form or substance or if any of the carriers issui g such policies

shall be or become unsatisfactory to the University Contractor shall promptly obtain a new and

satisfactory policy in replacement upon such written notice from the University

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-26

DIFFENBAUGH BUILDING PHASE I ELEVATOR NO 24516 FLORIDA

Original Copy

If determined necessary by the Universitys representative the Contractor shall delive

Universitys representative upon demand the original of any policy shall be returned t

Deductibles

The University shall be exempt from and in no way liable for any sums of money that

deductible in any insurance policy The payment of such deductible shall be the sole r

the Contractor andor subcontractor providing the insurance

DD Liability

The following Special Conditions supersedes General Conditions Number 21 Liability

to Negotiation Commodities Acknowledgment form

Contractors entire liability and the Universitys exclusive remedy shall be as follows

In all situations involving performance or non-performance under this Agreement th

be entitled to actual damages to the limits set forth in this provision

Contractors liability for damages to the University for any cause whatsoever and reg

TATE UNIVERSITY

to the

Contractor

may represent a

sponsibility of

n the Invitation

University shall

rdless of the form

of action whether in contract or in tort including negligence shall be limited to the gr ater of $100000

or the contract price stated herein for damages that are the subject of matter of or a e directly related

to the cause of action The foregOing limitation of liability will apply to

bull the payment of the cost of damage awards pertaining to patent and copyrigh indemnity or to

bull claims for re-procurement costs or the cost of cover pursuant to Rule 6C220 5(20) of the

Florida Administrative Code or to

bull claims for personal injury or damage to real or person property caused by Sel rs tortuous

conduct

Contractor shall hold and save the University harmless for any and all suits and judgm nts against the

State for personal injury or damage to real or personal property caused by Contracto s tortuous

conduct in the performance of this Agreement provided that

bull the University promptly notifies the Contractor in writing of any claim and

bull the Contractor shall be given the opportunity at its option to participate an associate with the

University in the control defense and trial of any claim and any related settle ent negotiations

and provided further that with respect to any claim or portion thereof for hich Contractor

agrees at the initiation of such claim that Contractor shall save an hold the U iversity harmless

Contractor shall have the sole control of the defense trial and any related se lement

negotiations and

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-27

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

bull the University fully cooperates with the Contractor in the defense of any claim

In no event however will Contractor be liable for

bull any damages caused by the Universitys failure to perform the Universitys res onsibilities or

for

bull any lost profits or other consequential damages even if Seller has been

advised of the possibility of such damages or for

bull any claim against the University by any other party e ept as provided

in the hold harmless provision of the preceding parag aph of this

provision and except as provided in Paragraph 18 of t e General

Conditions Patents and Royalties on the Invitation 0 Negotiation

Commodities Acknowledgment form or for

bull any damage caused by performance or non-performa ce of machine or

programming located outside the United State or Pue 0 Rico

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-28

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

SPECIAL TERMS AND CONDITIONS Payment shall be made in accordance with s 215422 FS which provides that agencies have 5 working days to inspect ampapprove goods ampservices unless bid specifications r the PO specifies otherwise If payment is not available within 40 days measured from t e latter of the date the invoice is received or the goods or services are received inspected an approved a separate interest penalty set by the Comptroller pursuant to s 5503 FS will b due and payable in addition to the invoice amount To obtain the applicable interest rate please contact the University Facilities Payables and Disbursements Section at (850) 644-047 Invoices returned to a vendor due to preparation errors will result in a payment elay Interest penalties of less than $1 will not be paid unless the vendor requests payment The payment period does not begin until all terms of the contract (including shi ping and billing instructions exactly as they are specified on the purchase order) hav been met and a properly completed invoice is provided the University The university reserve all administrative contractual and legal remedies against the contractor or vendor ho breaches any of the contract terms The employment of unauthorized aliens by any contractor is considered a viola ion of Section 274A(e) of the Immigration and Nationality Act If the contractor knowingly emp oys unauthorized aliens such violation shall be cause for cancellation of this purch se order Acceptance of this order serves as certification that the vendor or its principals (a) are not presently debarred suspended proposed for debarment declared ineligible 0 voluntarily excluded from covered transactions by any federal department or agency (b) ve not within a three-year period preceding this proposal been convicted of or had a civil judg ent rendered against them for commission of fraud or a criminal offense in connection with 0 taining attempting to obtain or performing a public (federal state or local) transaction r contract under a public transaction violation of federal or state antitrust statutes or commissio of embezzlement theft forgery bribery falsification or destruction of records rna ing false statements or receiving stolen property (c) are not presently indicted for or oth rwise criminally or civilly charged by a government entity (federal state or local) with commissi n of any of the offenses enumerated in paragraph (b) of this certification and (d) have not wit in a three-year period preceding this applicationproposal had one or more public transactions federal state or local) terminated for cause or default 52249-5 (a)-(f) Hazardous Material Identification and Material Safety Data When subcontract involves hazardous material Utilization of Small Business Concerns and Small Disadvantaged Business Concerns Walsh-Healey Public Contracts Act 52219-8 52222-20 Employment if the subcontract amount 52203-7001

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-29

Page 11: Invitation to Bid (ITB) til the dates - FSU Facilities · Invitation to Bid (ITB) ... Elevator renovation work includes, but is not limited to, ... hands-free telephone instrumen

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORID STATE UNIVERSITY

B Substitutions Elevator Contractor may substitute other manufacture of elevator cab materials subject to the following 1 The Elevator Contractor must agree to an inspection of the products by wner Architect

and Elevator Consultant after assembly but prior to shipment Any de cts in materials or workmanship must be corrected prior to shipment to the site

2 Substitutions must fully comply with all technical requirements elevat r code quality and fit and all other aspects of these specifications

3 No substitutions of material grades finishes and other details will be ac pted 4 The Elevator Contractor shall be responsible for paying all associate costs for Owner

Architect and Elevator Consultant to visit the production plant to evaluat the products 5 No time extension will be permitted in the installation schedule du to substitution of

products manufacturers

202 MATERIALS1 GENERAL

A Materials patterns and finishes As selected by the Architect from the man facturers patterns and finishes for this project

B Steel 1 Shapes and bars ASTM A 336 2 Sheets ASTM A 336 cold rolled sheet commercial quality class 1 matt finish and

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 y Architect

D Aluminum 1 Sheet and plate ASTM B 209 alloy 6063-752 2 Extrusions ASTM B 221 alloy 6063-T52

E Finish flooring on platforms Supplied and installed by Elevator Contracto The Owner shall select materials for flooring The flooring shall be the same product or eq I to that which is installed in the other elevator in the adjacent section of the building

203 HOIST WAY AND MACHINE ROOM EQUIPMENT

A Platform The existing platform shall be retained and reused with the follow g work 1 Install new elastomeric type underlayment for installation of new floorin materials 2 If the platform has a plywood subfloor the top layer of plywood shall be placed under this

contract New plywood shall be W thickness high quality material with xterior glue 3 Clean and paint all of the metal on the platform assembly 4 Tighten all bolts and fastenings 5 Owner will not accept any additional charges associated with reuse of th

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-8

L

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORID

B Car sling Equipment The existing car sling and related hardware shall be reta Include the following work 1 Clean and paint all of the equipment 2 Adjust the brace rods as necessary 3 Owner will not accept any additional charges in connection with repairs

reconditioning of the safety equipment

C Guide rails The existing car guide rails shall be retained in their present locat

D Guides The existing guide assemblies shall be cleaned and retained

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

F Hydraulic Cylinder The existing cylinder shall be retained and reused

G Hydraulic Piping Retain and reuse

H Hydraulic Pumping Unit Retain and reuse Make required adjustments aft door operator equipment is installed

I Elevator Controller System Make required alterations to the wiring and com controller to accommodate the new door operator direction indicators on ca panel equipment

J Automatic terminal limits and directional limits The existing equipment retained and reused

K Automatic self leveling The existing leveling devices and equipment sh reused

Door operator machinery The existing door operator shall be removed completely new door operator equipment with the following design and feat 1 Heavy-duty gearless type harmonic motion design 2 Heavy-duty drive motor shall be alternating current type Motor shall be

model designed for long life service 3 Precise encoder on the drive motor shaft 4 Completely closed-loop design system 5 Door position recognition 6 Door velocity regulation 7 Door motor current monitoring control and regulation S Door closing pressure regulation Set door pressure at lS-20 pounds

STATE UNIVERSITY

ned and reused

placements or

on

r the new cab and

onents of the and car operating

all be completely

I be retained and

nd replaced with

2 horsepower

9 Immediate door reversal shall occur if preset closing door is obstructed fr m closing and door pressure of lS-20 pounds is exceeded for any reason

10 Include elevator code required car door restrictor device to prevent ope ing car door more than 4 when the car is outside the designated landing zone

DCSI 010S11 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-9

DIFFENBAUGH BUILDING PHASE I ELEVATOR NO 24516 FLORID STATE UNIVERSITY

11 Include high quality car door clutch assembly or suitable similar devices to unlock the hoist way doors

12 Door obstruction warning If door opening is obstructed for 15 secon (adjustable timer design of 12 to 30 seconds) an audible warning shall occur and continu to sound until the doorway is cleared however doors do not close When the door openin has been cleared the door shall close at normal speed

13 Door close watchdog If the doors are closing but do not compl tely close after a programmable time period the doors will recycle open for twelve (12) ti es to try to correct the fault before the elevator is automatically removed from se ice The recycling program shall be adjustable for up to 20 times

14 Door close assist When the doors have failed to fully close and are in th recycle mode the door drive motor shall have increased torque applied to possibly overc me 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 c II assignment (not coincidental call) the current door open time is changed to a shorter eld programmable time when the electronic door detection system is activated by a passen er passing through the doorway

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

17 Door operator control equipment without all of these features shall not acceptable 18 Door opening time measured from door closed position shall be 18 sec nds 19 Door closing time measured from door open position shall be 23 secon

M Door safety screen Replace existing door protection with new detector devi e The elevator car doors shall be equipped with high quality electronic type door safety screen qual in design and manufacture to that of Janus Elevator Products Inc The electronic safety creen device shall have both 3-D and Panachrome features built in to the system The Panachr me system shall feature green lighting mounted vertically along the edge indicating it is safe to enter the doorway and orangered lighting to indicate that the doors are ready to clo e or in the process of closing All electrical connections for this equipment shall be mounted 0 the car top out of reach of unauthorized persons Provide a defeat switch for the 3-D portion the safety screen for use if the Owner elects to turn off that portion of the screen operation

204 HOIST WAY ENTRANCES

A Doors The existing center-opening side-sliding type door panels shall II be retained and reused

B Frames The existing hoist way door frames shall be retained

C Headers fascia toe guards and dust covers The existing headers fascia t e guards and dust covers shall be retained and reused under this contract

D Interlocks The existing interlocks and interlock release mechanisms sha I be retained and reused Make any needed repairs to the interlock release mechanisms and in erlock assemblies

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-10

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA STATE UNIVERSITY

E Door hangers tracks relating equipment and door closers The existing equipment in this category shall be retained and reused

205 ELECTRICAL CONTROL SYSTEMS

A Elevator single car control system The existing elevator controller system s II be retained and reused Make any required modifications to accommodate the new door perator controller car direction indictors and car operating panel system

B Top of car inspection station Completely new elevator code approved ar top inspection stations shall be installed on the top of each elevator The station shall contain all of the necessary operating devices required by code Locate the car top operating tation in position that will allow the elevator maintenance technician to gain control of the el vator car from the landing without the need to step on the car to access the car top station rovide two (2) car top lights for illuminating the work area One (1) light shall be mounted 0 a self coiling cord arrangement 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 fluorescen type equal to 150 watts output Suitable lamp guards are required Include a duplex type GFCI rotected electrical outlet

206 ELEVATOR OPERATING AND SIGNAL DEVICES

A Car operating station or panel The existing car operating panel shall be totall completely replaced with all new equipment of the following design 1 Full height and width swing panel and entrance column type panel compl te with heavy

duty type locking devices and adjustments to alleviate rattles and warpin Design the full swing type front return panel to permit a custom design appearance Inst II a suitably sized recessed metal box to enclose the signal devices behind the front return

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 cen r jewels for illumination with red LED lamps Match the button designs in the other el vator in the same building

3 Lower portion of operating station shall have door control buttons keyed alarm button Alarm button shall have a center jewel that illuminates red pushed

4 Electronic chime to indicate passing of floors 5 Provide an elevator car overload jewel and audible alarm This feature sh

operational until the elevator is completely modernized with new control

14220-11

6 Upper portion of the control station shall contain a tight fitting stainless st el cabinet door covering the firemens control buttons and features Door shall have a 10 that meets the latest fire code requirements Phase II operation instructions shall be lam ated to interior of the cabinet door The sub-plate and features inside the cabinet shall c ply with the control features that currently exist In the future the features shall be u -dated to comply with the ASME A171 Safety Code at the time of the elevator renovation

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION

quipment

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA STATE UNIVERSITY

7 Include firemens jewel that flashes when fire or smoke is in the machine oom or hoist way If this feature can be made operational at this time the flashing light shall be made to operate Otherwise the jewel shall be available for future use when the ntrol equipment is replaced

8 Include engraving for elevator serial number at the top of the panel 9 Below the elevator numbers locate a digital type car position indictor an

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 nd with 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 instruction p te for operating the phone The phone shall be Rath-Microtech brand amp model that fully mplies with the equipment currently being used by Telecommunications Department Flo ida State University Verify the design requirements prior to purchase of the phon equipment

12 Below the emergency telephone device provide an elevator service cabin t with a tight fitting stainless steel door Cabinet door shall be large enough to contain completely flush mounted clear Lexan brand certificate cover large enough to accommod te the State of Florida elevator operating certificate of standard size Door shall have a s itable 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 Provide engraving for elevator lifting capacity in both pounds and numbe of people 14 Furnish a light colored duplex type GFCI protected outlet grounded elect ical outlet located

as low as possible in the operating panel securely fastened to the rear of he panel 15 All markings shall be fastened from the rear and be easily replaceable if t ey become

damaged No markings shall appear to be surface mounted type 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 hall be polished

stainless steel materials 18 All display lamps shall be high intensity LED type 19 Front return panel when completed with new operating fixture devices s

professional design and quality and shall fit-up well in the new elevator c b structure

C Car riding lanterns New car riding lanterns shall be furnished and installed 0 each side of the cab opening The design shall be vandal resistant and include an electronic c ime and high intensity brilliant white and brilliant red LED lamps Locate at the required di ance from the floor level Chimes shall sound one (1) time for up traveling car and two (2) ti es for down traveling car Chime audible sound level shall be easily adjustable by the elev tor maintenance technicians Cover plates shall be held in place with countersunk spanner he matching material

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-12

screws of

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA STATE UtIIVERSITY

D Landing stations All of the existing landing stations shall be retained and reu

207 ELEVATOR CAB ENCLOSURE

A Elevator cab The existing elevator cab structure shall be completely remove with a new cab assembly The new cab shall include the following designs m features 1 Three (3) walls of the elevator cab shall be constructed of 14 gauges no

stainless steel with suitable reinforcement to prevent warping or rattling

ed

and replaced terials and

satin finished

2 The cab walls on three (3) sides shall be equipped with high quality replac able panels that are applied to the walls The panels shall be constructed and installed in t e following manner a There shall be three (3) applied panels across the rear of the cab and wo (2) panels on

each of the side walls Total number of panels in the cab shall be 14 II aligned to provide a professional appearance The lower panels shall be designe to allow for ventilation through the walls without exposed ventilation grills in the ase area of the cab

b Panels shall be divided at the handrail location allowing approximatel 5-6 spacing from the bottom of the top panels to the tops of the lower panels

c The top ofthe applied wall panels shall be set at approximately 7-4 bove the finished floor level

d The panels shall be approximately 78 total thickness using high qua ity wood core materials backed with laminate plastic for panel stabilization The fr t of the panels shall be faced with 5WL stainless steel materials approximately 18 ga ge materials

e The edges of all panels shall be equipped with 18 thickness stainless steel fabricated in an angle shape so that the edging can be attached to the rear of th panels with countersunk screws The edge materials shall be held as tightly as po ible around the panels to avoid large gaps in the materials Weld corners and grind 0 all sharp edges on the corners and remove any sharp edges on the edge materials T e stainless steel edging shall extend approximately 18 beyond the face of the 5WL f e materials

f Provide concealed ventilation grills or openings behind the wall panel 3 Design the total cab height to be approximately 8-2 total overall Eleva r Contractor shall

take field measurements to verify that a cab of this height will fit the exist ng car sling Adjust the height of the cab to fit if the existing car frame will not accept cab of that height

4 Top of the cab shall be heavy gauge furniture steel with baked on white e amel finish Thickness of the cab top along with the reinforcement shall support two 2) workmen along with their tools

5 The front return panels and transom shall be constructed of 14 gauge sati finished stainless steel materials

6 Cab base area shall be covered with 12 gauge stainless steel approximatel 5 high Laminate the metal to the wall panels with high quality industrial grade c ntact cement Smooth the top surfaces to remove sharp edges This straight base is to r inforce the base area to avoid denting and damage from floor buffers

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-13

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

erials Secure

7 Handrails shall be installed on three (3) sides of the elevator cab Rails sh II be constructed of heavy gauge round stainless steel with suitable number of matching su ports that will permit each rail to support at least 600 pounds at any location Return th ends of the rails toward the wall panels Provide oversize backing plates on the rear of the cab walls

8 Provide stainless steel bumper rails located approximately 8 above the fl or to the top of the rails The rails shall be constructed of 38 thick by 3 high solid stainl ss steel bumper rails Provide matching stainless steel supports for the rails designed to s pport at least 600 pounds on each rail at any location the rail Return the rails toward the II panels Provide oversize backing plates on the rear of the cab walls

9 The existing cab ceiling shall be handled as follows a Carefully remove the existing stainless steel ceiling and LED lighting sy tern without

damaging the materials This ceiling shall be installed in the new cab t a height of approximately 7-6 above the finished floor level

b As part of the new cab top provide a suitably located emergency exit anel that is arranged for removal through the top exit panel Align the exit with t e opening location in the existing cab ceiling

c Provide an electrical switch assembly on the top exit to prevent the el vator from moving unless the exit is closed and locked

d Height of the cab top and location of the cab ceiling shall be verified y Elevator Contractor prior to designing the cab drawings

10 Furnish and install new sandwich type construction car door panels with s itable reinforcement for the car door clutch and other devices Door shall be fa with 14 gauge no 4 stainless steel material

11 Threshold for the car door entrance shall be satin finished nickel silver rna with matching countersunk nickel silver bolts

12 Provide a new two (2) speed squirrel cage type exhaust blower with at Ie st 700 cubic feet per minute capacity on high speed Propeller fan is not acceptable

13 Furnish a new certificate frame that will accept standard size of State of FI rida operating certificate The flush mounted frame shall be incorporated in the swing d or for the service cabinet

14 Furnish and install a new Emergency telephone device Phone shall be Rat -Microtech model no 2100-967DVCA or other as approved by Owner Prior to purch se of the equipment Elevator Contractor shall verify the model number by contacti g Telecommunications Department of Florida State University Incorporate nto car operating panel

15 Provide high quality vinyl material protection pads and stainless steel pa buttons Install buttons with screws coated with Loctite no 290 tread sealer material t prevent removal without appropriate tools Pads shall also cover the front return panels i which cutouts shall be provided for operating devices

16 Provide stainless steel type 304 with no 4 satin finish 17 Provide any additional features as required by elevator code 18 Clean and polish the entire elevator cab prior to acceptance Cab shall ha e a like new

appearance except for any dents or deep scratches that remain as a resul of the existing damage

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-14

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

19 Furnish and install new cab flooring materials specified elsewhere Before install sheet type elastomeric goods to cover the entire floor area Glue d the plywood

208 ALARM BELL SYSTEM

A Retain the existing emergency alarm bell system provided it will function as

TATE UNIVERSITY

installing the cab wn the sheet to

quired hereinafter If a new alarm bell system is required provide as a requirement of this contract

209 CAR TOP RAILING SYSTEM

A Furnish and install a car-top safety railing system for added protection for ele ator technicians While working on the car top Comply with all code requirements on height a d mounting

210 ELECTRICAL WIRING AND WORK REQUIREMENTS

A Furnish and install new electrical wiring conductors and other wiring as requ red Install new NEC approved conduit conduit fittings electrical pull boxes raceways and du t work were required

B Emergency Car Lighting Provide LED type emergency car lighting system that will automatically illuminate when the normal power supply fails The LED lighting system shall e incorporated into the normal ceiling lighting system by installation of the emergency cab Ii hting system available from Electronic Controls Inc Cape Canaveral Florida Illuminate at least three (3) of the normal lighting fixtures with the emergency lighting system for a period at least four (4) hours after the loss of power Also provide emergency power supply for the larm bell as part of the emergency lighting system

PART 3 - EXECUTION

301 EXAMINATION

A Before fabricating the equipment or commencing elevator installation work i spect the complete hoist way and equipment platform dimensions machinery to be re sed pit area and machine room as constructed or modified verify all critical dimensions and e amine supporting structures and all other conditions under which elevator work is to be installe or performed Do not proceed with the elevator installationrenovation work until all conditi ns have been reviewed and evaluated

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

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-15

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

302 INSTALLATION

A Install new elevator system components and incorporate the equipment that and reused in a completely satisfactory installation

TATE UNIVERSITY

is being retained

1 Work to be performed by completely competent fully trained elevator in tallation personnel in accordance with the requirements of ASME AI71 elevator anufacturers installation instructions and approved shop drawings All elevator mecha ics working on this project shall hold current State of Florida Certificate of Competency license cards The use of temporary or probationary mechanics to perform work as a mechanic is not acceptable on this contract

2 Comply with the National Electrical Code and ASME A175 for elevator el required during installation of this equipment

3 Perform work with skilled workmen under the direct control and supervis on of the Elevator Contractors experienced foreman and superintendent The Owner Arch tect and Elevator Consultant shall reserve the right to interview all employees assigned to ork on this project and require that any unsuitable employees in their sole opinion e removed from the site

4 Mount all moving elevator components on vibration absorbing mounts d signed to effectively prevent the transmissions to the structure and eliminate sour es of structure borne noise from the elevator system

303 FIELD QUALITY CONTROL

A Acceptance testing Upon completion of the elevator installation work and b fore use of the elevator equipment performance acceptance tests are required to demonstr te that the equipment will sustain and lift the loads for which the elevator was initially d signed Test weights shall be provided to perform these tests and must be used to demon trate the performance in the presence of representatives of the Owner Elevator Cons Itant and a State of Florida licensed CEI (QEI) elevator inspector Elevator inspector shall not b a former or current employee of the Elevator Contractor

B Advise the Architect Owner Elevator Consultant and CEllicensed elevator in ector at least five (5) business days in advance of the date and time the testing is to be pe rmed on the elevator equipment

304 ADJUSTING WORK

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

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-16

elevator

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

305 CLEANING

A Before final acceptance remove all protective materials from the finished su the plastic sheeting All of the elevator equipment must be cleaned prior to Fi

TATE UNIVERSITY

ces including al Acceptance

B At completion of the elevator work remove all tools equipment surplus mat rials and the like from the site Remove all trash and debris during the clean-up Thoroughly cI an up all oil spills and residue

307 TURNOVER OF DOCUMENTS TOOLS AND OTHER SUCH REQUIREMENTS

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

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

C Provide at least twelve (12) sets of all elevator keys to the Owner except for t e elevator door keys

308 COMPLETION DATE

A The installation is not considered complete until the complete project has be considered to have been performed in a first-class professional manner and is completely ceptable to the Owner and Elevator Consultant Further all adjustments load tests perfor ance tests and punch-lists must be completed All required documents special tools archiv I information and the like must be turned over to the Owner prior to establishing the final com letion date

B The Owner Elevator Contractor and Elevator Consultant must be in agreeme t as to the completion date and date the warranty shall commence

309 ELEVATOR SCHEDULE

A Number of elevators - One (1) Westinghouse Elevator Company brand elevat r previously

modified by Mowrey Elevator Corporation

B Elevator type - Electric Oil-Hydraulic

C Speed - Approximately 200 feet per minute Set down speed at 180 feet per inute in down

direction with no load on the elevator

D Control system - Omron microprocessor type installed by Mowrey Elevator

E Door type - Center-Opening side-sliding 3-6 wide by 7-0 high

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-17

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

F Warranty - Twelve (2) months after completion and acceptance by the Owner

310 ELEVATOR CONTRACTOR PERFORMANCE REQUIREMENTS UNDER THIS CONTR

A Considering that this is a time if of the essence Contract the expectation

require the Elevator Contractor be mindful of the need for prompt handling

Contract Consequently rigid timelines are being established prior to accepta

B After award of the elevator contract work or issuance of a notice to pro

Contractor shall perform the work as follows

TATE UNIVERSITY

CT

of the Owner do

all aspects of this

ce of bids

ed the Elevator

1 Provide all required submittals shop drawings samples etc within thirty 30) of the

contract award notification

2 Elevator Contractor shall allow ten (10) work days for the review and app val process and

time to return the submittal documents Elevator Contractor is expected 0 travel to the

FSU Campus to the pick-up the approved or approved as noted docu ents and samples

at the location designated in advance

3 Elevator Contractor shall make all necessary arrangements to obtain all m terials to be

installed under this contract including handling appropriate delivery of al such materials to

the work site no later than ten (10) weeks from the date the approval pr cess has been

completed and the required documents are returned to Elevator Contrac or

4 Elevator Contractor shall notify the Owner in seven (7) calendar days adv nce of the exact

date of the elevator being removed from service so that information reg rding the elevator

renovation work can be provided to the building management personnel nd students

5 Any questions regarding the requirements scheduling needs or other con erns shall be

handled by both parties in a manner that should not delay the work sche ule on the site

6 Once the elevator is removed from service the work schedule shall conti ue without

interruption until the project has been completed The Elevator Contract r shall complete

all work on the elevator within eighteen (18) calendar days from the tim the elevator is

removed from service This time period includes all testing adjusting cle ning painting

trash removal and all other associated work In the event the Elevator Co tractor

anticipates requiring additional time to perform the work this work shall e included as

overtime or shift work and shall be included in the bid price

7 When the work is commenced on the elevator no delays wit be accepte by the Owner

unless the delays are caused by fires storms floods civil disruption the

materials labor strikes or similar causes over which neither party has not

8 When Elevator Contractor submits a bid for this work he or she complet y accepts the

requirements of the technical speCifications and the Elevator Contractor

Requirements stated herein

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-18

ontrol

erformance

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

SPECIAL TERMS AND CONDITIONS

A Public Inspection

In accordance with Florida Statutes the ITN shall not be made available for public ins ction until the

University provides notice of a decision or intended decision pursuant to s312053 (5) ) Florida Status

or within 10 days after the opening date whichever is earlier

B Written Communications Required

No negotiations decisions or actions shall be initiated or executed by the Proposer a a result of any

discussion with any University employee Only those communications that are in writ ng from the

University Facilities Purchasing Department shall be considered as a duly authorized e pression on

behalf of the University Also the University will recognize only communications fro Proposers that

are signed and in writing as duly authorized expression on behalf of the Proposer

C Formal Offer

A Proposers written submission in response to the ITN shall be considered as the Pro osers formal

offer The content of the ITN the Proposers submission in response to the ITN and r suiting

contractpurchase order(s) shall be considered the entire agreement between the su essful Proposer

and the University It is understood and agreed that nothing herein is intended or sh uld be construed

as constituting the Proposer as the agent or representative of the University for any p rpose or in any

manner whatsoever The Proposer is and shall remain an independent contractor 0 erating in

accordance with the terms and conditions of the license granted as a result of this Inv ation of

Negotiation

D Interpretations

Proposers shall examine the ITN to determine if the Universitys requirements are de rly stated If

there are any requirements that are too vague or restrict competition the Proposer ay request in

writing that the specifications be changed A Proposer who request change in the sp cifications must

identify and describe the Proposers difficulty in meeting the Universitys specificatio must provide

detailed justification for the change and must provide a recommended change to the specification

Request for changes must be received in the Facilities Purchasing Department by the lose of the

business day not later than the entry note in the Calendar of Events area of this IT as the last to

receive written inquiries regarding the Proposal A Proposers failure to request chan es by the

permissible date shall be considered acceptance of the Universitys Specifications and a waiver of the

Proposers right to protest the ITN on the basis of Specifications The University rese es the right to

determine which changes to the ITN shall be acceptable to the University If required the University

shall issue an addendum reflecting the changes to the INT This addendum shall be s nt to all Proposers

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-19

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

so that each is given the opportunity of submitting proposals to the same Specificatio

Specifications shall be considered the Universitys minimum mandate requirements

E Verbal Communications

TATE UNIVERSITY

Said

Proposers may not consider any verbal instructions as an official expression on the Un versitys behalf

Only written communications Signed by a duly authorized representative of the Facili ies Purchasing

Office shall be considered valid

F Proposal Tabulation

A Proposal Tabulation that serves as the Notice of Award to the Proposer of receivi the contract

award will be posted for review by interest parties at the University Facilities Purchasi g Department on

the day noted in the Calendar of Events area of this ITN and will remain posted for a period of

seventy-two (72) hours Any person who is adversely effected by this University decis on or intended

decisions as detailed above in connection with this ITN shall file a written Notice of rotest with the

Director of Facilities Purchasing Failure to file a Notice of Protest within the 72 hour after the

protested University intended decisions is posted shall constitute a waiver of proceed gs under s120

Florida Statutes A Notice of Protest is considered filed when it is delivered to Facili ies Purchasing

Department 969 Learning Way 114 MMA Tallahassee Florida 32306 during normal ours of operation

of the file a Formal Written Protest and the bond required under Rule 6C-18055(3) lorida

Administrative Code (FAC) with ten (10) days after filing the Notice of Protest in the ccordance with

Rule 6C2-2015(13) FAC shall constitute a waiver of the Proposers right to protest un er s12057(3)(b)

Florida Statutes

G Mandatory Requirements

Any proposal that fails to meet mandatory Specifications stated in the ITN may be rej cted Any

proposal that does not comply with the functional cost or contractual requirements i the ITN may be

rejected In addition to the requirements of paragraph (8) Awards of the General Co ditions on the

Invitation of Negation Commodities Acknowledgment form the University shall not b liable to pay for

information obtained from or through any Proposer prior to issuing the purchase ord r to the successful

Proposer

H Minor Irregularities

The University reserves the right to waive minor irregularities in proposals providing uch action is in

the best interest ofthe University Minor irregularities are defined as those that hav no adverse affect

of the Universitys interest will not affect the amount of the Proposal and will not giv a Proposer an

advantage or benefit not enjoyed by another Proposer

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-20

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

I Format

Each proposal shall be prepared simply and economically providing a straight forward concise

delineation of the Proposers capabilities to satisfy the Specifications of the ITN Fancy binding colored

display and promotional materials are not desired However technical literature and ictures of

proposed equipment should be included in the proposal Emphasis in each proposal ust be on

completeness and clarity of contents To expedite the evaluation of Proposals it is es ential that

Proposers follow the format and instructions contained herein Failure to follow the r quested format

may result in rejections

J Extension Errors

In the event of extension error(s) the unit price will prevail and the Proposers Total er will be

corrected accordingly In the event of addition errors the extended totals will prevail nd the

Proposers Total Offer will be corrected accordingly Proposers must check their Prop sal for any such

errors and state the discount(s) where applicable

K University Point of Contact

The Proposers pOint of contact for all matters relating to this ITN is

Betty-Jean (BJ) Lewis

Florida State University Facilities Purchasing Department

969 Learning Way 102A MMA

Tallahassee Florida 32306

Fax (850) 644-5071

E-mail blewisadminfsuedu

Written questions on this ITN must be submitted to Betty-Jean (BJ) Lewis Questions ust be received

by the date listed for that event in the Calendar of Events After that date no inqui ies regarding the

Proposal oral or written will be accepted

L Contractor Point of Contact

Each Proposer shall identify in its submittal the single point of contact for all matters elation to the

response

M Proposal Materials

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-21

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

The materials submitted in response to this ITN become the property of the Universit upon delivery to

the Facilities Purchasing Department All of the materials will considered as part of th ITN and will be

subject to review as public records 10 days after the ITN is opened or an award is mad whichever

occurs first

N Proposal Rejection

The University shall have the right to reject any or all Proposals and in particular reje a Proposal not

accompanied by data required by the ITN or Proposal in any way incomplete or irreg ar including

omissions of pricing Conditional Proposals will not be accepted

O Conflict Between Document

If any terms and conditions contained within the documents related to this ITN are in onflict with any

other terms and conditions contained therein then the various documents comprisin this ITN as

applicable shall govern in the following order of the precedence AmendmentChange Order Addenda

ITN Terms and Conditions ITN Specifications ITN Responsibilities general conditions f the ITN

Proposal

P Additions Deletions Substitutions

Should the University find it necessary to supplement modify correct or interpret an portion of the

ITN during the Proposal period such action shall be taken by issuance of a written Ad endum to the

documents distributed to all known prospective Proposers Addenda will be issued no less than seven

(7) calendar days prior to the date scheduled for receipt of Proposals

Q Interpretation

Neither interpretation of the meaning of the ITN documents nor any corrections of a biguity

inconsistency or error will be made to any Proposer orally All such communications ill be in the form

of written addenda as issued by the Selection Community Only written addenda issu d by the Selection

Community shall be binding Proposers are advised that no other source is authorize to accept or give

information concerning explain or interpret the ITN

R Addenda Acknowledgment Form

Any addenda issued by the University to participating Proposers shall include an Add nda

Acknowledgment Form This form shall be signed by a company representative dat d and returned to

the University by the date specified in the Calendar of Events for Proposals to be 0 ned

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-22

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

S Amendments

Any amendments alterations or modifications to the contract resulting from this ITN ust be in the

form of a change order to the original contract and have the written approval of the F cilities Purchasing

Department and must be signed or initialed and approved by the same signatories not d on the ITN

T Assignment

Under no circumstances shall the successful Proposer assign to a third party any right r obligation of

successful Proposer pursuant to this Proposal without prior written consent of the Uni ersity If the

successful Proposer is or during the term of the contract resulting from this ITN beco e an individual

on the payroll of the State of Florida successful Proposer represents that he or she ha complied with all

applicable provisions in the Florida Statutes and Florida Administrative Code regardin outside or dual

employment and compensation

U Jurisdictional Applicability

Applicable provisions of all federal State of Florida county and municipal statutes la s ordinances

rules and regulations shall govern Proposal submitted hereto and any resulting contra t Lack of

knowledge by any Proposer shall not constitute a cognizable defense against the legal effect thereof

Disputes arising from or in connection with the contract shall be determined before Florida court of

competent jurisdiction or through an applicable administrative proceeding whichever s appropriate to

the circumstances under Florida law In the event that either party is required to obta n any permit

license or authorization as a prerequisite to performing its obligation under the contr ct the cost shall

be borne by the party required to obtain the permit license or authorization

V Governmental Restrictions

In the event any governmental restrictions may be imposed which would necessitate Iteration of the

terms of the contract resulting from this ITN it shall be the responsibility of the succe sful Proposer to

immediately notify the University in writing indicating the specific regulation which r quires the

alteration The University reserves the right to accept any such alteration including a y fee adjustments

occasioned thereby or to cancel the contract at no expense to the University

W Negotiation

In the event services are required to be performed or equipment required to be purc ased that are not

set out in the ITN but are within the general scope of the reqUirements the Universi and the

contractor hereby reserve the right to negotiate the terms covering the required serv ces or equipment

not to exceed $25000 per itemoccurrence

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-23

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FlORIDA TATE UNIVERSITY

X Additions Deletions and substitutions

The University reserves the right to add to or to delete any item from this ITN on a per odic basis as

necessary when deemed in the best interest of the University The contractor is respo sible for

submitting requests for such changes on a timely basis with sufficient documentation 0 allow

evaluation of the request When items are approved and added to the contract the c ntractor shall

maintain those items on the contact for a minimum of 120 days and sufficient quantit to accommodate

reasonable request or make provisions to offer substitute items as outlined in this sec ion

The University will consider substitutions for discontinued items provided that substit te items have

equivalent or greater featurescapabilities and shall be offered at the same or lower p ice as the item

replaced The University reserves the right to accept or reject substitutions

The University will consider the addition of newly released items provided that those i ems are offered

at the same percentage discount as similar items on the contract

The University will consider changes to contract items provided revisions are in accor nce with the

conditions and Specifications contained in this ITN The University reserves the right t accept or reject

changes proposed by the contractor

Y Equal Opportunity

The Contract must al all times during the term of the contract be in compliance with a I federal state

and local laws rules and regulations relating to the nondiscrimination clause containe in Section 202

Executive Order 11246 as amended by Executive Order 11375 relative to equal Empl yment

Opportunity for all person without regard to race color religion sex or national origi and the

implementing rules and regulations proscribed by the Secretary of Labor are incorpor ted into the terms

and conditions of this ITN

Z Governmental Action

It is mutually agreed that if at any time during the term of the contractual agreement he Contractor is

required to make extensive program changes as a direct result of any determination r action by any

applicable Federal State or Local Government authority the University will be willin to negotiate any

cost increase necessitated by such changes subject to availability of funds Any nego iated price

increase may not be implemented until a contract amendment signed by both parties is processed

through the Florida State University Facilities Purchasing Department

AA Travel

Travel expenses included in any contractpurchase order resulting from this ITN must e in accordance

with Section 112061 Florida Statutes

DCSI 010811 ElECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-24

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

BB Parties to the Contract

Parties to the contract will be the University and the contractor Payment will only be ade to the

contractor and in the name as it appears on the Proposal submitted and the resulting ontract

Cc Contractors Insurance

The Contractor shall not commence performance in connection with the contract unti he has obtained

all the following types of insurance and such insurance has been approved by the purc aser nor shall

the Contractor allow any subcontractor to commence work on his subcontract until all similar insurance

required for the subcontractor has been so obtained and approved All insurance poli ies shall be with

insurers qualified and doing business in Florida and with an AM Best rating of no les than AX The

purchaser shall be furnished proof of coverage of insurance by certificates of insuranc accompanying

the contract documents and shall name the Florida State University and Florida Board f Trustees as an

additional name insured The insurer shall provide 30 days written notice to the certi cate holder if a

policy is to be canceled before the expiration date thereof

The purchaser shall be exempt from and in no way liable for any sums of money that may represent a

deductible in any insurance policy The payment of such deductible shall be the sole r sponsibilityof

the Contract andor Subcontractor providing such insurance

1 Workers Compensation Insurance

The Contractor shall secure and maintain during the life of this agreement Workers mpensation

Insurance for all his employees connected with the work of this project and in case a y work is sublet

the Contractor shall require the subcontractor similarly to provide Workers Compens tion Insurance for

all the latters employee unless such insurance shall comply fully with the Florida Wor ers

Compensation Law In case any class of employees engaged in hazardous work under this contract at

the site of the project is not protected under Workers Compensation statute the Co tractor shall

provide and cause each subcontractor to provide adequate insurance satisfactory to he purchaser for

protection of his employees not otherwise protected

2 Contractors Public Liability and Property Damage Insurance

The Contractor shall secure and maintain during the life of this agreement COMPREH NSIVE GENERAL

L1ABNILITY AND COMPREHENSIVE AUTOMOBILE LIABILITY INSURANCE as shall protec him from claims

for damages personal injury including accidental death as well as claims for propert damages which

may arise from operations under this agreement whether such operations be by him If or by anyone

directly or indirectly employed by him and the amounts of such insurance shall be th minimum limit as

follows

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-25

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

1 Body Injury Liability $1000000 each acci nt

2 Auto Property Damage Liability $ 500000 each accid nt

3 Property Damage Liability- $1000000 each acci ent

(other than automobile) $1000000 aggregate operation

$1000000 aggregate protective

$1000000 aggregate contractual

Insuring clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended to provide coverage

on an OCCURRENCE basis

3 xcu (Explosion collapse underground damage) -the contractors liability P icy shall provide

xcu coverage for those classifications in which they are excluded

4 Contractual Liability - work contracts - The contractors liability policy shall co er such contracts

when they are affected

5 Subcontractors Public Liability and Property Damage Insurance

The Contractor shall require each of his subcontractors to secure and maintain during he life of this

contract insurance of the type specified above and insures the activities of his subco ractors in his

policy as specified above

Qualifications

All insurance poliCies shall be with insurers qualified and doing business in Florida

Proof of Insurance

Proof of insurance for all of the specified types and limits in the form of original Certif cates of Insurance

shall be delivered to the Facilities Purchasing Department within ten (10) days of exe tion of the

contract In lieu of original certificates certified copies of the actual policies may be f rnished

Whether certificates or policies are furnished the Florida State University and the Bo rd of Trustees

shall be deSignated as additional named insured Each such copy or certificate shall c ntain a valid

provision or endorsement that the policy may not be canceled terminated changed r modified

without giving thirty (30) days written advance notice thereof to the Universitys repr sentative A

renewal policy or certificate shall be delivered to the University at least thirty (30) da s prior to the

expiration date of each expiring policy If at any time any of the policies shall be or b come

unsatisfactory to the University as to form or substance or if any of the carriers issui g such policies

shall be or become unsatisfactory to the University Contractor shall promptly obtain a new and

satisfactory policy in replacement upon such written notice from the University

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-26

DIFFENBAUGH BUILDING PHASE I ELEVATOR NO 24516 FLORIDA

Original Copy

If determined necessary by the Universitys representative the Contractor shall delive

Universitys representative upon demand the original of any policy shall be returned t

Deductibles

The University shall be exempt from and in no way liable for any sums of money that

deductible in any insurance policy The payment of such deductible shall be the sole r

the Contractor andor subcontractor providing the insurance

DD Liability

The following Special Conditions supersedes General Conditions Number 21 Liability

to Negotiation Commodities Acknowledgment form

Contractors entire liability and the Universitys exclusive remedy shall be as follows

In all situations involving performance or non-performance under this Agreement th

be entitled to actual damages to the limits set forth in this provision

Contractors liability for damages to the University for any cause whatsoever and reg

TATE UNIVERSITY

to the

Contractor

may represent a

sponsibility of

n the Invitation

University shall

rdless of the form

of action whether in contract or in tort including negligence shall be limited to the gr ater of $100000

or the contract price stated herein for damages that are the subject of matter of or a e directly related

to the cause of action The foregOing limitation of liability will apply to

bull the payment of the cost of damage awards pertaining to patent and copyrigh indemnity or to

bull claims for re-procurement costs or the cost of cover pursuant to Rule 6C220 5(20) of the

Florida Administrative Code or to

bull claims for personal injury or damage to real or person property caused by Sel rs tortuous

conduct

Contractor shall hold and save the University harmless for any and all suits and judgm nts against the

State for personal injury or damage to real or personal property caused by Contracto s tortuous

conduct in the performance of this Agreement provided that

bull the University promptly notifies the Contractor in writing of any claim and

bull the Contractor shall be given the opportunity at its option to participate an associate with the

University in the control defense and trial of any claim and any related settle ent negotiations

and provided further that with respect to any claim or portion thereof for hich Contractor

agrees at the initiation of such claim that Contractor shall save an hold the U iversity harmless

Contractor shall have the sole control of the defense trial and any related se lement

negotiations and

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-27

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

bull the University fully cooperates with the Contractor in the defense of any claim

In no event however will Contractor be liable for

bull any damages caused by the Universitys failure to perform the Universitys res onsibilities or

for

bull any lost profits or other consequential damages even if Seller has been

advised of the possibility of such damages or for

bull any claim against the University by any other party e ept as provided

in the hold harmless provision of the preceding parag aph of this

provision and except as provided in Paragraph 18 of t e General

Conditions Patents and Royalties on the Invitation 0 Negotiation

Commodities Acknowledgment form or for

bull any damage caused by performance or non-performa ce of machine or

programming located outside the United State or Pue 0 Rico

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-28

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

SPECIAL TERMS AND CONDITIONS Payment shall be made in accordance with s 215422 FS which provides that agencies have 5 working days to inspect ampapprove goods ampservices unless bid specifications r the PO specifies otherwise If payment is not available within 40 days measured from t e latter of the date the invoice is received or the goods or services are received inspected an approved a separate interest penalty set by the Comptroller pursuant to s 5503 FS will b due and payable in addition to the invoice amount To obtain the applicable interest rate please contact the University Facilities Payables and Disbursements Section at (850) 644-047 Invoices returned to a vendor due to preparation errors will result in a payment elay Interest penalties of less than $1 will not be paid unless the vendor requests payment The payment period does not begin until all terms of the contract (including shi ping and billing instructions exactly as they are specified on the purchase order) hav been met and a properly completed invoice is provided the University The university reserve all administrative contractual and legal remedies against the contractor or vendor ho breaches any of the contract terms The employment of unauthorized aliens by any contractor is considered a viola ion of Section 274A(e) of the Immigration and Nationality Act If the contractor knowingly emp oys unauthorized aliens such violation shall be cause for cancellation of this purch se order Acceptance of this order serves as certification that the vendor or its principals (a) are not presently debarred suspended proposed for debarment declared ineligible 0 voluntarily excluded from covered transactions by any federal department or agency (b) ve not within a three-year period preceding this proposal been convicted of or had a civil judg ent rendered against them for commission of fraud or a criminal offense in connection with 0 taining attempting to obtain or performing a public (federal state or local) transaction r contract under a public transaction violation of federal or state antitrust statutes or commissio of embezzlement theft forgery bribery falsification or destruction of records rna ing false statements or receiving stolen property (c) are not presently indicted for or oth rwise criminally or civilly charged by a government entity (federal state or local) with commissi n of any of the offenses enumerated in paragraph (b) of this certification and (d) have not wit in a three-year period preceding this applicationproposal had one or more public transactions federal state or local) terminated for cause or default 52249-5 (a)-(f) Hazardous Material Identification and Material Safety Data When subcontract involves hazardous material Utilization of Small Business Concerns and Small Disadvantaged Business Concerns Walsh-Healey Public Contracts Act 52219-8 52222-20 Employment if the subcontract amount 52203-7001

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-29

Page 12: Invitation to Bid (ITB) til the dates - FSU Facilities · Invitation to Bid (ITB) ... Elevator renovation work includes, but is not limited to, ... hands-free telephone instrumen

L

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORID

B Car sling Equipment The existing car sling and related hardware shall be reta Include the following work 1 Clean and paint all of the equipment 2 Adjust the brace rods as necessary 3 Owner will not accept any additional charges in connection with repairs

reconditioning of the safety equipment

C Guide rails The existing car guide rails shall be retained in their present locat

D Guides The existing guide assemblies shall be cleaned and retained

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

F Hydraulic Cylinder The existing cylinder shall be retained and reused

G Hydraulic Piping Retain and reuse

H Hydraulic Pumping Unit Retain and reuse Make required adjustments aft door operator equipment is installed

I Elevator Controller System Make required alterations to the wiring and com controller to accommodate the new door operator direction indicators on ca panel equipment

J Automatic terminal limits and directional limits The existing equipment retained and reused

K Automatic self leveling The existing leveling devices and equipment sh reused

Door operator machinery The existing door operator shall be removed completely new door operator equipment with the following design and feat 1 Heavy-duty gearless type harmonic motion design 2 Heavy-duty drive motor shall be alternating current type Motor shall be

model designed for long life service 3 Precise encoder on the drive motor shaft 4 Completely closed-loop design system 5 Door position recognition 6 Door velocity regulation 7 Door motor current monitoring control and regulation S Door closing pressure regulation Set door pressure at lS-20 pounds

STATE UNIVERSITY

ned and reused

placements or

on

r the new cab and

onents of the and car operating

all be completely

I be retained and

nd replaced with

2 horsepower

9 Immediate door reversal shall occur if preset closing door is obstructed fr m closing and door pressure of lS-20 pounds is exceeded for any reason

10 Include elevator code required car door restrictor device to prevent ope ing car door more than 4 when the car is outside the designated landing zone

DCSI 010S11 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-9

DIFFENBAUGH BUILDING PHASE I ELEVATOR NO 24516 FLORID STATE UNIVERSITY

11 Include high quality car door clutch assembly or suitable similar devices to unlock the hoist way doors

12 Door obstruction warning If door opening is obstructed for 15 secon (adjustable timer design of 12 to 30 seconds) an audible warning shall occur and continu to sound until the doorway is cleared however doors do not close When the door openin has been cleared the door shall close at normal speed

13 Door close watchdog If the doors are closing but do not compl tely close after a programmable time period the doors will recycle open for twelve (12) ti es to try to correct the fault before the elevator is automatically removed from se ice The recycling program shall be adjustable for up to 20 times

14 Door close assist When the doors have failed to fully close and are in th recycle mode the door drive motor shall have increased torque applied to possibly overc me 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 c II assignment (not coincidental call) the current door open time is changed to a shorter eld programmable time when the electronic door detection system is activated by a passen er passing through the doorway

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

17 Door operator control equipment without all of these features shall not acceptable 18 Door opening time measured from door closed position shall be 18 sec nds 19 Door closing time measured from door open position shall be 23 secon

M Door safety screen Replace existing door protection with new detector devi e The elevator car doors shall be equipped with high quality electronic type door safety screen qual in design and manufacture to that of Janus Elevator Products Inc The electronic safety creen device shall have both 3-D and Panachrome features built in to the system The Panachr me system shall feature green lighting mounted vertically along the edge indicating it is safe to enter the doorway and orangered lighting to indicate that the doors are ready to clo e or in the process of closing All electrical connections for this equipment shall be mounted 0 the car top out of reach of unauthorized persons Provide a defeat switch for the 3-D portion the safety screen for use if the Owner elects to turn off that portion of the screen operation

204 HOIST WAY ENTRANCES

A Doors The existing center-opening side-sliding type door panels shall II be retained and reused

B Frames The existing hoist way door frames shall be retained

C Headers fascia toe guards and dust covers The existing headers fascia t e guards and dust covers shall be retained and reused under this contract

D Interlocks The existing interlocks and interlock release mechanisms sha I be retained and reused Make any needed repairs to the interlock release mechanisms and in erlock assemblies

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-10

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA STATE UNIVERSITY

E Door hangers tracks relating equipment and door closers The existing equipment in this category shall be retained and reused

205 ELECTRICAL CONTROL SYSTEMS

A Elevator single car control system The existing elevator controller system s II be retained and reused Make any required modifications to accommodate the new door perator controller car direction indictors and car operating panel system

B Top of car inspection station Completely new elevator code approved ar top inspection stations shall be installed on the top of each elevator The station shall contain all of the necessary operating devices required by code Locate the car top operating tation in position that will allow the elevator maintenance technician to gain control of the el vator car from the landing without the need to step on the car to access the car top station rovide two (2) car top lights for illuminating the work area One (1) light shall be mounted 0 a self coiling cord arrangement 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 fluorescen type equal to 150 watts output Suitable lamp guards are required Include a duplex type GFCI rotected electrical outlet

206 ELEVATOR OPERATING AND SIGNAL DEVICES

A Car operating station or panel The existing car operating panel shall be totall completely replaced with all new equipment of the following design 1 Full height and width swing panel and entrance column type panel compl te with heavy

duty type locking devices and adjustments to alleviate rattles and warpin Design the full swing type front return panel to permit a custom design appearance Inst II a suitably sized recessed metal box to enclose the signal devices behind the front return

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 cen r jewels for illumination with red LED lamps Match the button designs in the other el vator in the same building

3 Lower portion of operating station shall have door control buttons keyed alarm button Alarm button shall have a center jewel that illuminates red pushed

4 Electronic chime to indicate passing of floors 5 Provide an elevator car overload jewel and audible alarm This feature sh

operational until the elevator is completely modernized with new control

14220-11

6 Upper portion of the control station shall contain a tight fitting stainless st el cabinet door covering the firemens control buttons and features Door shall have a 10 that meets the latest fire code requirements Phase II operation instructions shall be lam ated to interior of the cabinet door The sub-plate and features inside the cabinet shall c ply with the control features that currently exist In the future the features shall be u -dated to comply with the ASME A171 Safety Code at the time of the elevator renovation

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION

quipment

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA STATE UNIVERSITY

7 Include firemens jewel that flashes when fire or smoke is in the machine oom or hoist way If this feature can be made operational at this time the flashing light shall be made to operate Otherwise the jewel shall be available for future use when the ntrol equipment is replaced

8 Include engraving for elevator serial number at the top of the panel 9 Below the elevator numbers locate a digital type car position indictor an

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 nd with 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 instruction p te for operating the phone The phone shall be Rath-Microtech brand amp model that fully mplies with the equipment currently being used by Telecommunications Department Flo ida State University Verify the design requirements prior to purchase of the phon equipment

12 Below the emergency telephone device provide an elevator service cabin t with a tight fitting stainless steel door Cabinet door shall be large enough to contain completely flush mounted clear Lexan brand certificate cover large enough to accommod te the State of Florida elevator operating certificate of standard size Door shall have a s itable 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 Provide engraving for elevator lifting capacity in both pounds and numbe of people 14 Furnish a light colored duplex type GFCI protected outlet grounded elect ical outlet located

as low as possible in the operating panel securely fastened to the rear of he panel 15 All markings shall be fastened from the rear and be easily replaceable if t ey become

damaged No markings shall appear to be surface mounted type 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 hall be polished

stainless steel materials 18 All display lamps shall be high intensity LED type 19 Front return panel when completed with new operating fixture devices s

professional design and quality and shall fit-up well in the new elevator c b structure

C Car riding lanterns New car riding lanterns shall be furnished and installed 0 each side of the cab opening The design shall be vandal resistant and include an electronic c ime and high intensity brilliant white and brilliant red LED lamps Locate at the required di ance from the floor level Chimes shall sound one (1) time for up traveling car and two (2) ti es for down traveling car Chime audible sound level shall be easily adjustable by the elev tor maintenance technicians Cover plates shall be held in place with countersunk spanner he matching material

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-12

screws of

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA STATE UtIIVERSITY

D Landing stations All of the existing landing stations shall be retained and reu

207 ELEVATOR CAB ENCLOSURE

A Elevator cab The existing elevator cab structure shall be completely remove with a new cab assembly The new cab shall include the following designs m features 1 Three (3) walls of the elevator cab shall be constructed of 14 gauges no

stainless steel with suitable reinforcement to prevent warping or rattling

ed

and replaced terials and

satin finished

2 The cab walls on three (3) sides shall be equipped with high quality replac able panels that are applied to the walls The panels shall be constructed and installed in t e following manner a There shall be three (3) applied panels across the rear of the cab and wo (2) panels on

each of the side walls Total number of panels in the cab shall be 14 II aligned to provide a professional appearance The lower panels shall be designe to allow for ventilation through the walls without exposed ventilation grills in the ase area of the cab

b Panels shall be divided at the handrail location allowing approximatel 5-6 spacing from the bottom of the top panels to the tops of the lower panels

c The top ofthe applied wall panels shall be set at approximately 7-4 bove the finished floor level

d The panels shall be approximately 78 total thickness using high qua ity wood core materials backed with laminate plastic for panel stabilization The fr t of the panels shall be faced with 5WL stainless steel materials approximately 18 ga ge materials

e The edges of all panels shall be equipped with 18 thickness stainless steel fabricated in an angle shape so that the edging can be attached to the rear of th panels with countersunk screws The edge materials shall be held as tightly as po ible around the panels to avoid large gaps in the materials Weld corners and grind 0 all sharp edges on the corners and remove any sharp edges on the edge materials T e stainless steel edging shall extend approximately 18 beyond the face of the 5WL f e materials

f Provide concealed ventilation grills or openings behind the wall panel 3 Design the total cab height to be approximately 8-2 total overall Eleva r Contractor shall

take field measurements to verify that a cab of this height will fit the exist ng car sling Adjust the height of the cab to fit if the existing car frame will not accept cab of that height

4 Top of the cab shall be heavy gauge furniture steel with baked on white e amel finish Thickness of the cab top along with the reinforcement shall support two 2) workmen along with their tools

5 The front return panels and transom shall be constructed of 14 gauge sati finished stainless steel materials

6 Cab base area shall be covered with 12 gauge stainless steel approximatel 5 high Laminate the metal to the wall panels with high quality industrial grade c ntact cement Smooth the top surfaces to remove sharp edges This straight base is to r inforce the base area to avoid denting and damage from floor buffers

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-13

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

erials Secure

7 Handrails shall be installed on three (3) sides of the elevator cab Rails sh II be constructed of heavy gauge round stainless steel with suitable number of matching su ports that will permit each rail to support at least 600 pounds at any location Return th ends of the rails toward the wall panels Provide oversize backing plates on the rear of the cab walls

8 Provide stainless steel bumper rails located approximately 8 above the fl or to the top of the rails The rails shall be constructed of 38 thick by 3 high solid stainl ss steel bumper rails Provide matching stainless steel supports for the rails designed to s pport at least 600 pounds on each rail at any location the rail Return the rails toward the II panels Provide oversize backing plates on the rear of the cab walls

9 The existing cab ceiling shall be handled as follows a Carefully remove the existing stainless steel ceiling and LED lighting sy tern without

damaging the materials This ceiling shall be installed in the new cab t a height of approximately 7-6 above the finished floor level

b As part of the new cab top provide a suitably located emergency exit anel that is arranged for removal through the top exit panel Align the exit with t e opening location in the existing cab ceiling

c Provide an electrical switch assembly on the top exit to prevent the el vator from moving unless the exit is closed and locked

d Height of the cab top and location of the cab ceiling shall be verified y Elevator Contractor prior to designing the cab drawings

10 Furnish and install new sandwich type construction car door panels with s itable reinforcement for the car door clutch and other devices Door shall be fa with 14 gauge no 4 stainless steel material

11 Threshold for the car door entrance shall be satin finished nickel silver rna with matching countersunk nickel silver bolts

12 Provide a new two (2) speed squirrel cage type exhaust blower with at Ie st 700 cubic feet per minute capacity on high speed Propeller fan is not acceptable

13 Furnish a new certificate frame that will accept standard size of State of FI rida operating certificate The flush mounted frame shall be incorporated in the swing d or for the service cabinet

14 Furnish and install a new Emergency telephone device Phone shall be Rat -Microtech model no 2100-967DVCA or other as approved by Owner Prior to purch se of the equipment Elevator Contractor shall verify the model number by contacti g Telecommunications Department of Florida State University Incorporate nto car operating panel

15 Provide high quality vinyl material protection pads and stainless steel pa buttons Install buttons with screws coated with Loctite no 290 tread sealer material t prevent removal without appropriate tools Pads shall also cover the front return panels i which cutouts shall be provided for operating devices

16 Provide stainless steel type 304 with no 4 satin finish 17 Provide any additional features as required by elevator code 18 Clean and polish the entire elevator cab prior to acceptance Cab shall ha e a like new

appearance except for any dents or deep scratches that remain as a resul of the existing damage

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-14

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

19 Furnish and install new cab flooring materials specified elsewhere Before install sheet type elastomeric goods to cover the entire floor area Glue d the plywood

208 ALARM BELL SYSTEM

A Retain the existing emergency alarm bell system provided it will function as

TATE UNIVERSITY

installing the cab wn the sheet to

quired hereinafter If a new alarm bell system is required provide as a requirement of this contract

209 CAR TOP RAILING SYSTEM

A Furnish and install a car-top safety railing system for added protection for ele ator technicians While working on the car top Comply with all code requirements on height a d mounting

210 ELECTRICAL WIRING AND WORK REQUIREMENTS

A Furnish and install new electrical wiring conductors and other wiring as requ red Install new NEC approved conduit conduit fittings electrical pull boxes raceways and du t work were required

B Emergency Car Lighting Provide LED type emergency car lighting system that will automatically illuminate when the normal power supply fails The LED lighting system shall e incorporated into the normal ceiling lighting system by installation of the emergency cab Ii hting system available from Electronic Controls Inc Cape Canaveral Florida Illuminate at least three (3) of the normal lighting fixtures with the emergency lighting system for a period at least four (4) hours after the loss of power Also provide emergency power supply for the larm bell as part of the emergency lighting system

PART 3 - EXECUTION

301 EXAMINATION

A Before fabricating the equipment or commencing elevator installation work i spect the complete hoist way and equipment platform dimensions machinery to be re sed pit area and machine room as constructed or modified verify all critical dimensions and e amine supporting structures and all other conditions under which elevator work is to be installe or performed Do not proceed with the elevator installationrenovation work until all conditi ns have been reviewed and evaluated

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

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-15

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

302 INSTALLATION

A Install new elevator system components and incorporate the equipment that and reused in a completely satisfactory installation

TATE UNIVERSITY

is being retained

1 Work to be performed by completely competent fully trained elevator in tallation personnel in accordance with the requirements of ASME AI71 elevator anufacturers installation instructions and approved shop drawings All elevator mecha ics working on this project shall hold current State of Florida Certificate of Competency license cards The use of temporary or probationary mechanics to perform work as a mechanic is not acceptable on this contract

2 Comply with the National Electrical Code and ASME A175 for elevator el required during installation of this equipment

3 Perform work with skilled workmen under the direct control and supervis on of the Elevator Contractors experienced foreman and superintendent The Owner Arch tect and Elevator Consultant shall reserve the right to interview all employees assigned to ork on this project and require that any unsuitable employees in their sole opinion e removed from the site

4 Mount all moving elevator components on vibration absorbing mounts d signed to effectively prevent the transmissions to the structure and eliminate sour es of structure borne noise from the elevator system

303 FIELD QUALITY CONTROL

A Acceptance testing Upon completion of the elevator installation work and b fore use of the elevator equipment performance acceptance tests are required to demonstr te that the equipment will sustain and lift the loads for which the elevator was initially d signed Test weights shall be provided to perform these tests and must be used to demon trate the performance in the presence of representatives of the Owner Elevator Cons Itant and a State of Florida licensed CEI (QEI) elevator inspector Elevator inspector shall not b a former or current employee of the Elevator Contractor

B Advise the Architect Owner Elevator Consultant and CEllicensed elevator in ector at least five (5) business days in advance of the date and time the testing is to be pe rmed on the elevator equipment

304 ADJUSTING WORK

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

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-16

elevator

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

305 CLEANING

A Before final acceptance remove all protective materials from the finished su the plastic sheeting All of the elevator equipment must be cleaned prior to Fi

TATE UNIVERSITY

ces including al Acceptance

B At completion of the elevator work remove all tools equipment surplus mat rials and the like from the site Remove all trash and debris during the clean-up Thoroughly cI an up all oil spills and residue

307 TURNOVER OF DOCUMENTS TOOLS AND OTHER SUCH REQUIREMENTS

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

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

C Provide at least twelve (12) sets of all elevator keys to the Owner except for t e elevator door keys

308 COMPLETION DATE

A The installation is not considered complete until the complete project has be considered to have been performed in a first-class professional manner and is completely ceptable to the Owner and Elevator Consultant Further all adjustments load tests perfor ance tests and punch-lists must be completed All required documents special tools archiv I information and the like must be turned over to the Owner prior to establishing the final com letion date

B The Owner Elevator Contractor and Elevator Consultant must be in agreeme t as to the completion date and date the warranty shall commence

309 ELEVATOR SCHEDULE

A Number of elevators - One (1) Westinghouse Elevator Company brand elevat r previously

modified by Mowrey Elevator Corporation

B Elevator type - Electric Oil-Hydraulic

C Speed - Approximately 200 feet per minute Set down speed at 180 feet per inute in down

direction with no load on the elevator

D Control system - Omron microprocessor type installed by Mowrey Elevator

E Door type - Center-Opening side-sliding 3-6 wide by 7-0 high

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-17

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

F Warranty - Twelve (2) months after completion and acceptance by the Owner

310 ELEVATOR CONTRACTOR PERFORMANCE REQUIREMENTS UNDER THIS CONTR

A Considering that this is a time if of the essence Contract the expectation

require the Elevator Contractor be mindful of the need for prompt handling

Contract Consequently rigid timelines are being established prior to accepta

B After award of the elevator contract work or issuance of a notice to pro

Contractor shall perform the work as follows

TATE UNIVERSITY

CT

of the Owner do

all aspects of this

ce of bids

ed the Elevator

1 Provide all required submittals shop drawings samples etc within thirty 30) of the

contract award notification

2 Elevator Contractor shall allow ten (10) work days for the review and app val process and

time to return the submittal documents Elevator Contractor is expected 0 travel to the

FSU Campus to the pick-up the approved or approved as noted docu ents and samples

at the location designated in advance

3 Elevator Contractor shall make all necessary arrangements to obtain all m terials to be

installed under this contract including handling appropriate delivery of al such materials to

the work site no later than ten (10) weeks from the date the approval pr cess has been

completed and the required documents are returned to Elevator Contrac or

4 Elevator Contractor shall notify the Owner in seven (7) calendar days adv nce of the exact

date of the elevator being removed from service so that information reg rding the elevator

renovation work can be provided to the building management personnel nd students

5 Any questions regarding the requirements scheduling needs or other con erns shall be

handled by both parties in a manner that should not delay the work sche ule on the site

6 Once the elevator is removed from service the work schedule shall conti ue without

interruption until the project has been completed The Elevator Contract r shall complete

all work on the elevator within eighteen (18) calendar days from the tim the elevator is

removed from service This time period includes all testing adjusting cle ning painting

trash removal and all other associated work In the event the Elevator Co tractor

anticipates requiring additional time to perform the work this work shall e included as

overtime or shift work and shall be included in the bid price

7 When the work is commenced on the elevator no delays wit be accepte by the Owner

unless the delays are caused by fires storms floods civil disruption the

materials labor strikes or similar causes over which neither party has not

8 When Elevator Contractor submits a bid for this work he or she complet y accepts the

requirements of the technical speCifications and the Elevator Contractor

Requirements stated herein

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-18

ontrol

erformance

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

SPECIAL TERMS AND CONDITIONS

A Public Inspection

In accordance with Florida Statutes the ITN shall not be made available for public ins ction until the

University provides notice of a decision or intended decision pursuant to s312053 (5) ) Florida Status

or within 10 days after the opening date whichever is earlier

B Written Communications Required

No negotiations decisions or actions shall be initiated or executed by the Proposer a a result of any

discussion with any University employee Only those communications that are in writ ng from the

University Facilities Purchasing Department shall be considered as a duly authorized e pression on

behalf of the University Also the University will recognize only communications fro Proposers that

are signed and in writing as duly authorized expression on behalf of the Proposer

C Formal Offer

A Proposers written submission in response to the ITN shall be considered as the Pro osers formal

offer The content of the ITN the Proposers submission in response to the ITN and r suiting

contractpurchase order(s) shall be considered the entire agreement between the su essful Proposer

and the University It is understood and agreed that nothing herein is intended or sh uld be construed

as constituting the Proposer as the agent or representative of the University for any p rpose or in any

manner whatsoever The Proposer is and shall remain an independent contractor 0 erating in

accordance with the terms and conditions of the license granted as a result of this Inv ation of

Negotiation

D Interpretations

Proposers shall examine the ITN to determine if the Universitys requirements are de rly stated If

there are any requirements that are too vague or restrict competition the Proposer ay request in

writing that the specifications be changed A Proposer who request change in the sp cifications must

identify and describe the Proposers difficulty in meeting the Universitys specificatio must provide

detailed justification for the change and must provide a recommended change to the specification

Request for changes must be received in the Facilities Purchasing Department by the lose of the

business day not later than the entry note in the Calendar of Events area of this IT as the last to

receive written inquiries regarding the Proposal A Proposers failure to request chan es by the

permissible date shall be considered acceptance of the Universitys Specifications and a waiver of the

Proposers right to protest the ITN on the basis of Specifications The University rese es the right to

determine which changes to the ITN shall be acceptable to the University If required the University

shall issue an addendum reflecting the changes to the INT This addendum shall be s nt to all Proposers

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-19

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

so that each is given the opportunity of submitting proposals to the same Specificatio

Specifications shall be considered the Universitys minimum mandate requirements

E Verbal Communications

TATE UNIVERSITY

Said

Proposers may not consider any verbal instructions as an official expression on the Un versitys behalf

Only written communications Signed by a duly authorized representative of the Facili ies Purchasing

Office shall be considered valid

F Proposal Tabulation

A Proposal Tabulation that serves as the Notice of Award to the Proposer of receivi the contract

award will be posted for review by interest parties at the University Facilities Purchasi g Department on

the day noted in the Calendar of Events area of this ITN and will remain posted for a period of

seventy-two (72) hours Any person who is adversely effected by this University decis on or intended

decisions as detailed above in connection with this ITN shall file a written Notice of rotest with the

Director of Facilities Purchasing Failure to file a Notice of Protest within the 72 hour after the

protested University intended decisions is posted shall constitute a waiver of proceed gs under s120

Florida Statutes A Notice of Protest is considered filed when it is delivered to Facili ies Purchasing

Department 969 Learning Way 114 MMA Tallahassee Florida 32306 during normal ours of operation

of the file a Formal Written Protest and the bond required under Rule 6C-18055(3) lorida

Administrative Code (FAC) with ten (10) days after filing the Notice of Protest in the ccordance with

Rule 6C2-2015(13) FAC shall constitute a waiver of the Proposers right to protest un er s12057(3)(b)

Florida Statutes

G Mandatory Requirements

Any proposal that fails to meet mandatory Specifications stated in the ITN may be rej cted Any

proposal that does not comply with the functional cost or contractual requirements i the ITN may be

rejected In addition to the requirements of paragraph (8) Awards of the General Co ditions on the

Invitation of Negation Commodities Acknowledgment form the University shall not b liable to pay for

information obtained from or through any Proposer prior to issuing the purchase ord r to the successful

Proposer

H Minor Irregularities

The University reserves the right to waive minor irregularities in proposals providing uch action is in

the best interest ofthe University Minor irregularities are defined as those that hav no adverse affect

of the Universitys interest will not affect the amount of the Proposal and will not giv a Proposer an

advantage or benefit not enjoyed by another Proposer

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-20

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

I Format

Each proposal shall be prepared simply and economically providing a straight forward concise

delineation of the Proposers capabilities to satisfy the Specifications of the ITN Fancy binding colored

display and promotional materials are not desired However technical literature and ictures of

proposed equipment should be included in the proposal Emphasis in each proposal ust be on

completeness and clarity of contents To expedite the evaluation of Proposals it is es ential that

Proposers follow the format and instructions contained herein Failure to follow the r quested format

may result in rejections

J Extension Errors

In the event of extension error(s) the unit price will prevail and the Proposers Total er will be

corrected accordingly In the event of addition errors the extended totals will prevail nd the

Proposers Total Offer will be corrected accordingly Proposers must check their Prop sal for any such

errors and state the discount(s) where applicable

K University Point of Contact

The Proposers pOint of contact for all matters relating to this ITN is

Betty-Jean (BJ) Lewis

Florida State University Facilities Purchasing Department

969 Learning Way 102A MMA

Tallahassee Florida 32306

Fax (850) 644-5071

E-mail blewisadminfsuedu

Written questions on this ITN must be submitted to Betty-Jean (BJ) Lewis Questions ust be received

by the date listed for that event in the Calendar of Events After that date no inqui ies regarding the

Proposal oral or written will be accepted

L Contractor Point of Contact

Each Proposer shall identify in its submittal the single point of contact for all matters elation to the

response

M Proposal Materials

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-21

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

The materials submitted in response to this ITN become the property of the Universit upon delivery to

the Facilities Purchasing Department All of the materials will considered as part of th ITN and will be

subject to review as public records 10 days after the ITN is opened or an award is mad whichever

occurs first

N Proposal Rejection

The University shall have the right to reject any or all Proposals and in particular reje a Proposal not

accompanied by data required by the ITN or Proposal in any way incomplete or irreg ar including

omissions of pricing Conditional Proposals will not be accepted

O Conflict Between Document

If any terms and conditions contained within the documents related to this ITN are in onflict with any

other terms and conditions contained therein then the various documents comprisin this ITN as

applicable shall govern in the following order of the precedence AmendmentChange Order Addenda

ITN Terms and Conditions ITN Specifications ITN Responsibilities general conditions f the ITN

Proposal

P Additions Deletions Substitutions

Should the University find it necessary to supplement modify correct or interpret an portion of the

ITN during the Proposal period such action shall be taken by issuance of a written Ad endum to the

documents distributed to all known prospective Proposers Addenda will be issued no less than seven

(7) calendar days prior to the date scheduled for receipt of Proposals

Q Interpretation

Neither interpretation of the meaning of the ITN documents nor any corrections of a biguity

inconsistency or error will be made to any Proposer orally All such communications ill be in the form

of written addenda as issued by the Selection Community Only written addenda issu d by the Selection

Community shall be binding Proposers are advised that no other source is authorize to accept or give

information concerning explain or interpret the ITN

R Addenda Acknowledgment Form

Any addenda issued by the University to participating Proposers shall include an Add nda

Acknowledgment Form This form shall be signed by a company representative dat d and returned to

the University by the date specified in the Calendar of Events for Proposals to be 0 ned

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-22

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

S Amendments

Any amendments alterations or modifications to the contract resulting from this ITN ust be in the

form of a change order to the original contract and have the written approval of the F cilities Purchasing

Department and must be signed or initialed and approved by the same signatories not d on the ITN

T Assignment

Under no circumstances shall the successful Proposer assign to a third party any right r obligation of

successful Proposer pursuant to this Proposal without prior written consent of the Uni ersity If the

successful Proposer is or during the term of the contract resulting from this ITN beco e an individual

on the payroll of the State of Florida successful Proposer represents that he or she ha complied with all

applicable provisions in the Florida Statutes and Florida Administrative Code regardin outside or dual

employment and compensation

U Jurisdictional Applicability

Applicable provisions of all federal State of Florida county and municipal statutes la s ordinances

rules and regulations shall govern Proposal submitted hereto and any resulting contra t Lack of

knowledge by any Proposer shall not constitute a cognizable defense against the legal effect thereof

Disputes arising from or in connection with the contract shall be determined before Florida court of

competent jurisdiction or through an applicable administrative proceeding whichever s appropriate to

the circumstances under Florida law In the event that either party is required to obta n any permit

license or authorization as a prerequisite to performing its obligation under the contr ct the cost shall

be borne by the party required to obtain the permit license or authorization

V Governmental Restrictions

In the event any governmental restrictions may be imposed which would necessitate Iteration of the

terms of the contract resulting from this ITN it shall be the responsibility of the succe sful Proposer to

immediately notify the University in writing indicating the specific regulation which r quires the

alteration The University reserves the right to accept any such alteration including a y fee adjustments

occasioned thereby or to cancel the contract at no expense to the University

W Negotiation

In the event services are required to be performed or equipment required to be purc ased that are not

set out in the ITN but are within the general scope of the reqUirements the Universi and the

contractor hereby reserve the right to negotiate the terms covering the required serv ces or equipment

not to exceed $25000 per itemoccurrence

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-23

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FlORIDA TATE UNIVERSITY

X Additions Deletions and substitutions

The University reserves the right to add to or to delete any item from this ITN on a per odic basis as

necessary when deemed in the best interest of the University The contractor is respo sible for

submitting requests for such changes on a timely basis with sufficient documentation 0 allow

evaluation of the request When items are approved and added to the contract the c ntractor shall

maintain those items on the contact for a minimum of 120 days and sufficient quantit to accommodate

reasonable request or make provisions to offer substitute items as outlined in this sec ion

The University will consider substitutions for discontinued items provided that substit te items have

equivalent or greater featurescapabilities and shall be offered at the same or lower p ice as the item

replaced The University reserves the right to accept or reject substitutions

The University will consider the addition of newly released items provided that those i ems are offered

at the same percentage discount as similar items on the contract

The University will consider changes to contract items provided revisions are in accor nce with the

conditions and Specifications contained in this ITN The University reserves the right t accept or reject

changes proposed by the contractor

Y Equal Opportunity

The Contract must al all times during the term of the contract be in compliance with a I federal state

and local laws rules and regulations relating to the nondiscrimination clause containe in Section 202

Executive Order 11246 as amended by Executive Order 11375 relative to equal Empl yment

Opportunity for all person without regard to race color religion sex or national origi and the

implementing rules and regulations proscribed by the Secretary of Labor are incorpor ted into the terms

and conditions of this ITN

Z Governmental Action

It is mutually agreed that if at any time during the term of the contractual agreement he Contractor is

required to make extensive program changes as a direct result of any determination r action by any

applicable Federal State or Local Government authority the University will be willin to negotiate any

cost increase necessitated by such changes subject to availability of funds Any nego iated price

increase may not be implemented until a contract amendment signed by both parties is processed

through the Florida State University Facilities Purchasing Department

AA Travel

Travel expenses included in any contractpurchase order resulting from this ITN must e in accordance

with Section 112061 Florida Statutes

DCSI 010811 ElECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-24

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

BB Parties to the Contract

Parties to the contract will be the University and the contractor Payment will only be ade to the

contractor and in the name as it appears on the Proposal submitted and the resulting ontract

Cc Contractors Insurance

The Contractor shall not commence performance in connection with the contract unti he has obtained

all the following types of insurance and such insurance has been approved by the purc aser nor shall

the Contractor allow any subcontractor to commence work on his subcontract until all similar insurance

required for the subcontractor has been so obtained and approved All insurance poli ies shall be with

insurers qualified and doing business in Florida and with an AM Best rating of no les than AX The

purchaser shall be furnished proof of coverage of insurance by certificates of insuranc accompanying

the contract documents and shall name the Florida State University and Florida Board f Trustees as an

additional name insured The insurer shall provide 30 days written notice to the certi cate holder if a

policy is to be canceled before the expiration date thereof

The purchaser shall be exempt from and in no way liable for any sums of money that may represent a

deductible in any insurance policy The payment of such deductible shall be the sole r sponsibilityof

the Contract andor Subcontractor providing such insurance

1 Workers Compensation Insurance

The Contractor shall secure and maintain during the life of this agreement Workers mpensation

Insurance for all his employees connected with the work of this project and in case a y work is sublet

the Contractor shall require the subcontractor similarly to provide Workers Compens tion Insurance for

all the latters employee unless such insurance shall comply fully with the Florida Wor ers

Compensation Law In case any class of employees engaged in hazardous work under this contract at

the site of the project is not protected under Workers Compensation statute the Co tractor shall

provide and cause each subcontractor to provide adequate insurance satisfactory to he purchaser for

protection of his employees not otherwise protected

2 Contractors Public Liability and Property Damage Insurance

The Contractor shall secure and maintain during the life of this agreement COMPREH NSIVE GENERAL

L1ABNILITY AND COMPREHENSIVE AUTOMOBILE LIABILITY INSURANCE as shall protec him from claims

for damages personal injury including accidental death as well as claims for propert damages which

may arise from operations under this agreement whether such operations be by him If or by anyone

directly or indirectly employed by him and the amounts of such insurance shall be th minimum limit as

follows

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-25

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

1 Body Injury Liability $1000000 each acci nt

2 Auto Property Damage Liability $ 500000 each accid nt

3 Property Damage Liability- $1000000 each acci ent

(other than automobile) $1000000 aggregate operation

$1000000 aggregate protective

$1000000 aggregate contractual

Insuring clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended to provide coverage

on an OCCURRENCE basis

3 xcu (Explosion collapse underground damage) -the contractors liability P icy shall provide

xcu coverage for those classifications in which they are excluded

4 Contractual Liability - work contracts - The contractors liability policy shall co er such contracts

when they are affected

5 Subcontractors Public Liability and Property Damage Insurance

The Contractor shall require each of his subcontractors to secure and maintain during he life of this

contract insurance of the type specified above and insures the activities of his subco ractors in his

policy as specified above

Qualifications

All insurance poliCies shall be with insurers qualified and doing business in Florida

Proof of Insurance

Proof of insurance for all of the specified types and limits in the form of original Certif cates of Insurance

shall be delivered to the Facilities Purchasing Department within ten (10) days of exe tion of the

contract In lieu of original certificates certified copies of the actual policies may be f rnished

Whether certificates or policies are furnished the Florida State University and the Bo rd of Trustees

shall be deSignated as additional named insured Each such copy or certificate shall c ntain a valid

provision or endorsement that the policy may not be canceled terminated changed r modified

without giving thirty (30) days written advance notice thereof to the Universitys repr sentative A

renewal policy or certificate shall be delivered to the University at least thirty (30) da s prior to the

expiration date of each expiring policy If at any time any of the policies shall be or b come

unsatisfactory to the University as to form or substance or if any of the carriers issui g such policies

shall be or become unsatisfactory to the University Contractor shall promptly obtain a new and

satisfactory policy in replacement upon such written notice from the University

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-26

DIFFENBAUGH BUILDING PHASE I ELEVATOR NO 24516 FLORIDA

Original Copy

If determined necessary by the Universitys representative the Contractor shall delive

Universitys representative upon demand the original of any policy shall be returned t

Deductibles

The University shall be exempt from and in no way liable for any sums of money that

deductible in any insurance policy The payment of such deductible shall be the sole r

the Contractor andor subcontractor providing the insurance

DD Liability

The following Special Conditions supersedes General Conditions Number 21 Liability

to Negotiation Commodities Acknowledgment form

Contractors entire liability and the Universitys exclusive remedy shall be as follows

In all situations involving performance or non-performance under this Agreement th

be entitled to actual damages to the limits set forth in this provision

Contractors liability for damages to the University for any cause whatsoever and reg

TATE UNIVERSITY

to the

Contractor

may represent a

sponsibility of

n the Invitation

University shall

rdless of the form

of action whether in contract or in tort including negligence shall be limited to the gr ater of $100000

or the contract price stated herein for damages that are the subject of matter of or a e directly related

to the cause of action The foregOing limitation of liability will apply to

bull the payment of the cost of damage awards pertaining to patent and copyrigh indemnity or to

bull claims for re-procurement costs or the cost of cover pursuant to Rule 6C220 5(20) of the

Florida Administrative Code or to

bull claims for personal injury or damage to real or person property caused by Sel rs tortuous

conduct

Contractor shall hold and save the University harmless for any and all suits and judgm nts against the

State for personal injury or damage to real or personal property caused by Contracto s tortuous

conduct in the performance of this Agreement provided that

bull the University promptly notifies the Contractor in writing of any claim and

bull the Contractor shall be given the opportunity at its option to participate an associate with the

University in the control defense and trial of any claim and any related settle ent negotiations

and provided further that with respect to any claim or portion thereof for hich Contractor

agrees at the initiation of such claim that Contractor shall save an hold the U iversity harmless

Contractor shall have the sole control of the defense trial and any related se lement

negotiations and

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-27

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

bull the University fully cooperates with the Contractor in the defense of any claim

In no event however will Contractor be liable for

bull any damages caused by the Universitys failure to perform the Universitys res onsibilities or

for

bull any lost profits or other consequential damages even if Seller has been

advised of the possibility of such damages or for

bull any claim against the University by any other party e ept as provided

in the hold harmless provision of the preceding parag aph of this

provision and except as provided in Paragraph 18 of t e General

Conditions Patents and Royalties on the Invitation 0 Negotiation

Commodities Acknowledgment form or for

bull any damage caused by performance or non-performa ce of machine or

programming located outside the United State or Pue 0 Rico

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-28

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

SPECIAL TERMS AND CONDITIONS Payment shall be made in accordance with s 215422 FS which provides that agencies have 5 working days to inspect ampapprove goods ampservices unless bid specifications r the PO specifies otherwise If payment is not available within 40 days measured from t e latter of the date the invoice is received or the goods or services are received inspected an approved a separate interest penalty set by the Comptroller pursuant to s 5503 FS will b due and payable in addition to the invoice amount To obtain the applicable interest rate please contact the University Facilities Payables and Disbursements Section at (850) 644-047 Invoices returned to a vendor due to preparation errors will result in a payment elay Interest penalties of less than $1 will not be paid unless the vendor requests payment The payment period does not begin until all terms of the contract (including shi ping and billing instructions exactly as they are specified on the purchase order) hav been met and a properly completed invoice is provided the University The university reserve all administrative contractual and legal remedies against the contractor or vendor ho breaches any of the contract terms The employment of unauthorized aliens by any contractor is considered a viola ion of Section 274A(e) of the Immigration and Nationality Act If the contractor knowingly emp oys unauthorized aliens such violation shall be cause for cancellation of this purch se order Acceptance of this order serves as certification that the vendor or its principals (a) are not presently debarred suspended proposed for debarment declared ineligible 0 voluntarily excluded from covered transactions by any federal department or agency (b) ve not within a three-year period preceding this proposal been convicted of or had a civil judg ent rendered against them for commission of fraud or a criminal offense in connection with 0 taining attempting to obtain or performing a public (federal state or local) transaction r contract under a public transaction violation of federal or state antitrust statutes or commissio of embezzlement theft forgery bribery falsification or destruction of records rna ing false statements or receiving stolen property (c) are not presently indicted for or oth rwise criminally or civilly charged by a government entity (federal state or local) with commissi n of any of the offenses enumerated in paragraph (b) of this certification and (d) have not wit in a three-year period preceding this applicationproposal had one or more public transactions federal state or local) terminated for cause or default 52249-5 (a)-(f) Hazardous Material Identification and Material Safety Data When subcontract involves hazardous material Utilization of Small Business Concerns and Small Disadvantaged Business Concerns Walsh-Healey Public Contracts Act 52219-8 52222-20 Employment if the subcontract amount 52203-7001

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-29

Page 13: Invitation to Bid (ITB) til the dates - FSU Facilities · Invitation to Bid (ITB) ... Elevator renovation work includes, but is not limited to, ... hands-free telephone instrumen

DIFFENBAUGH BUILDING PHASE I ELEVATOR NO 24516 FLORID STATE UNIVERSITY

11 Include high quality car door clutch assembly or suitable similar devices to unlock the hoist way doors

12 Door obstruction warning If door opening is obstructed for 15 secon (adjustable timer design of 12 to 30 seconds) an audible warning shall occur and continu to sound until the doorway is cleared however doors do not close When the door openin has been cleared the door shall close at normal speed

13 Door close watchdog If the doors are closing but do not compl tely close after a programmable time period the doors will recycle open for twelve (12) ti es to try to correct the fault before the elevator is automatically removed from se ice The recycling program shall be adjustable for up to 20 times

14 Door close assist When the doors have failed to fully close and are in th recycle mode the door drive motor shall have increased torque applied to possibly overc me 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 c II assignment (not coincidental call) the current door open time is changed to a shorter eld programmable time when the electronic door detection system is activated by a passen er passing through the doorway

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

17 Door operator control equipment without all of these features shall not acceptable 18 Door opening time measured from door closed position shall be 18 sec nds 19 Door closing time measured from door open position shall be 23 secon

M Door safety screen Replace existing door protection with new detector devi e The elevator car doors shall be equipped with high quality electronic type door safety screen qual in design and manufacture to that of Janus Elevator Products Inc The electronic safety creen device shall have both 3-D and Panachrome features built in to the system The Panachr me system shall feature green lighting mounted vertically along the edge indicating it is safe to enter the doorway and orangered lighting to indicate that the doors are ready to clo e or in the process of closing All electrical connections for this equipment shall be mounted 0 the car top out of reach of unauthorized persons Provide a defeat switch for the 3-D portion the safety screen for use if the Owner elects to turn off that portion of the screen operation

204 HOIST WAY ENTRANCES

A Doors The existing center-opening side-sliding type door panels shall II be retained and reused

B Frames The existing hoist way door frames shall be retained

C Headers fascia toe guards and dust covers The existing headers fascia t e guards and dust covers shall be retained and reused under this contract

D Interlocks The existing interlocks and interlock release mechanisms sha I be retained and reused Make any needed repairs to the interlock release mechanisms and in erlock assemblies

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-10

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA STATE UNIVERSITY

E Door hangers tracks relating equipment and door closers The existing equipment in this category shall be retained and reused

205 ELECTRICAL CONTROL SYSTEMS

A Elevator single car control system The existing elevator controller system s II be retained and reused Make any required modifications to accommodate the new door perator controller car direction indictors and car operating panel system

B Top of car inspection station Completely new elevator code approved ar top inspection stations shall be installed on the top of each elevator The station shall contain all of the necessary operating devices required by code Locate the car top operating tation in position that will allow the elevator maintenance technician to gain control of the el vator car from the landing without the need to step on the car to access the car top station rovide two (2) car top lights for illuminating the work area One (1) light shall be mounted 0 a self coiling cord arrangement 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 fluorescen type equal to 150 watts output Suitable lamp guards are required Include a duplex type GFCI rotected electrical outlet

206 ELEVATOR OPERATING AND SIGNAL DEVICES

A Car operating station or panel The existing car operating panel shall be totall completely replaced with all new equipment of the following design 1 Full height and width swing panel and entrance column type panel compl te with heavy

duty type locking devices and adjustments to alleviate rattles and warpin Design the full swing type front return panel to permit a custom design appearance Inst II a suitably sized recessed metal box to enclose the signal devices behind the front return

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 cen r jewels for illumination with red LED lamps Match the button designs in the other el vator in the same building

3 Lower portion of operating station shall have door control buttons keyed alarm button Alarm button shall have a center jewel that illuminates red pushed

4 Electronic chime to indicate passing of floors 5 Provide an elevator car overload jewel and audible alarm This feature sh

operational until the elevator is completely modernized with new control

14220-11

6 Upper portion of the control station shall contain a tight fitting stainless st el cabinet door covering the firemens control buttons and features Door shall have a 10 that meets the latest fire code requirements Phase II operation instructions shall be lam ated to interior of the cabinet door The sub-plate and features inside the cabinet shall c ply with the control features that currently exist In the future the features shall be u -dated to comply with the ASME A171 Safety Code at the time of the elevator renovation

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION

quipment

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA STATE UNIVERSITY

7 Include firemens jewel that flashes when fire or smoke is in the machine oom or hoist way If this feature can be made operational at this time the flashing light shall be made to operate Otherwise the jewel shall be available for future use when the ntrol equipment is replaced

8 Include engraving for elevator serial number at the top of the panel 9 Below the elevator numbers locate a digital type car position indictor an

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 nd with 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 instruction p te for operating the phone The phone shall be Rath-Microtech brand amp model that fully mplies with the equipment currently being used by Telecommunications Department Flo ida State University Verify the design requirements prior to purchase of the phon equipment

12 Below the emergency telephone device provide an elevator service cabin t with a tight fitting stainless steel door Cabinet door shall be large enough to contain completely flush mounted clear Lexan brand certificate cover large enough to accommod te the State of Florida elevator operating certificate of standard size Door shall have a s itable 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 Provide engraving for elevator lifting capacity in both pounds and numbe of people 14 Furnish a light colored duplex type GFCI protected outlet grounded elect ical outlet located

as low as possible in the operating panel securely fastened to the rear of he panel 15 All markings shall be fastened from the rear and be easily replaceable if t ey become

damaged No markings shall appear to be surface mounted type 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 hall be polished

stainless steel materials 18 All display lamps shall be high intensity LED type 19 Front return panel when completed with new operating fixture devices s

professional design and quality and shall fit-up well in the new elevator c b structure

C Car riding lanterns New car riding lanterns shall be furnished and installed 0 each side of the cab opening The design shall be vandal resistant and include an electronic c ime and high intensity brilliant white and brilliant red LED lamps Locate at the required di ance from the floor level Chimes shall sound one (1) time for up traveling car and two (2) ti es for down traveling car Chime audible sound level shall be easily adjustable by the elev tor maintenance technicians Cover plates shall be held in place with countersunk spanner he matching material

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-12

screws of

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA STATE UtIIVERSITY

D Landing stations All of the existing landing stations shall be retained and reu

207 ELEVATOR CAB ENCLOSURE

A Elevator cab The existing elevator cab structure shall be completely remove with a new cab assembly The new cab shall include the following designs m features 1 Three (3) walls of the elevator cab shall be constructed of 14 gauges no

stainless steel with suitable reinforcement to prevent warping or rattling

ed

and replaced terials and

satin finished

2 The cab walls on three (3) sides shall be equipped with high quality replac able panels that are applied to the walls The panels shall be constructed and installed in t e following manner a There shall be three (3) applied panels across the rear of the cab and wo (2) panels on

each of the side walls Total number of panels in the cab shall be 14 II aligned to provide a professional appearance The lower panels shall be designe to allow for ventilation through the walls without exposed ventilation grills in the ase area of the cab

b Panels shall be divided at the handrail location allowing approximatel 5-6 spacing from the bottom of the top panels to the tops of the lower panels

c The top ofthe applied wall panels shall be set at approximately 7-4 bove the finished floor level

d The panels shall be approximately 78 total thickness using high qua ity wood core materials backed with laminate plastic for panel stabilization The fr t of the panels shall be faced with 5WL stainless steel materials approximately 18 ga ge materials

e The edges of all panels shall be equipped with 18 thickness stainless steel fabricated in an angle shape so that the edging can be attached to the rear of th panels with countersunk screws The edge materials shall be held as tightly as po ible around the panels to avoid large gaps in the materials Weld corners and grind 0 all sharp edges on the corners and remove any sharp edges on the edge materials T e stainless steel edging shall extend approximately 18 beyond the face of the 5WL f e materials

f Provide concealed ventilation grills or openings behind the wall panel 3 Design the total cab height to be approximately 8-2 total overall Eleva r Contractor shall

take field measurements to verify that a cab of this height will fit the exist ng car sling Adjust the height of the cab to fit if the existing car frame will not accept cab of that height

4 Top of the cab shall be heavy gauge furniture steel with baked on white e amel finish Thickness of the cab top along with the reinforcement shall support two 2) workmen along with their tools

5 The front return panels and transom shall be constructed of 14 gauge sati finished stainless steel materials

6 Cab base area shall be covered with 12 gauge stainless steel approximatel 5 high Laminate the metal to the wall panels with high quality industrial grade c ntact cement Smooth the top surfaces to remove sharp edges This straight base is to r inforce the base area to avoid denting and damage from floor buffers

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-13

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

erials Secure

7 Handrails shall be installed on three (3) sides of the elevator cab Rails sh II be constructed of heavy gauge round stainless steel with suitable number of matching su ports that will permit each rail to support at least 600 pounds at any location Return th ends of the rails toward the wall panels Provide oversize backing plates on the rear of the cab walls

8 Provide stainless steel bumper rails located approximately 8 above the fl or to the top of the rails The rails shall be constructed of 38 thick by 3 high solid stainl ss steel bumper rails Provide matching stainless steel supports for the rails designed to s pport at least 600 pounds on each rail at any location the rail Return the rails toward the II panels Provide oversize backing plates on the rear of the cab walls

9 The existing cab ceiling shall be handled as follows a Carefully remove the existing stainless steel ceiling and LED lighting sy tern without

damaging the materials This ceiling shall be installed in the new cab t a height of approximately 7-6 above the finished floor level

b As part of the new cab top provide a suitably located emergency exit anel that is arranged for removal through the top exit panel Align the exit with t e opening location in the existing cab ceiling

c Provide an electrical switch assembly on the top exit to prevent the el vator from moving unless the exit is closed and locked

d Height of the cab top and location of the cab ceiling shall be verified y Elevator Contractor prior to designing the cab drawings

10 Furnish and install new sandwich type construction car door panels with s itable reinforcement for the car door clutch and other devices Door shall be fa with 14 gauge no 4 stainless steel material

11 Threshold for the car door entrance shall be satin finished nickel silver rna with matching countersunk nickel silver bolts

12 Provide a new two (2) speed squirrel cage type exhaust blower with at Ie st 700 cubic feet per minute capacity on high speed Propeller fan is not acceptable

13 Furnish a new certificate frame that will accept standard size of State of FI rida operating certificate The flush mounted frame shall be incorporated in the swing d or for the service cabinet

14 Furnish and install a new Emergency telephone device Phone shall be Rat -Microtech model no 2100-967DVCA or other as approved by Owner Prior to purch se of the equipment Elevator Contractor shall verify the model number by contacti g Telecommunications Department of Florida State University Incorporate nto car operating panel

15 Provide high quality vinyl material protection pads and stainless steel pa buttons Install buttons with screws coated with Loctite no 290 tread sealer material t prevent removal without appropriate tools Pads shall also cover the front return panels i which cutouts shall be provided for operating devices

16 Provide stainless steel type 304 with no 4 satin finish 17 Provide any additional features as required by elevator code 18 Clean and polish the entire elevator cab prior to acceptance Cab shall ha e a like new

appearance except for any dents or deep scratches that remain as a resul of the existing damage

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-14

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

19 Furnish and install new cab flooring materials specified elsewhere Before install sheet type elastomeric goods to cover the entire floor area Glue d the plywood

208 ALARM BELL SYSTEM

A Retain the existing emergency alarm bell system provided it will function as

TATE UNIVERSITY

installing the cab wn the sheet to

quired hereinafter If a new alarm bell system is required provide as a requirement of this contract

209 CAR TOP RAILING SYSTEM

A Furnish and install a car-top safety railing system for added protection for ele ator technicians While working on the car top Comply with all code requirements on height a d mounting

210 ELECTRICAL WIRING AND WORK REQUIREMENTS

A Furnish and install new electrical wiring conductors and other wiring as requ red Install new NEC approved conduit conduit fittings electrical pull boxes raceways and du t work were required

B Emergency Car Lighting Provide LED type emergency car lighting system that will automatically illuminate when the normal power supply fails The LED lighting system shall e incorporated into the normal ceiling lighting system by installation of the emergency cab Ii hting system available from Electronic Controls Inc Cape Canaveral Florida Illuminate at least three (3) of the normal lighting fixtures with the emergency lighting system for a period at least four (4) hours after the loss of power Also provide emergency power supply for the larm bell as part of the emergency lighting system

PART 3 - EXECUTION

301 EXAMINATION

A Before fabricating the equipment or commencing elevator installation work i spect the complete hoist way and equipment platform dimensions machinery to be re sed pit area and machine room as constructed or modified verify all critical dimensions and e amine supporting structures and all other conditions under which elevator work is to be installe or performed Do not proceed with the elevator installationrenovation work until all conditi ns have been reviewed and evaluated

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

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-15

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

302 INSTALLATION

A Install new elevator system components and incorporate the equipment that and reused in a completely satisfactory installation

TATE UNIVERSITY

is being retained

1 Work to be performed by completely competent fully trained elevator in tallation personnel in accordance with the requirements of ASME AI71 elevator anufacturers installation instructions and approved shop drawings All elevator mecha ics working on this project shall hold current State of Florida Certificate of Competency license cards The use of temporary or probationary mechanics to perform work as a mechanic is not acceptable on this contract

2 Comply with the National Electrical Code and ASME A175 for elevator el required during installation of this equipment

3 Perform work with skilled workmen under the direct control and supervis on of the Elevator Contractors experienced foreman and superintendent The Owner Arch tect and Elevator Consultant shall reserve the right to interview all employees assigned to ork on this project and require that any unsuitable employees in their sole opinion e removed from the site

4 Mount all moving elevator components on vibration absorbing mounts d signed to effectively prevent the transmissions to the structure and eliminate sour es of structure borne noise from the elevator system

303 FIELD QUALITY CONTROL

A Acceptance testing Upon completion of the elevator installation work and b fore use of the elevator equipment performance acceptance tests are required to demonstr te that the equipment will sustain and lift the loads for which the elevator was initially d signed Test weights shall be provided to perform these tests and must be used to demon trate the performance in the presence of representatives of the Owner Elevator Cons Itant and a State of Florida licensed CEI (QEI) elevator inspector Elevator inspector shall not b a former or current employee of the Elevator Contractor

B Advise the Architect Owner Elevator Consultant and CEllicensed elevator in ector at least five (5) business days in advance of the date and time the testing is to be pe rmed on the elevator equipment

304 ADJUSTING WORK

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

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-16

elevator

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

305 CLEANING

A Before final acceptance remove all protective materials from the finished su the plastic sheeting All of the elevator equipment must be cleaned prior to Fi

TATE UNIVERSITY

ces including al Acceptance

B At completion of the elevator work remove all tools equipment surplus mat rials and the like from the site Remove all trash and debris during the clean-up Thoroughly cI an up all oil spills and residue

307 TURNOVER OF DOCUMENTS TOOLS AND OTHER SUCH REQUIREMENTS

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

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

C Provide at least twelve (12) sets of all elevator keys to the Owner except for t e elevator door keys

308 COMPLETION DATE

A The installation is not considered complete until the complete project has be considered to have been performed in a first-class professional manner and is completely ceptable to the Owner and Elevator Consultant Further all adjustments load tests perfor ance tests and punch-lists must be completed All required documents special tools archiv I information and the like must be turned over to the Owner prior to establishing the final com letion date

B The Owner Elevator Contractor and Elevator Consultant must be in agreeme t as to the completion date and date the warranty shall commence

309 ELEVATOR SCHEDULE

A Number of elevators - One (1) Westinghouse Elevator Company brand elevat r previously

modified by Mowrey Elevator Corporation

B Elevator type - Electric Oil-Hydraulic

C Speed - Approximately 200 feet per minute Set down speed at 180 feet per inute in down

direction with no load on the elevator

D Control system - Omron microprocessor type installed by Mowrey Elevator

E Door type - Center-Opening side-sliding 3-6 wide by 7-0 high

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-17

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

F Warranty - Twelve (2) months after completion and acceptance by the Owner

310 ELEVATOR CONTRACTOR PERFORMANCE REQUIREMENTS UNDER THIS CONTR

A Considering that this is a time if of the essence Contract the expectation

require the Elevator Contractor be mindful of the need for prompt handling

Contract Consequently rigid timelines are being established prior to accepta

B After award of the elevator contract work or issuance of a notice to pro

Contractor shall perform the work as follows

TATE UNIVERSITY

CT

of the Owner do

all aspects of this

ce of bids

ed the Elevator

1 Provide all required submittals shop drawings samples etc within thirty 30) of the

contract award notification

2 Elevator Contractor shall allow ten (10) work days for the review and app val process and

time to return the submittal documents Elevator Contractor is expected 0 travel to the

FSU Campus to the pick-up the approved or approved as noted docu ents and samples

at the location designated in advance

3 Elevator Contractor shall make all necessary arrangements to obtain all m terials to be

installed under this contract including handling appropriate delivery of al such materials to

the work site no later than ten (10) weeks from the date the approval pr cess has been

completed and the required documents are returned to Elevator Contrac or

4 Elevator Contractor shall notify the Owner in seven (7) calendar days adv nce of the exact

date of the elevator being removed from service so that information reg rding the elevator

renovation work can be provided to the building management personnel nd students

5 Any questions regarding the requirements scheduling needs or other con erns shall be

handled by both parties in a manner that should not delay the work sche ule on the site

6 Once the elevator is removed from service the work schedule shall conti ue without

interruption until the project has been completed The Elevator Contract r shall complete

all work on the elevator within eighteen (18) calendar days from the tim the elevator is

removed from service This time period includes all testing adjusting cle ning painting

trash removal and all other associated work In the event the Elevator Co tractor

anticipates requiring additional time to perform the work this work shall e included as

overtime or shift work and shall be included in the bid price

7 When the work is commenced on the elevator no delays wit be accepte by the Owner

unless the delays are caused by fires storms floods civil disruption the

materials labor strikes or similar causes over which neither party has not

8 When Elevator Contractor submits a bid for this work he or she complet y accepts the

requirements of the technical speCifications and the Elevator Contractor

Requirements stated herein

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-18

ontrol

erformance

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

SPECIAL TERMS AND CONDITIONS

A Public Inspection

In accordance with Florida Statutes the ITN shall not be made available for public ins ction until the

University provides notice of a decision or intended decision pursuant to s312053 (5) ) Florida Status

or within 10 days after the opening date whichever is earlier

B Written Communications Required

No negotiations decisions or actions shall be initiated or executed by the Proposer a a result of any

discussion with any University employee Only those communications that are in writ ng from the

University Facilities Purchasing Department shall be considered as a duly authorized e pression on

behalf of the University Also the University will recognize only communications fro Proposers that

are signed and in writing as duly authorized expression on behalf of the Proposer

C Formal Offer

A Proposers written submission in response to the ITN shall be considered as the Pro osers formal

offer The content of the ITN the Proposers submission in response to the ITN and r suiting

contractpurchase order(s) shall be considered the entire agreement between the su essful Proposer

and the University It is understood and agreed that nothing herein is intended or sh uld be construed

as constituting the Proposer as the agent or representative of the University for any p rpose or in any

manner whatsoever The Proposer is and shall remain an independent contractor 0 erating in

accordance with the terms and conditions of the license granted as a result of this Inv ation of

Negotiation

D Interpretations

Proposers shall examine the ITN to determine if the Universitys requirements are de rly stated If

there are any requirements that are too vague or restrict competition the Proposer ay request in

writing that the specifications be changed A Proposer who request change in the sp cifications must

identify and describe the Proposers difficulty in meeting the Universitys specificatio must provide

detailed justification for the change and must provide a recommended change to the specification

Request for changes must be received in the Facilities Purchasing Department by the lose of the

business day not later than the entry note in the Calendar of Events area of this IT as the last to

receive written inquiries regarding the Proposal A Proposers failure to request chan es by the

permissible date shall be considered acceptance of the Universitys Specifications and a waiver of the

Proposers right to protest the ITN on the basis of Specifications The University rese es the right to

determine which changes to the ITN shall be acceptable to the University If required the University

shall issue an addendum reflecting the changes to the INT This addendum shall be s nt to all Proposers

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-19

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

so that each is given the opportunity of submitting proposals to the same Specificatio

Specifications shall be considered the Universitys minimum mandate requirements

E Verbal Communications

TATE UNIVERSITY

Said

Proposers may not consider any verbal instructions as an official expression on the Un versitys behalf

Only written communications Signed by a duly authorized representative of the Facili ies Purchasing

Office shall be considered valid

F Proposal Tabulation

A Proposal Tabulation that serves as the Notice of Award to the Proposer of receivi the contract

award will be posted for review by interest parties at the University Facilities Purchasi g Department on

the day noted in the Calendar of Events area of this ITN and will remain posted for a period of

seventy-two (72) hours Any person who is adversely effected by this University decis on or intended

decisions as detailed above in connection with this ITN shall file a written Notice of rotest with the

Director of Facilities Purchasing Failure to file a Notice of Protest within the 72 hour after the

protested University intended decisions is posted shall constitute a waiver of proceed gs under s120

Florida Statutes A Notice of Protest is considered filed when it is delivered to Facili ies Purchasing

Department 969 Learning Way 114 MMA Tallahassee Florida 32306 during normal ours of operation

of the file a Formal Written Protest and the bond required under Rule 6C-18055(3) lorida

Administrative Code (FAC) with ten (10) days after filing the Notice of Protest in the ccordance with

Rule 6C2-2015(13) FAC shall constitute a waiver of the Proposers right to protest un er s12057(3)(b)

Florida Statutes

G Mandatory Requirements

Any proposal that fails to meet mandatory Specifications stated in the ITN may be rej cted Any

proposal that does not comply with the functional cost or contractual requirements i the ITN may be

rejected In addition to the requirements of paragraph (8) Awards of the General Co ditions on the

Invitation of Negation Commodities Acknowledgment form the University shall not b liable to pay for

information obtained from or through any Proposer prior to issuing the purchase ord r to the successful

Proposer

H Minor Irregularities

The University reserves the right to waive minor irregularities in proposals providing uch action is in

the best interest ofthe University Minor irregularities are defined as those that hav no adverse affect

of the Universitys interest will not affect the amount of the Proposal and will not giv a Proposer an

advantage or benefit not enjoyed by another Proposer

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-20

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

I Format

Each proposal shall be prepared simply and economically providing a straight forward concise

delineation of the Proposers capabilities to satisfy the Specifications of the ITN Fancy binding colored

display and promotional materials are not desired However technical literature and ictures of

proposed equipment should be included in the proposal Emphasis in each proposal ust be on

completeness and clarity of contents To expedite the evaluation of Proposals it is es ential that

Proposers follow the format and instructions contained herein Failure to follow the r quested format

may result in rejections

J Extension Errors

In the event of extension error(s) the unit price will prevail and the Proposers Total er will be

corrected accordingly In the event of addition errors the extended totals will prevail nd the

Proposers Total Offer will be corrected accordingly Proposers must check their Prop sal for any such

errors and state the discount(s) where applicable

K University Point of Contact

The Proposers pOint of contact for all matters relating to this ITN is

Betty-Jean (BJ) Lewis

Florida State University Facilities Purchasing Department

969 Learning Way 102A MMA

Tallahassee Florida 32306

Fax (850) 644-5071

E-mail blewisadminfsuedu

Written questions on this ITN must be submitted to Betty-Jean (BJ) Lewis Questions ust be received

by the date listed for that event in the Calendar of Events After that date no inqui ies regarding the

Proposal oral or written will be accepted

L Contractor Point of Contact

Each Proposer shall identify in its submittal the single point of contact for all matters elation to the

response

M Proposal Materials

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-21

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

The materials submitted in response to this ITN become the property of the Universit upon delivery to

the Facilities Purchasing Department All of the materials will considered as part of th ITN and will be

subject to review as public records 10 days after the ITN is opened or an award is mad whichever

occurs first

N Proposal Rejection

The University shall have the right to reject any or all Proposals and in particular reje a Proposal not

accompanied by data required by the ITN or Proposal in any way incomplete or irreg ar including

omissions of pricing Conditional Proposals will not be accepted

O Conflict Between Document

If any terms and conditions contained within the documents related to this ITN are in onflict with any

other terms and conditions contained therein then the various documents comprisin this ITN as

applicable shall govern in the following order of the precedence AmendmentChange Order Addenda

ITN Terms and Conditions ITN Specifications ITN Responsibilities general conditions f the ITN

Proposal

P Additions Deletions Substitutions

Should the University find it necessary to supplement modify correct or interpret an portion of the

ITN during the Proposal period such action shall be taken by issuance of a written Ad endum to the

documents distributed to all known prospective Proposers Addenda will be issued no less than seven

(7) calendar days prior to the date scheduled for receipt of Proposals

Q Interpretation

Neither interpretation of the meaning of the ITN documents nor any corrections of a biguity

inconsistency or error will be made to any Proposer orally All such communications ill be in the form

of written addenda as issued by the Selection Community Only written addenda issu d by the Selection

Community shall be binding Proposers are advised that no other source is authorize to accept or give

information concerning explain or interpret the ITN

R Addenda Acknowledgment Form

Any addenda issued by the University to participating Proposers shall include an Add nda

Acknowledgment Form This form shall be signed by a company representative dat d and returned to

the University by the date specified in the Calendar of Events for Proposals to be 0 ned

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-22

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

S Amendments

Any amendments alterations or modifications to the contract resulting from this ITN ust be in the

form of a change order to the original contract and have the written approval of the F cilities Purchasing

Department and must be signed or initialed and approved by the same signatories not d on the ITN

T Assignment

Under no circumstances shall the successful Proposer assign to a third party any right r obligation of

successful Proposer pursuant to this Proposal without prior written consent of the Uni ersity If the

successful Proposer is or during the term of the contract resulting from this ITN beco e an individual

on the payroll of the State of Florida successful Proposer represents that he or she ha complied with all

applicable provisions in the Florida Statutes and Florida Administrative Code regardin outside or dual

employment and compensation

U Jurisdictional Applicability

Applicable provisions of all federal State of Florida county and municipal statutes la s ordinances

rules and regulations shall govern Proposal submitted hereto and any resulting contra t Lack of

knowledge by any Proposer shall not constitute a cognizable defense against the legal effect thereof

Disputes arising from or in connection with the contract shall be determined before Florida court of

competent jurisdiction or through an applicable administrative proceeding whichever s appropriate to

the circumstances under Florida law In the event that either party is required to obta n any permit

license or authorization as a prerequisite to performing its obligation under the contr ct the cost shall

be borne by the party required to obtain the permit license or authorization

V Governmental Restrictions

In the event any governmental restrictions may be imposed which would necessitate Iteration of the

terms of the contract resulting from this ITN it shall be the responsibility of the succe sful Proposer to

immediately notify the University in writing indicating the specific regulation which r quires the

alteration The University reserves the right to accept any such alteration including a y fee adjustments

occasioned thereby or to cancel the contract at no expense to the University

W Negotiation

In the event services are required to be performed or equipment required to be purc ased that are not

set out in the ITN but are within the general scope of the reqUirements the Universi and the

contractor hereby reserve the right to negotiate the terms covering the required serv ces or equipment

not to exceed $25000 per itemoccurrence

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-23

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FlORIDA TATE UNIVERSITY

X Additions Deletions and substitutions

The University reserves the right to add to or to delete any item from this ITN on a per odic basis as

necessary when deemed in the best interest of the University The contractor is respo sible for

submitting requests for such changes on a timely basis with sufficient documentation 0 allow

evaluation of the request When items are approved and added to the contract the c ntractor shall

maintain those items on the contact for a minimum of 120 days and sufficient quantit to accommodate

reasonable request or make provisions to offer substitute items as outlined in this sec ion

The University will consider substitutions for discontinued items provided that substit te items have

equivalent or greater featurescapabilities and shall be offered at the same or lower p ice as the item

replaced The University reserves the right to accept or reject substitutions

The University will consider the addition of newly released items provided that those i ems are offered

at the same percentage discount as similar items on the contract

The University will consider changes to contract items provided revisions are in accor nce with the

conditions and Specifications contained in this ITN The University reserves the right t accept or reject

changes proposed by the contractor

Y Equal Opportunity

The Contract must al all times during the term of the contract be in compliance with a I federal state

and local laws rules and regulations relating to the nondiscrimination clause containe in Section 202

Executive Order 11246 as amended by Executive Order 11375 relative to equal Empl yment

Opportunity for all person without regard to race color religion sex or national origi and the

implementing rules and regulations proscribed by the Secretary of Labor are incorpor ted into the terms

and conditions of this ITN

Z Governmental Action

It is mutually agreed that if at any time during the term of the contractual agreement he Contractor is

required to make extensive program changes as a direct result of any determination r action by any

applicable Federal State or Local Government authority the University will be willin to negotiate any

cost increase necessitated by such changes subject to availability of funds Any nego iated price

increase may not be implemented until a contract amendment signed by both parties is processed

through the Florida State University Facilities Purchasing Department

AA Travel

Travel expenses included in any contractpurchase order resulting from this ITN must e in accordance

with Section 112061 Florida Statutes

DCSI 010811 ElECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-24

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

BB Parties to the Contract

Parties to the contract will be the University and the contractor Payment will only be ade to the

contractor and in the name as it appears on the Proposal submitted and the resulting ontract

Cc Contractors Insurance

The Contractor shall not commence performance in connection with the contract unti he has obtained

all the following types of insurance and such insurance has been approved by the purc aser nor shall

the Contractor allow any subcontractor to commence work on his subcontract until all similar insurance

required for the subcontractor has been so obtained and approved All insurance poli ies shall be with

insurers qualified and doing business in Florida and with an AM Best rating of no les than AX The

purchaser shall be furnished proof of coverage of insurance by certificates of insuranc accompanying

the contract documents and shall name the Florida State University and Florida Board f Trustees as an

additional name insured The insurer shall provide 30 days written notice to the certi cate holder if a

policy is to be canceled before the expiration date thereof

The purchaser shall be exempt from and in no way liable for any sums of money that may represent a

deductible in any insurance policy The payment of such deductible shall be the sole r sponsibilityof

the Contract andor Subcontractor providing such insurance

1 Workers Compensation Insurance

The Contractor shall secure and maintain during the life of this agreement Workers mpensation

Insurance for all his employees connected with the work of this project and in case a y work is sublet

the Contractor shall require the subcontractor similarly to provide Workers Compens tion Insurance for

all the latters employee unless such insurance shall comply fully with the Florida Wor ers

Compensation Law In case any class of employees engaged in hazardous work under this contract at

the site of the project is not protected under Workers Compensation statute the Co tractor shall

provide and cause each subcontractor to provide adequate insurance satisfactory to he purchaser for

protection of his employees not otherwise protected

2 Contractors Public Liability and Property Damage Insurance

The Contractor shall secure and maintain during the life of this agreement COMPREH NSIVE GENERAL

L1ABNILITY AND COMPREHENSIVE AUTOMOBILE LIABILITY INSURANCE as shall protec him from claims

for damages personal injury including accidental death as well as claims for propert damages which

may arise from operations under this agreement whether such operations be by him If or by anyone

directly or indirectly employed by him and the amounts of such insurance shall be th minimum limit as

follows

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-25

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

1 Body Injury Liability $1000000 each acci nt

2 Auto Property Damage Liability $ 500000 each accid nt

3 Property Damage Liability- $1000000 each acci ent

(other than automobile) $1000000 aggregate operation

$1000000 aggregate protective

$1000000 aggregate contractual

Insuring clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended to provide coverage

on an OCCURRENCE basis

3 xcu (Explosion collapse underground damage) -the contractors liability P icy shall provide

xcu coverage for those classifications in which they are excluded

4 Contractual Liability - work contracts - The contractors liability policy shall co er such contracts

when they are affected

5 Subcontractors Public Liability and Property Damage Insurance

The Contractor shall require each of his subcontractors to secure and maintain during he life of this

contract insurance of the type specified above and insures the activities of his subco ractors in his

policy as specified above

Qualifications

All insurance poliCies shall be with insurers qualified and doing business in Florida

Proof of Insurance

Proof of insurance for all of the specified types and limits in the form of original Certif cates of Insurance

shall be delivered to the Facilities Purchasing Department within ten (10) days of exe tion of the

contract In lieu of original certificates certified copies of the actual policies may be f rnished

Whether certificates or policies are furnished the Florida State University and the Bo rd of Trustees

shall be deSignated as additional named insured Each such copy or certificate shall c ntain a valid

provision or endorsement that the policy may not be canceled terminated changed r modified

without giving thirty (30) days written advance notice thereof to the Universitys repr sentative A

renewal policy or certificate shall be delivered to the University at least thirty (30) da s prior to the

expiration date of each expiring policy If at any time any of the policies shall be or b come

unsatisfactory to the University as to form or substance or if any of the carriers issui g such policies

shall be or become unsatisfactory to the University Contractor shall promptly obtain a new and

satisfactory policy in replacement upon such written notice from the University

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-26

DIFFENBAUGH BUILDING PHASE I ELEVATOR NO 24516 FLORIDA

Original Copy

If determined necessary by the Universitys representative the Contractor shall delive

Universitys representative upon demand the original of any policy shall be returned t

Deductibles

The University shall be exempt from and in no way liable for any sums of money that

deductible in any insurance policy The payment of such deductible shall be the sole r

the Contractor andor subcontractor providing the insurance

DD Liability

The following Special Conditions supersedes General Conditions Number 21 Liability

to Negotiation Commodities Acknowledgment form

Contractors entire liability and the Universitys exclusive remedy shall be as follows

In all situations involving performance or non-performance under this Agreement th

be entitled to actual damages to the limits set forth in this provision

Contractors liability for damages to the University for any cause whatsoever and reg

TATE UNIVERSITY

to the

Contractor

may represent a

sponsibility of

n the Invitation

University shall

rdless of the form

of action whether in contract or in tort including negligence shall be limited to the gr ater of $100000

or the contract price stated herein for damages that are the subject of matter of or a e directly related

to the cause of action The foregOing limitation of liability will apply to

bull the payment of the cost of damage awards pertaining to patent and copyrigh indemnity or to

bull claims for re-procurement costs or the cost of cover pursuant to Rule 6C220 5(20) of the

Florida Administrative Code or to

bull claims for personal injury or damage to real or person property caused by Sel rs tortuous

conduct

Contractor shall hold and save the University harmless for any and all suits and judgm nts against the

State for personal injury or damage to real or personal property caused by Contracto s tortuous

conduct in the performance of this Agreement provided that

bull the University promptly notifies the Contractor in writing of any claim and

bull the Contractor shall be given the opportunity at its option to participate an associate with the

University in the control defense and trial of any claim and any related settle ent negotiations

and provided further that with respect to any claim or portion thereof for hich Contractor

agrees at the initiation of such claim that Contractor shall save an hold the U iversity harmless

Contractor shall have the sole control of the defense trial and any related se lement

negotiations and

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-27

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

bull the University fully cooperates with the Contractor in the defense of any claim

In no event however will Contractor be liable for

bull any damages caused by the Universitys failure to perform the Universitys res onsibilities or

for

bull any lost profits or other consequential damages even if Seller has been

advised of the possibility of such damages or for

bull any claim against the University by any other party e ept as provided

in the hold harmless provision of the preceding parag aph of this

provision and except as provided in Paragraph 18 of t e General

Conditions Patents and Royalties on the Invitation 0 Negotiation

Commodities Acknowledgment form or for

bull any damage caused by performance or non-performa ce of machine or

programming located outside the United State or Pue 0 Rico

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-28

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

SPECIAL TERMS AND CONDITIONS Payment shall be made in accordance with s 215422 FS which provides that agencies have 5 working days to inspect ampapprove goods ampservices unless bid specifications r the PO specifies otherwise If payment is not available within 40 days measured from t e latter of the date the invoice is received or the goods or services are received inspected an approved a separate interest penalty set by the Comptroller pursuant to s 5503 FS will b due and payable in addition to the invoice amount To obtain the applicable interest rate please contact the University Facilities Payables and Disbursements Section at (850) 644-047 Invoices returned to a vendor due to preparation errors will result in a payment elay Interest penalties of less than $1 will not be paid unless the vendor requests payment The payment period does not begin until all terms of the contract (including shi ping and billing instructions exactly as they are specified on the purchase order) hav been met and a properly completed invoice is provided the University The university reserve all administrative contractual and legal remedies against the contractor or vendor ho breaches any of the contract terms The employment of unauthorized aliens by any contractor is considered a viola ion of Section 274A(e) of the Immigration and Nationality Act If the contractor knowingly emp oys unauthorized aliens such violation shall be cause for cancellation of this purch se order Acceptance of this order serves as certification that the vendor or its principals (a) are not presently debarred suspended proposed for debarment declared ineligible 0 voluntarily excluded from covered transactions by any federal department or agency (b) ve not within a three-year period preceding this proposal been convicted of or had a civil judg ent rendered against them for commission of fraud or a criminal offense in connection with 0 taining attempting to obtain or performing a public (federal state or local) transaction r contract under a public transaction violation of federal or state antitrust statutes or commissio of embezzlement theft forgery bribery falsification or destruction of records rna ing false statements or receiving stolen property (c) are not presently indicted for or oth rwise criminally or civilly charged by a government entity (federal state or local) with commissi n of any of the offenses enumerated in paragraph (b) of this certification and (d) have not wit in a three-year period preceding this applicationproposal had one or more public transactions federal state or local) terminated for cause or default 52249-5 (a)-(f) Hazardous Material Identification and Material Safety Data When subcontract involves hazardous material Utilization of Small Business Concerns and Small Disadvantaged Business Concerns Walsh-Healey Public Contracts Act 52219-8 52222-20 Employment if the subcontract amount 52203-7001

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-29

Page 14: Invitation to Bid (ITB) til the dates - FSU Facilities · Invitation to Bid (ITB) ... Elevator renovation work includes, but is not limited to, ... hands-free telephone instrumen

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA STATE UNIVERSITY

E Door hangers tracks relating equipment and door closers The existing equipment in this category shall be retained and reused

205 ELECTRICAL CONTROL SYSTEMS

A Elevator single car control system The existing elevator controller system s II be retained and reused Make any required modifications to accommodate the new door perator controller car direction indictors and car operating panel system

B Top of car inspection station Completely new elevator code approved ar top inspection stations shall be installed on the top of each elevator The station shall contain all of the necessary operating devices required by code Locate the car top operating tation in position that will allow the elevator maintenance technician to gain control of the el vator car from the landing without the need to step on the car to access the car top station rovide two (2) car top lights for illuminating the work area One (1) light shall be mounted 0 a self coiling cord arrangement 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 fluorescen type equal to 150 watts output Suitable lamp guards are required Include a duplex type GFCI rotected electrical outlet

206 ELEVATOR OPERATING AND SIGNAL DEVICES

A Car operating station or panel The existing car operating panel shall be totall completely replaced with all new equipment of the following design 1 Full height and width swing panel and entrance column type panel compl te with heavy

duty type locking devices and adjustments to alleviate rattles and warpin Design the full swing type front return panel to permit a custom design appearance Inst II a suitably sized recessed metal box to enclose the signal devices behind the front return

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 cen r jewels for illumination with red LED lamps Match the button designs in the other el vator in the same building

3 Lower portion of operating station shall have door control buttons keyed alarm button Alarm button shall have a center jewel that illuminates red pushed

4 Electronic chime to indicate passing of floors 5 Provide an elevator car overload jewel and audible alarm This feature sh

operational until the elevator is completely modernized with new control

14220-11

6 Upper portion of the control station shall contain a tight fitting stainless st el cabinet door covering the firemens control buttons and features Door shall have a 10 that meets the latest fire code requirements Phase II operation instructions shall be lam ated to interior of the cabinet door The sub-plate and features inside the cabinet shall c ply with the control features that currently exist In the future the features shall be u -dated to comply with the ASME A171 Safety Code at the time of the elevator renovation

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION

quipment

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA STATE UNIVERSITY

7 Include firemens jewel that flashes when fire or smoke is in the machine oom or hoist way If this feature can be made operational at this time the flashing light shall be made to operate Otherwise the jewel shall be available for future use when the ntrol equipment is replaced

8 Include engraving for elevator serial number at the top of the panel 9 Below the elevator numbers locate a digital type car position indictor an

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 nd with 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 instruction p te for operating the phone The phone shall be Rath-Microtech brand amp model that fully mplies with the equipment currently being used by Telecommunications Department Flo ida State University Verify the design requirements prior to purchase of the phon equipment

12 Below the emergency telephone device provide an elevator service cabin t with a tight fitting stainless steel door Cabinet door shall be large enough to contain completely flush mounted clear Lexan brand certificate cover large enough to accommod te the State of Florida elevator operating certificate of standard size Door shall have a s itable 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 Provide engraving for elevator lifting capacity in both pounds and numbe of people 14 Furnish a light colored duplex type GFCI protected outlet grounded elect ical outlet located

as low as possible in the operating panel securely fastened to the rear of he panel 15 All markings shall be fastened from the rear and be easily replaceable if t ey become

damaged No markings shall appear to be surface mounted type 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 hall be polished

stainless steel materials 18 All display lamps shall be high intensity LED type 19 Front return panel when completed with new operating fixture devices s

professional design and quality and shall fit-up well in the new elevator c b structure

C Car riding lanterns New car riding lanterns shall be furnished and installed 0 each side of the cab opening The design shall be vandal resistant and include an electronic c ime and high intensity brilliant white and brilliant red LED lamps Locate at the required di ance from the floor level Chimes shall sound one (1) time for up traveling car and two (2) ti es for down traveling car Chime audible sound level shall be easily adjustable by the elev tor maintenance technicians Cover plates shall be held in place with countersunk spanner he matching material

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-12

screws of

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA STATE UtIIVERSITY

D Landing stations All of the existing landing stations shall be retained and reu

207 ELEVATOR CAB ENCLOSURE

A Elevator cab The existing elevator cab structure shall be completely remove with a new cab assembly The new cab shall include the following designs m features 1 Three (3) walls of the elevator cab shall be constructed of 14 gauges no

stainless steel with suitable reinforcement to prevent warping or rattling

ed

and replaced terials and

satin finished

2 The cab walls on three (3) sides shall be equipped with high quality replac able panels that are applied to the walls The panels shall be constructed and installed in t e following manner a There shall be three (3) applied panels across the rear of the cab and wo (2) panels on

each of the side walls Total number of panels in the cab shall be 14 II aligned to provide a professional appearance The lower panels shall be designe to allow for ventilation through the walls without exposed ventilation grills in the ase area of the cab

b Panels shall be divided at the handrail location allowing approximatel 5-6 spacing from the bottom of the top panels to the tops of the lower panels

c The top ofthe applied wall panels shall be set at approximately 7-4 bove the finished floor level

d The panels shall be approximately 78 total thickness using high qua ity wood core materials backed with laminate plastic for panel stabilization The fr t of the panels shall be faced with 5WL stainless steel materials approximately 18 ga ge materials

e The edges of all panels shall be equipped with 18 thickness stainless steel fabricated in an angle shape so that the edging can be attached to the rear of th panels with countersunk screws The edge materials shall be held as tightly as po ible around the panels to avoid large gaps in the materials Weld corners and grind 0 all sharp edges on the corners and remove any sharp edges on the edge materials T e stainless steel edging shall extend approximately 18 beyond the face of the 5WL f e materials

f Provide concealed ventilation grills or openings behind the wall panel 3 Design the total cab height to be approximately 8-2 total overall Eleva r Contractor shall

take field measurements to verify that a cab of this height will fit the exist ng car sling Adjust the height of the cab to fit if the existing car frame will not accept cab of that height

4 Top of the cab shall be heavy gauge furniture steel with baked on white e amel finish Thickness of the cab top along with the reinforcement shall support two 2) workmen along with their tools

5 The front return panels and transom shall be constructed of 14 gauge sati finished stainless steel materials

6 Cab base area shall be covered with 12 gauge stainless steel approximatel 5 high Laminate the metal to the wall panels with high quality industrial grade c ntact cement Smooth the top surfaces to remove sharp edges This straight base is to r inforce the base area to avoid denting and damage from floor buffers

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-13

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

erials Secure

7 Handrails shall be installed on three (3) sides of the elevator cab Rails sh II be constructed of heavy gauge round stainless steel with suitable number of matching su ports that will permit each rail to support at least 600 pounds at any location Return th ends of the rails toward the wall panels Provide oversize backing plates on the rear of the cab walls

8 Provide stainless steel bumper rails located approximately 8 above the fl or to the top of the rails The rails shall be constructed of 38 thick by 3 high solid stainl ss steel bumper rails Provide matching stainless steel supports for the rails designed to s pport at least 600 pounds on each rail at any location the rail Return the rails toward the II panels Provide oversize backing plates on the rear of the cab walls

9 The existing cab ceiling shall be handled as follows a Carefully remove the existing stainless steel ceiling and LED lighting sy tern without

damaging the materials This ceiling shall be installed in the new cab t a height of approximately 7-6 above the finished floor level

b As part of the new cab top provide a suitably located emergency exit anel that is arranged for removal through the top exit panel Align the exit with t e opening location in the existing cab ceiling

c Provide an electrical switch assembly on the top exit to prevent the el vator from moving unless the exit is closed and locked

d Height of the cab top and location of the cab ceiling shall be verified y Elevator Contractor prior to designing the cab drawings

10 Furnish and install new sandwich type construction car door panels with s itable reinforcement for the car door clutch and other devices Door shall be fa with 14 gauge no 4 stainless steel material

11 Threshold for the car door entrance shall be satin finished nickel silver rna with matching countersunk nickel silver bolts

12 Provide a new two (2) speed squirrel cage type exhaust blower with at Ie st 700 cubic feet per minute capacity on high speed Propeller fan is not acceptable

13 Furnish a new certificate frame that will accept standard size of State of FI rida operating certificate The flush mounted frame shall be incorporated in the swing d or for the service cabinet

14 Furnish and install a new Emergency telephone device Phone shall be Rat -Microtech model no 2100-967DVCA or other as approved by Owner Prior to purch se of the equipment Elevator Contractor shall verify the model number by contacti g Telecommunications Department of Florida State University Incorporate nto car operating panel

15 Provide high quality vinyl material protection pads and stainless steel pa buttons Install buttons with screws coated with Loctite no 290 tread sealer material t prevent removal without appropriate tools Pads shall also cover the front return panels i which cutouts shall be provided for operating devices

16 Provide stainless steel type 304 with no 4 satin finish 17 Provide any additional features as required by elevator code 18 Clean and polish the entire elevator cab prior to acceptance Cab shall ha e a like new

appearance except for any dents or deep scratches that remain as a resul of the existing damage

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-14

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

19 Furnish and install new cab flooring materials specified elsewhere Before install sheet type elastomeric goods to cover the entire floor area Glue d the plywood

208 ALARM BELL SYSTEM

A Retain the existing emergency alarm bell system provided it will function as

TATE UNIVERSITY

installing the cab wn the sheet to

quired hereinafter If a new alarm bell system is required provide as a requirement of this contract

209 CAR TOP RAILING SYSTEM

A Furnish and install a car-top safety railing system for added protection for ele ator technicians While working on the car top Comply with all code requirements on height a d mounting

210 ELECTRICAL WIRING AND WORK REQUIREMENTS

A Furnish and install new electrical wiring conductors and other wiring as requ red Install new NEC approved conduit conduit fittings electrical pull boxes raceways and du t work were required

B Emergency Car Lighting Provide LED type emergency car lighting system that will automatically illuminate when the normal power supply fails The LED lighting system shall e incorporated into the normal ceiling lighting system by installation of the emergency cab Ii hting system available from Electronic Controls Inc Cape Canaveral Florida Illuminate at least three (3) of the normal lighting fixtures with the emergency lighting system for a period at least four (4) hours after the loss of power Also provide emergency power supply for the larm bell as part of the emergency lighting system

PART 3 - EXECUTION

301 EXAMINATION

A Before fabricating the equipment or commencing elevator installation work i spect the complete hoist way and equipment platform dimensions machinery to be re sed pit area and machine room as constructed or modified verify all critical dimensions and e amine supporting structures and all other conditions under which elevator work is to be installe or performed Do not proceed with the elevator installationrenovation work until all conditi ns have been reviewed and evaluated

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

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-15

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

302 INSTALLATION

A Install new elevator system components and incorporate the equipment that and reused in a completely satisfactory installation

TATE UNIVERSITY

is being retained

1 Work to be performed by completely competent fully trained elevator in tallation personnel in accordance with the requirements of ASME AI71 elevator anufacturers installation instructions and approved shop drawings All elevator mecha ics working on this project shall hold current State of Florida Certificate of Competency license cards The use of temporary or probationary mechanics to perform work as a mechanic is not acceptable on this contract

2 Comply with the National Electrical Code and ASME A175 for elevator el required during installation of this equipment

3 Perform work with skilled workmen under the direct control and supervis on of the Elevator Contractors experienced foreman and superintendent The Owner Arch tect and Elevator Consultant shall reserve the right to interview all employees assigned to ork on this project and require that any unsuitable employees in their sole opinion e removed from the site

4 Mount all moving elevator components on vibration absorbing mounts d signed to effectively prevent the transmissions to the structure and eliminate sour es of structure borne noise from the elevator system

303 FIELD QUALITY CONTROL

A Acceptance testing Upon completion of the elevator installation work and b fore use of the elevator equipment performance acceptance tests are required to demonstr te that the equipment will sustain and lift the loads for which the elevator was initially d signed Test weights shall be provided to perform these tests and must be used to demon trate the performance in the presence of representatives of the Owner Elevator Cons Itant and a State of Florida licensed CEI (QEI) elevator inspector Elevator inspector shall not b a former or current employee of the Elevator Contractor

B Advise the Architect Owner Elevator Consultant and CEllicensed elevator in ector at least five (5) business days in advance of the date and time the testing is to be pe rmed on the elevator equipment

304 ADJUSTING WORK

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

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-16

elevator

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

305 CLEANING

A Before final acceptance remove all protective materials from the finished su the plastic sheeting All of the elevator equipment must be cleaned prior to Fi

TATE UNIVERSITY

ces including al Acceptance

B At completion of the elevator work remove all tools equipment surplus mat rials and the like from the site Remove all trash and debris during the clean-up Thoroughly cI an up all oil spills and residue

307 TURNOVER OF DOCUMENTS TOOLS AND OTHER SUCH REQUIREMENTS

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

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

C Provide at least twelve (12) sets of all elevator keys to the Owner except for t e elevator door keys

308 COMPLETION DATE

A The installation is not considered complete until the complete project has be considered to have been performed in a first-class professional manner and is completely ceptable to the Owner and Elevator Consultant Further all adjustments load tests perfor ance tests and punch-lists must be completed All required documents special tools archiv I information and the like must be turned over to the Owner prior to establishing the final com letion date

B The Owner Elevator Contractor and Elevator Consultant must be in agreeme t as to the completion date and date the warranty shall commence

309 ELEVATOR SCHEDULE

A Number of elevators - One (1) Westinghouse Elevator Company brand elevat r previously

modified by Mowrey Elevator Corporation

B Elevator type - Electric Oil-Hydraulic

C Speed - Approximately 200 feet per minute Set down speed at 180 feet per inute in down

direction with no load on the elevator

D Control system - Omron microprocessor type installed by Mowrey Elevator

E Door type - Center-Opening side-sliding 3-6 wide by 7-0 high

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-17

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

F Warranty - Twelve (2) months after completion and acceptance by the Owner

310 ELEVATOR CONTRACTOR PERFORMANCE REQUIREMENTS UNDER THIS CONTR

A Considering that this is a time if of the essence Contract the expectation

require the Elevator Contractor be mindful of the need for prompt handling

Contract Consequently rigid timelines are being established prior to accepta

B After award of the elevator contract work or issuance of a notice to pro

Contractor shall perform the work as follows

TATE UNIVERSITY

CT

of the Owner do

all aspects of this

ce of bids

ed the Elevator

1 Provide all required submittals shop drawings samples etc within thirty 30) of the

contract award notification

2 Elevator Contractor shall allow ten (10) work days for the review and app val process and

time to return the submittal documents Elevator Contractor is expected 0 travel to the

FSU Campus to the pick-up the approved or approved as noted docu ents and samples

at the location designated in advance

3 Elevator Contractor shall make all necessary arrangements to obtain all m terials to be

installed under this contract including handling appropriate delivery of al such materials to

the work site no later than ten (10) weeks from the date the approval pr cess has been

completed and the required documents are returned to Elevator Contrac or

4 Elevator Contractor shall notify the Owner in seven (7) calendar days adv nce of the exact

date of the elevator being removed from service so that information reg rding the elevator

renovation work can be provided to the building management personnel nd students

5 Any questions regarding the requirements scheduling needs or other con erns shall be

handled by both parties in a manner that should not delay the work sche ule on the site

6 Once the elevator is removed from service the work schedule shall conti ue without

interruption until the project has been completed The Elevator Contract r shall complete

all work on the elevator within eighteen (18) calendar days from the tim the elevator is

removed from service This time period includes all testing adjusting cle ning painting

trash removal and all other associated work In the event the Elevator Co tractor

anticipates requiring additional time to perform the work this work shall e included as

overtime or shift work and shall be included in the bid price

7 When the work is commenced on the elevator no delays wit be accepte by the Owner

unless the delays are caused by fires storms floods civil disruption the

materials labor strikes or similar causes over which neither party has not

8 When Elevator Contractor submits a bid for this work he or she complet y accepts the

requirements of the technical speCifications and the Elevator Contractor

Requirements stated herein

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-18

ontrol

erformance

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

SPECIAL TERMS AND CONDITIONS

A Public Inspection

In accordance with Florida Statutes the ITN shall not be made available for public ins ction until the

University provides notice of a decision or intended decision pursuant to s312053 (5) ) Florida Status

or within 10 days after the opening date whichever is earlier

B Written Communications Required

No negotiations decisions or actions shall be initiated or executed by the Proposer a a result of any

discussion with any University employee Only those communications that are in writ ng from the

University Facilities Purchasing Department shall be considered as a duly authorized e pression on

behalf of the University Also the University will recognize only communications fro Proposers that

are signed and in writing as duly authorized expression on behalf of the Proposer

C Formal Offer

A Proposers written submission in response to the ITN shall be considered as the Pro osers formal

offer The content of the ITN the Proposers submission in response to the ITN and r suiting

contractpurchase order(s) shall be considered the entire agreement between the su essful Proposer

and the University It is understood and agreed that nothing herein is intended or sh uld be construed

as constituting the Proposer as the agent or representative of the University for any p rpose or in any

manner whatsoever The Proposer is and shall remain an independent contractor 0 erating in

accordance with the terms and conditions of the license granted as a result of this Inv ation of

Negotiation

D Interpretations

Proposers shall examine the ITN to determine if the Universitys requirements are de rly stated If

there are any requirements that are too vague or restrict competition the Proposer ay request in

writing that the specifications be changed A Proposer who request change in the sp cifications must

identify and describe the Proposers difficulty in meeting the Universitys specificatio must provide

detailed justification for the change and must provide a recommended change to the specification

Request for changes must be received in the Facilities Purchasing Department by the lose of the

business day not later than the entry note in the Calendar of Events area of this IT as the last to

receive written inquiries regarding the Proposal A Proposers failure to request chan es by the

permissible date shall be considered acceptance of the Universitys Specifications and a waiver of the

Proposers right to protest the ITN on the basis of Specifications The University rese es the right to

determine which changes to the ITN shall be acceptable to the University If required the University

shall issue an addendum reflecting the changes to the INT This addendum shall be s nt to all Proposers

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-19

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

so that each is given the opportunity of submitting proposals to the same Specificatio

Specifications shall be considered the Universitys minimum mandate requirements

E Verbal Communications

TATE UNIVERSITY

Said

Proposers may not consider any verbal instructions as an official expression on the Un versitys behalf

Only written communications Signed by a duly authorized representative of the Facili ies Purchasing

Office shall be considered valid

F Proposal Tabulation

A Proposal Tabulation that serves as the Notice of Award to the Proposer of receivi the contract

award will be posted for review by interest parties at the University Facilities Purchasi g Department on

the day noted in the Calendar of Events area of this ITN and will remain posted for a period of

seventy-two (72) hours Any person who is adversely effected by this University decis on or intended

decisions as detailed above in connection with this ITN shall file a written Notice of rotest with the

Director of Facilities Purchasing Failure to file a Notice of Protest within the 72 hour after the

protested University intended decisions is posted shall constitute a waiver of proceed gs under s120

Florida Statutes A Notice of Protest is considered filed when it is delivered to Facili ies Purchasing

Department 969 Learning Way 114 MMA Tallahassee Florida 32306 during normal ours of operation

of the file a Formal Written Protest and the bond required under Rule 6C-18055(3) lorida

Administrative Code (FAC) with ten (10) days after filing the Notice of Protest in the ccordance with

Rule 6C2-2015(13) FAC shall constitute a waiver of the Proposers right to protest un er s12057(3)(b)

Florida Statutes

G Mandatory Requirements

Any proposal that fails to meet mandatory Specifications stated in the ITN may be rej cted Any

proposal that does not comply with the functional cost or contractual requirements i the ITN may be

rejected In addition to the requirements of paragraph (8) Awards of the General Co ditions on the

Invitation of Negation Commodities Acknowledgment form the University shall not b liable to pay for

information obtained from or through any Proposer prior to issuing the purchase ord r to the successful

Proposer

H Minor Irregularities

The University reserves the right to waive minor irregularities in proposals providing uch action is in

the best interest ofthe University Minor irregularities are defined as those that hav no adverse affect

of the Universitys interest will not affect the amount of the Proposal and will not giv a Proposer an

advantage or benefit not enjoyed by another Proposer

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-20

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

I Format

Each proposal shall be prepared simply and economically providing a straight forward concise

delineation of the Proposers capabilities to satisfy the Specifications of the ITN Fancy binding colored

display and promotional materials are not desired However technical literature and ictures of

proposed equipment should be included in the proposal Emphasis in each proposal ust be on

completeness and clarity of contents To expedite the evaluation of Proposals it is es ential that

Proposers follow the format and instructions contained herein Failure to follow the r quested format

may result in rejections

J Extension Errors

In the event of extension error(s) the unit price will prevail and the Proposers Total er will be

corrected accordingly In the event of addition errors the extended totals will prevail nd the

Proposers Total Offer will be corrected accordingly Proposers must check their Prop sal for any such

errors and state the discount(s) where applicable

K University Point of Contact

The Proposers pOint of contact for all matters relating to this ITN is

Betty-Jean (BJ) Lewis

Florida State University Facilities Purchasing Department

969 Learning Way 102A MMA

Tallahassee Florida 32306

Fax (850) 644-5071

E-mail blewisadminfsuedu

Written questions on this ITN must be submitted to Betty-Jean (BJ) Lewis Questions ust be received

by the date listed for that event in the Calendar of Events After that date no inqui ies regarding the

Proposal oral or written will be accepted

L Contractor Point of Contact

Each Proposer shall identify in its submittal the single point of contact for all matters elation to the

response

M Proposal Materials

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-21

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

The materials submitted in response to this ITN become the property of the Universit upon delivery to

the Facilities Purchasing Department All of the materials will considered as part of th ITN and will be

subject to review as public records 10 days after the ITN is opened or an award is mad whichever

occurs first

N Proposal Rejection

The University shall have the right to reject any or all Proposals and in particular reje a Proposal not

accompanied by data required by the ITN or Proposal in any way incomplete or irreg ar including

omissions of pricing Conditional Proposals will not be accepted

O Conflict Between Document

If any terms and conditions contained within the documents related to this ITN are in onflict with any

other terms and conditions contained therein then the various documents comprisin this ITN as

applicable shall govern in the following order of the precedence AmendmentChange Order Addenda

ITN Terms and Conditions ITN Specifications ITN Responsibilities general conditions f the ITN

Proposal

P Additions Deletions Substitutions

Should the University find it necessary to supplement modify correct or interpret an portion of the

ITN during the Proposal period such action shall be taken by issuance of a written Ad endum to the

documents distributed to all known prospective Proposers Addenda will be issued no less than seven

(7) calendar days prior to the date scheduled for receipt of Proposals

Q Interpretation

Neither interpretation of the meaning of the ITN documents nor any corrections of a biguity

inconsistency or error will be made to any Proposer orally All such communications ill be in the form

of written addenda as issued by the Selection Community Only written addenda issu d by the Selection

Community shall be binding Proposers are advised that no other source is authorize to accept or give

information concerning explain or interpret the ITN

R Addenda Acknowledgment Form

Any addenda issued by the University to participating Proposers shall include an Add nda

Acknowledgment Form This form shall be signed by a company representative dat d and returned to

the University by the date specified in the Calendar of Events for Proposals to be 0 ned

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-22

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

S Amendments

Any amendments alterations or modifications to the contract resulting from this ITN ust be in the

form of a change order to the original contract and have the written approval of the F cilities Purchasing

Department and must be signed or initialed and approved by the same signatories not d on the ITN

T Assignment

Under no circumstances shall the successful Proposer assign to a third party any right r obligation of

successful Proposer pursuant to this Proposal without prior written consent of the Uni ersity If the

successful Proposer is or during the term of the contract resulting from this ITN beco e an individual

on the payroll of the State of Florida successful Proposer represents that he or she ha complied with all

applicable provisions in the Florida Statutes and Florida Administrative Code regardin outside or dual

employment and compensation

U Jurisdictional Applicability

Applicable provisions of all federal State of Florida county and municipal statutes la s ordinances

rules and regulations shall govern Proposal submitted hereto and any resulting contra t Lack of

knowledge by any Proposer shall not constitute a cognizable defense against the legal effect thereof

Disputes arising from or in connection with the contract shall be determined before Florida court of

competent jurisdiction or through an applicable administrative proceeding whichever s appropriate to

the circumstances under Florida law In the event that either party is required to obta n any permit

license or authorization as a prerequisite to performing its obligation under the contr ct the cost shall

be borne by the party required to obtain the permit license or authorization

V Governmental Restrictions

In the event any governmental restrictions may be imposed which would necessitate Iteration of the

terms of the contract resulting from this ITN it shall be the responsibility of the succe sful Proposer to

immediately notify the University in writing indicating the specific regulation which r quires the

alteration The University reserves the right to accept any such alteration including a y fee adjustments

occasioned thereby or to cancel the contract at no expense to the University

W Negotiation

In the event services are required to be performed or equipment required to be purc ased that are not

set out in the ITN but are within the general scope of the reqUirements the Universi and the

contractor hereby reserve the right to negotiate the terms covering the required serv ces or equipment

not to exceed $25000 per itemoccurrence

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-23

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FlORIDA TATE UNIVERSITY

X Additions Deletions and substitutions

The University reserves the right to add to or to delete any item from this ITN on a per odic basis as

necessary when deemed in the best interest of the University The contractor is respo sible for

submitting requests for such changes on a timely basis with sufficient documentation 0 allow

evaluation of the request When items are approved and added to the contract the c ntractor shall

maintain those items on the contact for a minimum of 120 days and sufficient quantit to accommodate

reasonable request or make provisions to offer substitute items as outlined in this sec ion

The University will consider substitutions for discontinued items provided that substit te items have

equivalent or greater featurescapabilities and shall be offered at the same or lower p ice as the item

replaced The University reserves the right to accept or reject substitutions

The University will consider the addition of newly released items provided that those i ems are offered

at the same percentage discount as similar items on the contract

The University will consider changes to contract items provided revisions are in accor nce with the

conditions and Specifications contained in this ITN The University reserves the right t accept or reject

changes proposed by the contractor

Y Equal Opportunity

The Contract must al all times during the term of the contract be in compliance with a I federal state

and local laws rules and regulations relating to the nondiscrimination clause containe in Section 202

Executive Order 11246 as amended by Executive Order 11375 relative to equal Empl yment

Opportunity for all person without regard to race color religion sex or national origi and the

implementing rules and regulations proscribed by the Secretary of Labor are incorpor ted into the terms

and conditions of this ITN

Z Governmental Action

It is mutually agreed that if at any time during the term of the contractual agreement he Contractor is

required to make extensive program changes as a direct result of any determination r action by any

applicable Federal State or Local Government authority the University will be willin to negotiate any

cost increase necessitated by such changes subject to availability of funds Any nego iated price

increase may not be implemented until a contract amendment signed by both parties is processed

through the Florida State University Facilities Purchasing Department

AA Travel

Travel expenses included in any contractpurchase order resulting from this ITN must e in accordance

with Section 112061 Florida Statutes

DCSI 010811 ElECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-24

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

BB Parties to the Contract

Parties to the contract will be the University and the contractor Payment will only be ade to the

contractor and in the name as it appears on the Proposal submitted and the resulting ontract

Cc Contractors Insurance

The Contractor shall not commence performance in connection with the contract unti he has obtained

all the following types of insurance and such insurance has been approved by the purc aser nor shall

the Contractor allow any subcontractor to commence work on his subcontract until all similar insurance

required for the subcontractor has been so obtained and approved All insurance poli ies shall be with

insurers qualified and doing business in Florida and with an AM Best rating of no les than AX The

purchaser shall be furnished proof of coverage of insurance by certificates of insuranc accompanying

the contract documents and shall name the Florida State University and Florida Board f Trustees as an

additional name insured The insurer shall provide 30 days written notice to the certi cate holder if a

policy is to be canceled before the expiration date thereof

The purchaser shall be exempt from and in no way liable for any sums of money that may represent a

deductible in any insurance policy The payment of such deductible shall be the sole r sponsibilityof

the Contract andor Subcontractor providing such insurance

1 Workers Compensation Insurance

The Contractor shall secure and maintain during the life of this agreement Workers mpensation

Insurance for all his employees connected with the work of this project and in case a y work is sublet

the Contractor shall require the subcontractor similarly to provide Workers Compens tion Insurance for

all the latters employee unless such insurance shall comply fully with the Florida Wor ers

Compensation Law In case any class of employees engaged in hazardous work under this contract at

the site of the project is not protected under Workers Compensation statute the Co tractor shall

provide and cause each subcontractor to provide adequate insurance satisfactory to he purchaser for

protection of his employees not otherwise protected

2 Contractors Public Liability and Property Damage Insurance

The Contractor shall secure and maintain during the life of this agreement COMPREH NSIVE GENERAL

L1ABNILITY AND COMPREHENSIVE AUTOMOBILE LIABILITY INSURANCE as shall protec him from claims

for damages personal injury including accidental death as well as claims for propert damages which

may arise from operations under this agreement whether such operations be by him If or by anyone

directly or indirectly employed by him and the amounts of such insurance shall be th minimum limit as

follows

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-25

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

1 Body Injury Liability $1000000 each acci nt

2 Auto Property Damage Liability $ 500000 each accid nt

3 Property Damage Liability- $1000000 each acci ent

(other than automobile) $1000000 aggregate operation

$1000000 aggregate protective

$1000000 aggregate contractual

Insuring clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended to provide coverage

on an OCCURRENCE basis

3 xcu (Explosion collapse underground damage) -the contractors liability P icy shall provide

xcu coverage for those classifications in which they are excluded

4 Contractual Liability - work contracts - The contractors liability policy shall co er such contracts

when they are affected

5 Subcontractors Public Liability and Property Damage Insurance

The Contractor shall require each of his subcontractors to secure and maintain during he life of this

contract insurance of the type specified above and insures the activities of his subco ractors in his

policy as specified above

Qualifications

All insurance poliCies shall be with insurers qualified and doing business in Florida

Proof of Insurance

Proof of insurance for all of the specified types and limits in the form of original Certif cates of Insurance

shall be delivered to the Facilities Purchasing Department within ten (10) days of exe tion of the

contract In lieu of original certificates certified copies of the actual policies may be f rnished

Whether certificates or policies are furnished the Florida State University and the Bo rd of Trustees

shall be deSignated as additional named insured Each such copy or certificate shall c ntain a valid

provision or endorsement that the policy may not be canceled terminated changed r modified

without giving thirty (30) days written advance notice thereof to the Universitys repr sentative A

renewal policy or certificate shall be delivered to the University at least thirty (30) da s prior to the

expiration date of each expiring policy If at any time any of the policies shall be or b come

unsatisfactory to the University as to form or substance or if any of the carriers issui g such policies

shall be or become unsatisfactory to the University Contractor shall promptly obtain a new and

satisfactory policy in replacement upon such written notice from the University

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-26

DIFFENBAUGH BUILDING PHASE I ELEVATOR NO 24516 FLORIDA

Original Copy

If determined necessary by the Universitys representative the Contractor shall delive

Universitys representative upon demand the original of any policy shall be returned t

Deductibles

The University shall be exempt from and in no way liable for any sums of money that

deductible in any insurance policy The payment of such deductible shall be the sole r

the Contractor andor subcontractor providing the insurance

DD Liability

The following Special Conditions supersedes General Conditions Number 21 Liability

to Negotiation Commodities Acknowledgment form

Contractors entire liability and the Universitys exclusive remedy shall be as follows

In all situations involving performance or non-performance under this Agreement th

be entitled to actual damages to the limits set forth in this provision

Contractors liability for damages to the University for any cause whatsoever and reg

TATE UNIVERSITY

to the

Contractor

may represent a

sponsibility of

n the Invitation

University shall

rdless of the form

of action whether in contract or in tort including negligence shall be limited to the gr ater of $100000

or the contract price stated herein for damages that are the subject of matter of or a e directly related

to the cause of action The foregOing limitation of liability will apply to

bull the payment of the cost of damage awards pertaining to patent and copyrigh indemnity or to

bull claims for re-procurement costs or the cost of cover pursuant to Rule 6C220 5(20) of the

Florida Administrative Code or to

bull claims for personal injury or damage to real or person property caused by Sel rs tortuous

conduct

Contractor shall hold and save the University harmless for any and all suits and judgm nts against the

State for personal injury or damage to real or personal property caused by Contracto s tortuous

conduct in the performance of this Agreement provided that

bull the University promptly notifies the Contractor in writing of any claim and

bull the Contractor shall be given the opportunity at its option to participate an associate with the

University in the control defense and trial of any claim and any related settle ent negotiations

and provided further that with respect to any claim or portion thereof for hich Contractor

agrees at the initiation of such claim that Contractor shall save an hold the U iversity harmless

Contractor shall have the sole control of the defense trial and any related se lement

negotiations and

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-27

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

bull the University fully cooperates with the Contractor in the defense of any claim

In no event however will Contractor be liable for

bull any damages caused by the Universitys failure to perform the Universitys res onsibilities or

for

bull any lost profits or other consequential damages even if Seller has been

advised of the possibility of such damages or for

bull any claim against the University by any other party e ept as provided

in the hold harmless provision of the preceding parag aph of this

provision and except as provided in Paragraph 18 of t e General

Conditions Patents and Royalties on the Invitation 0 Negotiation

Commodities Acknowledgment form or for

bull any damage caused by performance or non-performa ce of machine or

programming located outside the United State or Pue 0 Rico

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-28

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

SPECIAL TERMS AND CONDITIONS Payment shall be made in accordance with s 215422 FS which provides that agencies have 5 working days to inspect ampapprove goods ampservices unless bid specifications r the PO specifies otherwise If payment is not available within 40 days measured from t e latter of the date the invoice is received or the goods or services are received inspected an approved a separate interest penalty set by the Comptroller pursuant to s 5503 FS will b due and payable in addition to the invoice amount To obtain the applicable interest rate please contact the University Facilities Payables and Disbursements Section at (850) 644-047 Invoices returned to a vendor due to preparation errors will result in a payment elay Interest penalties of less than $1 will not be paid unless the vendor requests payment The payment period does not begin until all terms of the contract (including shi ping and billing instructions exactly as they are specified on the purchase order) hav been met and a properly completed invoice is provided the University The university reserve all administrative contractual and legal remedies against the contractor or vendor ho breaches any of the contract terms The employment of unauthorized aliens by any contractor is considered a viola ion of Section 274A(e) of the Immigration and Nationality Act If the contractor knowingly emp oys unauthorized aliens such violation shall be cause for cancellation of this purch se order Acceptance of this order serves as certification that the vendor or its principals (a) are not presently debarred suspended proposed for debarment declared ineligible 0 voluntarily excluded from covered transactions by any federal department or agency (b) ve not within a three-year period preceding this proposal been convicted of or had a civil judg ent rendered against them for commission of fraud or a criminal offense in connection with 0 taining attempting to obtain or performing a public (federal state or local) transaction r contract under a public transaction violation of federal or state antitrust statutes or commissio of embezzlement theft forgery bribery falsification or destruction of records rna ing false statements or receiving stolen property (c) are not presently indicted for or oth rwise criminally or civilly charged by a government entity (federal state or local) with commissi n of any of the offenses enumerated in paragraph (b) of this certification and (d) have not wit in a three-year period preceding this applicationproposal had one or more public transactions federal state or local) terminated for cause or default 52249-5 (a)-(f) Hazardous Material Identification and Material Safety Data When subcontract involves hazardous material Utilization of Small Business Concerns and Small Disadvantaged Business Concerns Walsh-Healey Public Contracts Act 52219-8 52222-20 Employment if the subcontract amount 52203-7001

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-29

Page 15: Invitation to Bid (ITB) til the dates - FSU Facilities · Invitation to Bid (ITB) ... Elevator renovation work includes, but is not limited to, ... hands-free telephone instrumen

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA STATE UNIVERSITY

7 Include firemens jewel that flashes when fire or smoke is in the machine oom or hoist way If this feature can be made operational at this time the flashing light shall be made to operate Otherwise the jewel shall be available for future use when the ntrol equipment is replaced

8 Include engraving for elevator serial number at the top of the panel 9 Below the elevator numbers locate a digital type car position indictor an

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 nd with 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 instruction p te for operating the phone The phone shall be Rath-Microtech brand amp model that fully mplies with the equipment currently being used by Telecommunications Department Flo ida State University Verify the design requirements prior to purchase of the phon equipment

12 Below the emergency telephone device provide an elevator service cabin t with a tight fitting stainless steel door Cabinet door shall be large enough to contain completely flush mounted clear Lexan brand certificate cover large enough to accommod te the State of Florida elevator operating certificate of standard size Door shall have a s itable 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 Provide engraving for elevator lifting capacity in both pounds and numbe of people 14 Furnish a light colored duplex type GFCI protected outlet grounded elect ical outlet located

as low as possible in the operating panel securely fastened to the rear of he panel 15 All markings shall be fastened from the rear and be easily replaceable if t ey become

damaged No markings shall appear to be surface mounted type 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 hall be polished

stainless steel materials 18 All display lamps shall be high intensity LED type 19 Front return panel when completed with new operating fixture devices s

professional design and quality and shall fit-up well in the new elevator c b structure

C Car riding lanterns New car riding lanterns shall be furnished and installed 0 each side of the cab opening The design shall be vandal resistant and include an electronic c ime and high intensity brilliant white and brilliant red LED lamps Locate at the required di ance from the floor level Chimes shall sound one (1) time for up traveling car and two (2) ti es for down traveling car Chime audible sound level shall be easily adjustable by the elev tor maintenance technicians Cover plates shall be held in place with countersunk spanner he matching material

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-12

screws of

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA STATE UtIIVERSITY

D Landing stations All of the existing landing stations shall be retained and reu

207 ELEVATOR CAB ENCLOSURE

A Elevator cab The existing elevator cab structure shall be completely remove with a new cab assembly The new cab shall include the following designs m features 1 Three (3) walls of the elevator cab shall be constructed of 14 gauges no

stainless steel with suitable reinforcement to prevent warping or rattling

ed

and replaced terials and

satin finished

2 The cab walls on three (3) sides shall be equipped with high quality replac able panels that are applied to the walls The panels shall be constructed and installed in t e following manner a There shall be three (3) applied panels across the rear of the cab and wo (2) panels on

each of the side walls Total number of panels in the cab shall be 14 II aligned to provide a professional appearance The lower panels shall be designe to allow for ventilation through the walls without exposed ventilation grills in the ase area of the cab

b Panels shall be divided at the handrail location allowing approximatel 5-6 spacing from the bottom of the top panels to the tops of the lower panels

c The top ofthe applied wall panels shall be set at approximately 7-4 bove the finished floor level

d The panels shall be approximately 78 total thickness using high qua ity wood core materials backed with laminate plastic for panel stabilization The fr t of the panels shall be faced with 5WL stainless steel materials approximately 18 ga ge materials

e The edges of all panels shall be equipped with 18 thickness stainless steel fabricated in an angle shape so that the edging can be attached to the rear of th panels with countersunk screws The edge materials shall be held as tightly as po ible around the panels to avoid large gaps in the materials Weld corners and grind 0 all sharp edges on the corners and remove any sharp edges on the edge materials T e stainless steel edging shall extend approximately 18 beyond the face of the 5WL f e materials

f Provide concealed ventilation grills or openings behind the wall panel 3 Design the total cab height to be approximately 8-2 total overall Eleva r Contractor shall

take field measurements to verify that a cab of this height will fit the exist ng car sling Adjust the height of the cab to fit if the existing car frame will not accept cab of that height

4 Top of the cab shall be heavy gauge furniture steel with baked on white e amel finish Thickness of the cab top along with the reinforcement shall support two 2) workmen along with their tools

5 The front return panels and transom shall be constructed of 14 gauge sati finished stainless steel materials

6 Cab base area shall be covered with 12 gauge stainless steel approximatel 5 high Laminate the metal to the wall panels with high quality industrial grade c ntact cement Smooth the top surfaces to remove sharp edges This straight base is to r inforce the base area to avoid denting and damage from floor buffers

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-13

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

erials Secure

7 Handrails shall be installed on three (3) sides of the elevator cab Rails sh II be constructed of heavy gauge round stainless steel with suitable number of matching su ports that will permit each rail to support at least 600 pounds at any location Return th ends of the rails toward the wall panels Provide oversize backing plates on the rear of the cab walls

8 Provide stainless steel bumper rails located approximately 8 above the fl or to the top of the rails The rails shall be constructed of 38 thick by 3 high solid stainl ss steel bumper rails Provide matching stainless steel supports for the rails designed to s pport at least 600 pounds on each rail at any location the rail Return the rails toward the II panels Provide oversize backing plates on the rear of the cab walls

9 The existing cab ceiling shall be handled as follows a Carefully remove the existing stainless steel ceiling and LED lighting sy tern without

damaging the materials This ceiling shall be installed in the new cab t a height of approximately 7-6 above the finished floor level

b As part of the new cab top provide a suitably located emergency exit anel that is arranged for removal through the top exit panel Align the exit with t e opening location in the existing cab ceiling

c Provide an electrical switch assembly on the top exit to prevent the el vator from moving unless the exit is closed and locked

d Height of the cab top and location of the cab ceiling shall be verified y Elevator Contractor prior to designing the cab drawings

10 Furnish and install new sandwich type construction car door panels with s itable reinforcement for the car door clutch and other devices Door shall be fa with 14 gauge no 4 stainless steel material

11 Threshold for the car door entrance shall be satin finished nickel silver rna with matching countersunk nickel silver bolts

12 Provide a new two (2) speed squirrel cage type exhaust blower with at Ie st 700 cubic feet per minute capacity on high speed Propeller fan is not acceptable

13 Furnish a new certificate frame that will accept standard size of State of FI rida operating certificate The flush mounted frame shall be incorporated in the swing d or for the service cabinet

14 Furnish and install a new Emergency telephone device Phone shall be Rat -Microtech model no 2100-967DVCA or other as approved by Owner Prior to purch se of the equipment Elevator Contractor shall verify the model number by contacti g Telecommunications Department of Florida State University Incorporate nto car operating panel

15 Provide high quality vinyl material protection pads and stainless steel pa buttons Install buttons with screws coated with Loctite no 290 tread sealer material t prevent removal without appropriate tools Pads shall also cover the front return panels i which cutouts shall be provided for operating devices

16 Provide stainless steel type 304 with no 4 satin finish 17 Provide any additional features as required by elevator code 18 Clean and polish the entire elevator cab prior to acceptance Cab shall ha e a like new

appearance except for any dents or deep scratches that remain as a resul of the existing damage

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-14

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

19 Furnish and install new cab flooring materials specified elsewhere Before install sheet type elastomeric goods to cover the entire floor area Glue d the plywood

208 ALARM BELL SYSTEM

A Retain the existing emergency alarm bell system provided it will function as

TATE UNIVERSITY

installing the cab wn the sheet to

quired hereinafter If a new alarm bell system is required provide as a requirement of this contract

209 CAR TOP RAILING SYSTEM

A Furnish and install a car-top safety railing system for added protection for ele ator technicians While working on the car top Comply with all code requirements on height a d mounting

210 ELECTRICAL WIRING AND WORK REQUIREMENTS

A Furnish and install new electrical wiring conductors and other wiring as requ red Install new NEC approved conduit conduit fittings electrical pull boxes raceways and du t work were required

B Emergency Car Lighting Provide LED type emergency car lighting system that will automatically illuminate when the normal power supply fails The LED lighting system shall e incorporated into the normal ceiling lighting system by installation of the emergency cab Ii hting system available from Electronic Controls Inc Cape Canaveral Florida Illuminate at least three (3) of the normal lighting fixtures with the emergency lighting system for a period at least four (4) hours after the loss of power Also provide emergency power supply for the larm bell as part of the emergency lighting system

PART 3 - EXECUTION

301 EXAMINATION

A Before fabricating the equipment or commencing elevator installation work i spect the complete hoist way and equipment platform dimensions machinery to be re sed pit area and machine room as constructed or modified verify all critical dimensions and e amine supporting structures and all other conditions under which elevator work is to be installe or performed Do not proceed with the elevator installationrenovation work until all conditi ns have been reviewed and evaluated

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

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-15

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

302 INSTALLATION

A Install new elevator system components and incorporate the equipment that and reused in a completely satisfactory installation

TATE UNIVERSITY

is being retained

1 Work to be performed by completely competent fully trained elevator in tallation personnel in accordance with the requirements of ASME AI71 elevator anufacturers installation instructions and approved shop drawings All elevator mecha ics working on this project shall hold current State of Florida Certificate of Competency license cards The use of temporary or probationary mechanics to perform work as a mechanic is not acceptable on this contract

2 Comply with the National Electrical Code and ASME A175 for elevator el required during installation of this equipment

3 Perform work with skilled workmen under the direct control and supervis on of the Elevator Contractors experienced foreman and superintendent The Owner Arch tect and Elevator Consultant shall reserve the right to interview all employees assigned to ork on this project and require that any unsuitable employees in their sole opinion e removed from the site

4 Mount all moving elevator components on vibration absorbing mounts d signed to effectively prevent the transmissions to the structure and eliminate sour es of structure borne noise from the elevator system

303 FIELD QUALITY CONTROL

A Acceptance testing Upon completion of the elevator installation work and b fore use of the elevator equipment performance acceptance tests are required to demonstr te that the equipment will sustain and lift the loads for which the elevator was initially d signed Test weights shall be provided to perform these tests and must be used to demon trate the performance in the presence of representatives of the Owner Elevator Cons Itant and a State of Florida licensed CEI (QEI) elevator inspector Elevator inspector shall not b a former or current employee of the Elevator Contractor

B Advise the Architect Owner Elevator Consultant and CEllicensed elevator in ector at least five (5) business days in advance of the date and time the testing is to be pe rmed on the elevator equipment

304 ADJUSTING WORK

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

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-16

elevator

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

305 CLEANING

A Before final acceptance remove all protective materials from the finished su the plastic sheeting All of the elevator equipment must be cleaned prior to Fi

TATE UNIVERSITY

ces including al Acceptance

B At completion of the elevator work remove all tools equipment surplus mat rials and the like from the site Remove all trash and debris during the clean-up Thoroughly cI an up all oil spills and residue

307 TURNOVER OF DOCUMENTS TOOLS AND OTHER SUCH REQUIREMENTS

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

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

C Provide at least twelve (12) sets of all elevator keys to the Owner except for t e elevator door keys

308 COMPLETION DATE

A The installation is not considered complete until the complete project has be considered to have been performed in a first-class professional manner and is completely ceptable to the Owner and Elevator Consultant Further all adjustments load tests perfor ance tests and punch-lists must be completed All required documents special tools archiv I information and the like must be turned over to the Owner prior to establishing the final com letion date

B The Owner Elevator Contractor and Elevator Consultant must be in agreeme t as to the completion date and date the warranty shall commence

309 ELEVATOR SCHEDULE

A Number of elevators - One (1) Westinghouse Elevator Company brand elevat r previously

modified by Mowrey Elevator Corporation

B Elevator type - Electric Oil-Hydraulic

C Speed - Approximately 200 feet per minute Set down speed at 180 feet per inute in down

direction with no load on the elevator

D Control system - Omron microprocessor type installed by Mowrey Elevator

E Door type - Center-Opening side-sliding 3-6 wide by 7-0 high

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-17

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

F Warranty - Twelve (2) months after completion and acceptance by the Owner

310 ELEVATOR CONTRACTOR PERFORMANCE REQUIREMENTS UNDER THIS CONTR

A Considering that this is a time if of the essence Contract the expectation

require the Elevator Contractor be mindful of the need for prompt handling

Contract Consequently rigid timelines are being established prior to accepta

B After award of the elevator contract work or issuance of a notice to pro

Contractor shall perform the work as follows

TATE UNIVERSITY

CT

of the Owner do

all aspects of this

ce of bids

ed the Elevator

1 Provide all required submittals shop drawings samples etc within thirty 30) of the

contract award notification

2 Elevator Contractor shall allow ten (10) work days for the review and app val process and

time to return the submittal documents Elevator Contractor is expected 0 travel to the

FSU Campus to the pick-up the approved or approved as noted docu ents and samples

at the location designated in advance

3 Elevator Contractor shall make all necessary arrangements to obtain all m terials to be

installed under this contract including handling appropriate delivery of al such materials to

the work site no later than ten (10) weeks from the date the approval pr cess has been

completed and the required documents are returned to Elevator Contrac or

4 Elevator Contractor shall notify the Owner in seven (7) calendar days adv nce of the exact

date of the elevator being removed from service so that information reg rding the elevator

renovation work can be provided to the building management personnel nd students

5 Any questions regarding the requirements scheduling needs or other con erns shall be

handled by both parties in a manner that should not delay the work sche ule on the site

6 Once the elevator is removed from service the work schedule shall conti ue without

interruption until the project has been completed The Elevator Contract r shall complete

all work on the elevator within eighteen (18) calendar days from the tim the elevator is

removed from service This time period includes all testing adjusting cle ning painting

trash removal and all other associated work In the event the Elevator Co tractor

anticipates requiring additional time to perform the work this work shall e included as

overtime or shift work and shall be included in the bid price

7 When the work is commenced on the elevator no delays wit be accepte by the Owner

unless the delays are caused by fires storms floods civil disruption the

materials labor strikes or similar causes over which neither party has not

8 When Elevator Contractor submits a bid for this work he or she complet y accepts the

requirements of the technical speCifications and the Elevator Contractor

Requirements stated herein

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-18

ontrol

erformance

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

SPECIAL TERMS AND CONDITIONS

A Public Inspection

In accordance with Florida Statutes the ITN shall not be made available for public ins ction until the

University provides notice of a decision or intended decision pursuant to s312053 (5) ) Florida Status

or within 10 days after the opening date whichever is earlier

B Written Communications Required

No negotiations decisions or actions shall be initiated or executed by the Proposer a a result of any

discussion with any University employee Only those communications that are in writ ng from the

University Facilities Purchasing Department shall be considered as a duly authorized e pression on

behalf of the University Also the University will recognize only communications fro Proposers that

are signed and in writing as duly authorized expression on behalf of the Proposer

C Formal Offer

A Proposers written submission in response to the ITN shall be considered as the Pro osers formal

offer The content of the ITN the Proposers submission in response to the ITN and r suiting

contractpurchase order(s) shall be considered the entire agreement between the su essful Proposer

and the University It is understood and agreed that nothing herein is intended or sh uld be construed

as constituting the Proposer as the agent or representative of the University for any p rpose or in any

manner whatsoever The Proposer is and shall remain an independent contractor 0 erating in

accordance with the terms and conditions of the license granted as a result of this Inv ation of

Negotiation

D Interpretations

Proposers shall examine the ITN to determine if the Universitys requirements are de rly stated If

there are any requirements that are too vague or restrict competition the Proposer ay request in

writing that the specifications be changed A Proposer who request change in the sp cifications must

identify and describe the Proposers difficulty in meeting the Universitys specificatio must provide

detailed justification for the change and must provide a recommended change to the specification

Request for changes must be received in the Facilities Purchasing Department by the lose of the

business day not later than the entry note in the Calendar of Events area of this IT as the last to

receive written inquiries regarding the Proposal A Proposers failure to request chan es by the

permissible date shall be considered acceptance of the Universitys Specifications and a waiver of the

Proposers right to protest the ITN on the basis of Specifications The University rese es the right to

determine which changes to the ITN shall be acceptable to the University If required the University

shall issue an addendum reflecting the changes to the INT This addendum shall be s nt to all Proposers

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-19

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

so that each is given the opportunity of submitting proposals to the same Specificatio

Specifications shall be considered the Universitys minimum mandate requirements

E Verbal Communications

TATE UNIVERSITY

Said

Proposers may not consider any verbal instructions as an official expression on the Un versitys behalf

Only written communications Signed by a duly authorized representative of the Facili ies Purchasing

Office shall be considered valid

F Proposal Tabulation

A Proposal Tabulation that serves as the Notice of Award to the Proposer of receivi the contract

award will be posted for review by interest parties at the University Facilities Purchasi g Department on

the day noted in the Calendar of Events area of this ITN and will remain posted for a period of

seventy-two (72) hours Any person who is adversely effected by this University decis on or intended

decisions as detailed above in connection with this ITN shall file a written Notice of rotest with the

Director of Facilities Purchasing Failure to file a Notice of Protest within the 72 hour after the

protested University intended decisions is posted shall constitute a waiver of proceed gs under s120

Florida Statutes A Notice of Protest is considered filed when it is delivered to Facili ies Purchasing

Department 969 Learning Way 114 MMA Tallahassee Florida 32306 during normal ours of operation

of the file a Formal Written Protest and the bond required under Rule 6C-18055(3) lorida

Administrative Code (FAC) with ten (10) days after filing the Notice of Protest in the ccordance with

Rule 6C2-2015(13) FAC shall constitute a waiver of the Proposers right to protest un er s12057(3)(b)

Florida Statutes

G Mandatory Requirements

Any proposal that fails to meet mandatory Specifications stated in the ITN may be rej cted Any

proposal that does not comply with the functional cost or contractual requirements i the ITN may be

rejected In addition to the requirements of paragraph (8) Awards of the General Co ditions on the

Invitation of Negation Commodities Acknowledgment form the University shall not b liable to pay for

information obtained from or through any Proposer prior to issuing the purchase ord r to the successful

Proposer

H Minor Irregularities

The University reserves the right to waive minor irregularities in proposals providing uch action is in

the best interest ofthe University Minor irregularities are defined as those that hav no adverse affect

of the Universitys interest will not affect the amount of the Proposal and will not giv a Proposer an

advantage or benefit not enjoyed by another Proposer

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-20

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

I Format

Each proposal shall be prepared simply and economically providing a straight forward concise

delineation of the Proposers capabilities to satisfy the Specifications of the ITN Fancy binding colored

display and promotional materials are not desired However technical literature and ictures of

proposed equipment should be included in the proposal Emphasis in each proposal ust be on

completeness and clarity of contents To expedite the evaluation of Proposals it is es ential that

Proposers follow the format and instructions contained herein Failure to follow the r quested format

may result in rejections

J Extension Errors

In the event of extension error(s) the unit price will prevail and the Proposers Total er will be

corrected accordingly In the event of addition errors the extended totals will prevail nd the

Proposers Total Offer will be corrected accordingly Proposers must check their Prop sal for any such

errors and state the discount(s) where applicable

K University Point of Contact

The Proposers pOint of contact for all matters relating to this ITN is

Betty-Jean (BJ) Lewis

Florida State University Facilities Purchasing Department

969 Learning Way 102A MMA

Tallahassee Florida 32306

Fax (850) 644-5071

E-mail blewisadminfsuedu

Written questions on this ITN must be submitted to Betty-Jean (BJ) Lewis Questions ust be received

by the date listed for that event in the Calendar of Events After that date no inqui ies regarding the

Proposal oral or written will be accepted

L Contractor Point of Contact

Each Proposer shall identify in its submittal the single point of contact for all matters elation to the

response

M Proposal Materials

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-21

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

The materials submitted in response to this ITN become the property of the Universit upon delivery to

the Facilities Purchasing Department All of the materials will considered as part of th ITN and will be

subject to review as public records 10 days after the ITN is opened or an award is mad whichever

occurs first

N Proposal Rejection

The University shall have the right to reject any or all Proposals and in particular reje a Proposal not

accompanied by data required by the ITN or Proposal in any way incomplete or irreg ar including

omissions of pricing Conditional Proposals will not be accepted

O Conflict Between Document

If any terms and conditions contained within the documents related to this ITN are in onflict with any

other terms and conditions contained therein then the various documents comprisin this ITN as

applicable shall govern in the following order of the precedence AmendmentChange Order Addenda

ITN Terms and Conditions ITN Specifications ITN Responsibilities general conditions f the ITN

Proposal

P Additions Deletions Substitutions

Should the University find it necessary to supplement modify correct or interpret an portion of the

ITN during the Proposal period such action shall be taken by issuance of a written Ad endum to the

documents distributed to all known prospective Proposers Addenda will be issued no less than seven

(7) calendar days prior to the date scheduled for receipt of Proposals

Q Interpretation

Neither interpretation of the meaning of the ITN documents nor any corrections of a biguity

inconsistency or error will be made to any Proposer orally All such communications ill be in the form

of written addenda as issued by the Selection Community Only written addenda issu d by the Selection

Community shall be binding Proposers are advised that no other source is authorize to accept or give

information concerning explain or interpret the ITN

R Addenda Acknowledgment Form

Any addenda issued by the University to participating Proposers shall include an Add nda

Acknowledgment Form This form shall be signed by a company representative dat d and returned to

the University by the date specified in the Calendar of Events for Proposals to be 0 ned

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-22

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

S Amendments

Any amendments alterations or modifications to the contract resulting from this ITN ust be in the

form of a change order to the original contract and have the written approval of the F cilities Purchasing

Department and must be signed or initialed and approved by the same signatories not d on the ITN

T Assignment

Under no circumstances shall the successful Proposer assign to a third party any right r obligation of

successful Proposer pursuant to this Proposal without prior written consent of the Uni ersity If the

successful Proposer is or during the term of the contract resulting from this ITN beco e an individual

on the payroll of the State of Florida successful Proposer represents that he or she ha complied with all

applicable provisions in the Florida Statutes and Florida Administrative Code regardin outside or dual

employment and compensation

U Jurisdictional Applicability

Applicable provisions of all federal State of Florida county and municipal statutes la s ordinances

rules and regulations shall govern Proposal submitted hereto and any resulting contra t Lack of

knowledge by any Proposer shall not constitute a cognizable defense against the legal effect thereof

Disputes arising from or in connection with the contract shall be determined before Florida court of

competent jurisdiction or through an applicable administrative proceeding whichever s appropriate to

the circumstances under Florida law In the event that either party is required to obta n any permit

license or authorization as a prerequisite to performing its obligation under the contr ct the cost shall

be borne by the party required to obtain the permit license or authorization

V Governmental Restrictions

In the event any governmental restrictions may be imposed which would necessitate Iteration of the

terms of the contract resulting from this ITN it shall be the responsibility of the succe sful Proposer to

immediately notify the University in writing indicating the specific regulation which r quires the

alteration The University reserves the right to accept any such alteration including a y fee adjustments

occasioned thereby or to cancel the contract at no expense to the University

W Negotiation

In the event services are required to be performed or equipment required to be purc ased that are not

set out in the ITN but are within the general scope of the reqUirements the Universi and the

contractor hereby reserve the right to negotiate the terms covering the required serv ces or equipment

not to exceed $25000 per itemoccurrence

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-23

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FlORIDA TATE UNIVERSITY

X Additions Deletions and substitutions

The University reserves the right to add to or to delete any item from this ITN on a per odic basis as

necessary when deemed in the best interest of the University The contractor is respo sible for

submitting requests for such changes on a timely basis with sufficient documentation 0 allow

evaluation of the request When items are approved and added to the contract the c ntractor shall

maintain those items on the contact for a minimum of 120 days and sufficient quantit to accommodate

reasonable request or make provisions to offer substitute items as outlined in this sec ion

The University will consider substitutions for discontinued items provided that substit te items have

equivalent or greater featurescapabilities and shall be offered at the same or lower p ice as the item

replaced The University reserves the right to accept or reject substitutions

The University will consider the addition of newly released items provided that those i ems are offered

at the same percentage discount as similar items on the contract

The University will consider changes to contract items provided revisions are in accor nce with the

conditions and Specifications contained in this ITN The University reserves the right t accept or reject

changes proposed by the contractor

Y Equal Opportunity

The Contract must al all times during the term of the contract be in compliance with a I federal state

and local laws rules and regulations relating to the nondiscrimination clause containe in Section 202

Executive Order 11246 as amended by Executive Order 11375 relative to equal Empl yment

Opportunity for all person without regard to race color religion sex or national origi and the

implementing rules and regulations proscribed by the Secretary of Labor are incorpor ted into the terms

and conditions of this ITN

Z Governmental Action

It is mutually agreed that if at any time during the term of the contractual agreement he Contractor is

required to make extensive program changes as a direct result of any determination r action by any

applicable Federal State or Local Government authority the University will be willin to negotiate any

cost increase necessitated by such changes subject to availability of funds Any nego iated price

increase may not be implemented until a contract amendment signed by both parties is processed

through the Florida State University Facilities Purchasing Department

AA Travel

Travel expenses included in any contractpurchase order resulting from this ITN must e in accordance

with Section 112061 Florida Statutes

DCSI 010811 ElECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-24

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

BB Parties to the Contract

Parties to the contract will be the University and the contractor Payment will only be ade to the

contractor and in the name as it appears on the Proposal submitted and the resulting ontract

Cc Contractors Insurance

The Contractor shall not commence performance in connection with the contract unti he has obtained

all the following types of insurance and such insurance has been approved by the purc aser nor shall

the Contractor allow any subcontractor to commence work on his subcontract until all similar insurance

required for the subcontractor has been so obtained and approved All insurance poli ies shall be with

insurers qualified and doing business in Florida and with an AM Best rating of no les than AX The

purchaser shall be furnished proof of coverage of insurance by certificates of insuranc accompanying

the contract documents and shall name the Florida State University and Florida Board f Trustees as an

additional name insured The insurer shall provide 30 days written notice to the certi cate holder if a

policy is to be canceled before the expiration date thereof

The purchaser shall be exempt from and in no way liable for any sums of money that may represent a

deductible in any insurance policy The payment of such deductible shall be the sole r sponsibilityof

the Contract andor Subcontractor providing such insurance

1 Workers Compensation Insurance

The Contractor shall secure and maintain during the life of this agreement Workers mpensation

Insurance for all his employees connected with the work of this project and in case a y work is sublet

the Contractor shall require the subcontractor similarly to provide Workers Compens tion Insurance for

all the latters employee unless such insurance shall comply fully with the Florida Wor ers

Compensation Law In case any class of employees engaged in hazardous work under this contract at

the site of the project is not protected under Workers Compensation statute the Co tractor shall

provide and cause each subcontractor to provide adequate insurance satisfactory to he purchaser for

protection of his employees not otherwise protected

2 Contractors Public Liability and Property Damage Insurance

The Contractor shall secure and maintain during the life of this agreement COMPREH NSIVE GENERAL

L1ABNILITY AND COMPREHENSIVE AUTOMOBILE LIABILITY INSURANCE as shall protec him from claims

for damages personal injury including accidental death as well as claims for propert damages which

may arise from operations under this agreement whether such operations be by him If or by anyone

directly or indirectly employed by him and the amounts of such insurance shall be th minimum limit as

follows

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-25

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

1 Body Injury Liability $1000000 each acci nt

2 Auto Property Damage Liability $ 500000 each accid nt

3 Property Damage Liability- $1000000 each acci ent

(other than automobile) $1000000 aggregate operation

$1000000 aggregate protective

$1000000 aggregate contractual

Insuring clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended to provide coverage

on an OCCURRENCE basis

3 xcu (Explosion collapse underground damage) -the contractors liability P icy shall provide

xcu coverage for those classifications in which they are excluded

4 Contractual Liability - work contracts - The contractors liability policy shall co er such contracts

when they are affected

5 Subcontractors Public Liability and Property Damage Insurance

The Contractor shall require each of his subcontractors to secure and maintain during he life of this

contract insurance of the type specified above and insures the activities of his subco ractors in his

policy as specified above

Qualifications

All insurance poliCies shall be with insurers qualified and doing business in Florida

Proof of Insurance

Proof of insurance for all of the specified types and limits in the form of original Certif cates of Insurance

shall be delivered to the Facilities Purchasing Department within ten (10) days of exe tion of the

contract In lieu of original certificates certified copies of the actual policies may be f rnished

Whether certificates or policies are furnished the Florida State University and the Bo rd of Trustees

shall be deSignated as additional named insured Each such copy or certificate shall c ntain a valid

provision or endorsement that the policy may not be canceled terminated changed r modified

without giving thirty (30) days written advance notice thereof to the Universitys repr sentative A

renewal policy or certificate shall be delivered to the University at least thirty (30) da s prior to the

expiration date of each expiring policy If at any time any of the policies shall be or b come

unsatisfactory to the University as to form or substance or if any of the carriers issui g such policies

shall be or become unsatisfactory to the University Contractor shall promptly obtain a new and

satisfactory policy in replacement upon such written notice from the University

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-26

DIFFENBAUGH BUILDING PHASE I ELEVATOR NO 24516 FLORIDA

Original Copy

If determined necessary by the Universitys representative the Contractor shall delive

Universitys representative upon demand the original of any policy shall be returned t

Deductibles

The University shall be exempt from and in no way liable for any sums of money that

deductible in any insurance policy The payment of such deductible shall be the sole r

the Contractor andor subcontractor providing the insurance

DD Liability

The following Special Conditions supersedes General Conditions Number 21 Liability

to Negotiation Commodities Acknowledgment form

Contractors entire liability and the Universitys exclusive remedy shall be as follows

In all situations involving performance or non-performance under this Agreement th

be entitled to actual damages to the limits set forth in this provision

Contractors liability for damages to the University for any cause whatsoever and reg

TATE UNIVERSITY

to the

Contractor

may represent a

sponsibility of

n the Invitation

University shall

rdless of the form

of action whether in contract or in tort including negligence shall be limited to the gr ater of $100000

or the contract price stated herein for damages that are the subject of matter of or a e directly related

to the cause of action The foregOing limitation of liability will apply to

bull the payment of the cost of damage awards pertaining to patent and copyrigh indemnity or to

bull claims for re-procurement costs or the cost of cover pursuant to Rule 6C220 5(20) of the

Florida Administrative Code or to

bull claims for personal injury or damage to real or person property caused by Sel rs tortuous

conduct

Contractor shall hold and save the University harmless for any and all suits and judgm nts against the

State for personal injury or damage to real or personal property caused by Contracto s tortuous

conduct in the performance of this Agreement provided that

bull the University promptly notifies the Contractor in writing of any claim and

bull the Contractor shall be given the opportunity at its option to participate an associate with the

University in the control defense and trial of any claim and any related settle ent negotiations

and provided further that with respect to any claim or portion thereof for hich Contractor

agrees at the initiation of such claim that Contractor shall save an hold the U iversity harmless

Contractor shall have the sole control of the defense trial and any related se lement

negotiations and

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-27

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

bull the University fully cooperates with the Contractor in the defense of any claim

In no event however will Contractor be liable for

bull any damages caused by the Universitys failure to perform the Universitys res onsibilities or

for

bull any lost profits or other consequential damages even if Seller has been

advised of the possibility of such damages or for

bull any claim against the University by any other party e ept as provided

in the hold harmless provision of the preceding parag aph of this

provision and except as provided in Paragraph 18 of t e General

Conditions Patents and Royalties on the Invitation 0 Negotiation

Commodities Acknowledgment form or for

bull any damage caused by performance or non-performa ce of machine or

programming located outside the United State or Pue 0 Rico

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-28

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

SPECIAL TERMS AND CONDITIONS Payment shall be made in accordance with s 215422 FS which provides that agencies have 5 working days to inspect ampapprove goods ampservices unless bid specifications r the PO specifies otherwise If payment is not available within 40 days measured from t e latter of the date the invoice is received or the goods or services are received inspected an approved a separate interest penalty set by the Comptroller pursuant to s 5503 FS will b due and payable in addition to the invoice amount To obtain the applicable interest rate please contact the University Facilities Payables and Disbursements Section at (850) 644-047 Invoices returned to a vendor due to preparation errors will result in a payment elay Interest penalties of less than $1 will not be paid unless the vendor requests payment The payment period does not begin until all terms of the contract (including shi ping and billing instructions exactly as they are specified on the purchase order) hav been met and a properly completed invoice is provided the University The university reserve all administrative contractual and legal remedies against the contractor or vendor ho breaches any of the contract terms The employment of unauthorized aliens by any contractor is considered a viola ion of Section 274A(e) of the Immigration and Nationality Act If the contractor knowingly emp oys unauthorized aliens such violation shall be cause for cancellation of this purch se order Acceptance of this order serves as certification that the vendor or its principals (a) are not presently debarred suspended proposed for debarment declared ineligible 0 voluntarily excluded from covered transactions by any federal department or agency (b) ve not within a three-year period preceding this proposal been convicted of or had a civil judg ent rendered against them for commission of fraud or a criminal offense in connection with 0 taining attempting to obtain or performing a public (federal state or local) transaction r contract under a public transaction violation of federal or state antitrust statutes or commissio of embezzlement theft forgery bribery falsification or destruction of records rna ing false statements or receiving stolen property (c) are not presently indicted for or oth rwise criminally or civilly charged by a government entity (federal state or local) with commissi n of any of the offenses enumerated in paragraph (b) of this certification and (d) have not wit in a three-year period preceding this applicationproposal had one or more public transactions federal state or local) terminated for cause or default 52249-5 (a)-(f) Hazardous Material Identification and Material Safety Data When subcontract involves hazardous material Utilization of Small Business Concerns and Small Disadvantaged Business Concerns Walsh-Healey Public Contracts Act 52219-8 52222-20 Employment if the subcontract amount 52203-7001

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-29

Page 16: Invitation to Bid (ITB) til the dates - FSU Facilities · Invitation to Bid (ITB) ... Elevator renovation work includes, but is not limited to, ... hands-free telephone instrumen

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA STATE UtIIVERSITY

D Landing stations All of the existing landing stations shall be retained and reu

207 ELEVATOR CAB ENCLOSURE

A Elevator cab The existing elevator cab structure shall be completely remove with a new cab assembly The new cab shall include the following designs m features 1 Three (3) walls of the elevator cab shall be constructed of 14 gauges no

stainless steel with suitable reinforcement to prevent warping or rattling

ed

and replaced terials and

satin finished

2 The cab walls on three (3) sides shall be equipped with high quality replac able panels that are applied to the walls The panels shall be constructed and installed in t e following manner a There shall be three (3) applied panels across the rear of the cab and wo (2) panels on

each of the side walls Total number of panels in the cab shall be 14 II aligned to provide a professional appearance The lower panels shall be designe to allow for ventilation through the walls without exposed ventilation grills in the ase area of the cab

b Panels shall be divided at the handrail location allowing approximatel 5-6 spacing from the bottom of the top panels to the tops of the lower panels

c The top ofthe applied wall panels shall be set at approximately 7-4 bove the finished floor level

d The panels shall be approximately 78 total thickness using high qua ity wood core materials backed with laminate plastic for panel stabilization The fr t of the panels shall be faced with 5WL stainless steel materials approximately 18 ga ge materials

e The edges of all panels shall be equipped with 18 thickness stainless steel fabricated in an angle shape so that the edging can be attached to the rear of th panels with countersunk screws The edge materials shall be held as tightly as po ible around the panels to avoid large gaps in the materials Weld corners and grind 0 all sharp edges on the corners and remove any sharp edges on the edge materials T e stainless steel edging shall extend approximately 18 beyond the face of the 5WL f e materials

f Provide concealed ventilation grills or openings behind the wall panel 3 Design the total cab height to be approximately 8-2 total overall Eleva r Contractor shall

take field measurements to verify that a cab of this height will fit the exist ng car sling Adjust the height of the cab to fit if the existing car frame will not accept cab of that height

4 Top of the cab shall be heavy gauge furniture steel with baked on white e amel finish Thickness of the cab top along with the reinforcement shall support two 2) workmen along with their tools

5 The front return panels and transom shall be constructed of 14 gauge sati finished stainless steel materials

6 Cab base area shall be covered with 12 gauge stainless steel approximatel 5 high Laminate the metal to the wall panels with high quality industrial grade c ntact cement Smooth the top surfaces to remove sharp edges This straight base is to r inforce the base area to avoid denting and damage from floor buffers

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-13

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

erials Secure

7 Handrails shall be installed on three (3) sides of the elevator cab Rails sh II be constructed of heavy gauge round stainless steel with suitable number of matching su ports that will permit each rail to support at least 600 pounds at any location Return th ends of the rails toward the wall panels Provide oversize backing plates on the rear of the cab walls

8 Provide stainless steel bumper rails located approximately 8 above the fl or to the top of the rails The rails shall be constructed of 38 thick by 3 high solid stainl ss steel bumper rails Provide matching stainless steel supports for the rails designed to s pport at least 600 pounds on each rail at any location the rail Return the rails toward the II panels Provide oversize backing plates on the rear of the cab walls

9 The existing cab ceiling shall be handled as follows a Carefully remove the existing stainless steel ceiling and LED lighting sy tern without

damaging the materials This ceiling shall be installed in the new cab t a height of approximately 7-6 above the finished floor level

b As part of the new cab top provide a suitably located emergency exit anel that is arranged for removal through the top exit panel Align the exit with t e opening location in the existing cab ceiling

c Provide an electrical switch assembly on the top exit to prevent the el vator from moving unless the exit is closed and locked

d Height of the cab top and location of the cab ceiling shall be verified y Elevator Contractor prior to designing the cab drawings

10 Furnish and install new sandwich type construction car door panels with s itable reinforcement for the car door clutch and other devices Door shall be fa with 14 gauge no 4 stainless steel material

11 Threshold for the car door entrance shall be satin finished nickel silver rna with matching countersunk nickel silver bolts

12 Provide a new two (2) speed squirrel cage type exhaust blower with at Ie st 700 cubic feet per minute capacity on high speed Propeller fan is not acceptable

13 Furnish a new certificate frame that will accept standard size of State of FI rida operating certificate The flush mounted frame shall be incorporated in the swing d or for the service cabinet

14 Furnish and install a new Emergency telephone device Phone shall be Rat -Microtech model no 2100-967DVCA or other as approved by Owner Prior to purch se of the equipment Elevator Contractor shall verify the model number by contacti g Telecommunications Department of Florida State University Incorporate nto car operating panel

15 Provide high quality vinyl material protection pads and stainless steel pa buttons Install buttons with screws coated with Loctite no 290 tread sealer material t prevent removal without appropriate tools Pads shall also cover the front return panels i which cutouts shall be provided for operating devices

16 Provide stainless steel type 304 with no 4 satin finish 17 Provide any additional features as required by elevator code 18 Clean and polish the entire elevator cab prior to acceptance Cab shall ha e a like new

appearance except for any dents or deep scratches that remain as a resul of the existing damage

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-14

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

19 Furnish and install new cab flooring materials specified elsewhere Before install sheet type elastomeric goods to cover the entire floor area Glue d the plywood

208 ALARM BELL SYSTEM

A Retain the existing emergency alarm bell system provided it will function as

TATE UNIVERSITY

installing the cab wn the sheet to

quired hereinafter If a new alarm bell system is required provide as a requirement of this contract

209 CAR TOP RAILING SYSTEM

A Furnish and install a car-top safety railing system for added protection for ele ator technicians While working on the car top Comply with all code requirements on height a d mounting

210 ELECTRICAL WIRING AND WORK REQUIREMENTS

A Furnish and install new electrical wiring conductors and other wiring as requ red Install new NEC approved conduit conduit fittings electrical pull boxes raceways and du t work were required

B Emergency Car Lighting Provide LED type emergency car lighting system that will automatically illuminate when the normal power supply fails The LED lighting system shall e incorporated into the normal ceiling lighting system by installation of the emergency cab Ii hting system available from Electronic Controls Inc Cape Canaveral Florida Illuminate at least three (3) of the normal lighting fixtures with the emergency lighting system for a period at least four (4) hours after the loss of power Also provide emergency power supply for the larm bell as part of the emergency lighting system

PART 3 - EXECUTION

301 EXAMINATION

A Before fabricating the equipment or commencing elevator installation work i spect the complete hoist way and equipment platform dimensions machinery to be re sed pit area and machine room as constructed or modified verify all critical dimensions and e amine supporting structures and all other conditions under which elevator work is to be installe or performed Do not proceed with the elevator installationrenovation work until all conditi ns have been reviewed and evaluated

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

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-15

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

302 INSTALLATION

A Install new elevator system components and incorporate the equipment that and reused in a completely satisfactory installation

TATE UNIVERSITY

is being retained

1 Work to be performed by completely competent fully trained elevator in tallation personnel in accordance with the requirements of ASME AI71 elevator anufacturers installation instructions and approved shop drawings All elevator mecha ics working on this project shall hold current State of Florida Certificate of Competency license cards The use of temporary or probationary mechanics to perform work as a mechanic is not acceptable on this contract

2 Comply with the National Electrical Code and ASME A175 for elevator el required during installation of this equipment

3 Perform work with skilled workmen under the direct control and supervis on of the Elevator Contractors experienced foreman and superintendent The Owner Arch tect and Elevator Consultant shall reserve the right to interview all employees assigned to ork on this project and require that any unsuitable employees in their sole opinion e removed from the site

4 Mount all moving elevator components on vibration absorbing mounts d signed to effectively prevent the transmissions to the structure and eliminate sour es of structure borne noise from the elevator system

303 FIELD QUALITY CONTROL

A Acceptance testing Upon completion of the elevator installation work and b fore use of the elevator equipment performance acceptance tests are required to demonstr te that the equipment will sustain and lift the loads for which the elevator was initially d signed Test weights shall be provided to perform these tests and must be used to demon trate the performance in the presence of representatives of the Owner Elevator Cons Itant and a State of Florida licensed CEI (QEI) elevator inspector Elevator inspector shall not b a former or current employee of the Elevator Contractor

B Advise the Architect Owner Elevator Consultant and CEllicensed elevator in ector at least five (5) business days in advance of the date and time the testing is to be pe rmed on the elevator equipment

304 ADJUSTING WORK

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

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-16

elevator

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

305 CLEANING

A Before final acceptance remove all protective materials from the finished su the plastic sheeting All of the elevator equipment must be cleaned prior to Fi

TATE UNIVERSITY

ces including al Acceptance

B At completion of the elevator work remove all tools equipment surplus mat rials and the like from the site Remove all trash and debris during the clean-up Thoroughly cI an up all oil spills and residue

307 TURNOVER OF DOCUMENTS TOOLS AND OTHER SUCH REQUIREMENTS

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

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

C Provide at least twelve (12) sets of all elevator keys to the Owner except for t e elevator door keys

308 COMPLETION DATE

A The installation is not considered complete until the complete project has be considered to have been performed in a first-class professional manner and is completely ceptable to the Owner and Elevator Consultant Further all adjustments load tests perfor ance tests and punch-lists must be completed All required documents special tools archiv I information and the like must be turned over to the Owner prior to establishing the final com letion date

B The Owner Elevator Contractor and Elevator Consultant must be in agreeme t as to the completion date and date the warranty shall commence

309 ELEVATOR SCHEDULE

A Number of elevators - One (1) Westinghouse Elevator Company brand elevat r previously

modified by Mowrey Elevator Corporation

B Elevator type - Electric Oil-Hydraulic

C Speed - Approximately 200 feet per minute Set down speed at 180 feet per inute in down

direction with no load on the elevator

D Control system - Omron microprocessor type installed by Mowrey Elevator

E Door type - Center-Opening side-sliding 3-6 wide by 7-0 high

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-17

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

F Warranty - Twelve (2) months after completion and acceptance by the Owner

310 ELEVATOR CONTRACTOR PERFORMANCE REQUIREMENTS UNDER THIS CONTR

A Considering that this is a time if of the essence Contract the expectation

require the Elevator Contractor be mindful of the need for prompt handling

Contract Consequently rigid timelines are being established prior to accepta

B After award of the elevator contract work or issuance of a notice to pro

Contractor shall perform the work as follows

TATE UNIVERSITY

CT

of the Owner do

all aspects of this

ce of bids

ed the Elevator

1 Provide all required submittals shop drawings samples etc within thirty 30) of the

contract award notification

2 Elevator Contractor shall allow ten (10) work days for the review and app val process and

time to return the submittal documents Elevator Contractor is expected 0 travel to the

FSU Campus to the pick-up the approved or approved as noted docu ents and samples

at the location designated in advance

3 Elevator Contractor shall make all necessary arrangements to obtain all m terials to be

installed under this contract including handling appropriate delivery of al such materials to

the work site no later than ten (10) weeks from the date the approval pr cess has been

completed and the required documents are returned to Elevator Contrac or

4 Elevator Contractor shall notify the Owner in seven (7) calendar days adv nce of the exact

date of the elevator being removed from service so that information reg rding the elevator

renovation work can be provided to the building management personnel nd students

5 Any questions regarding the requirements scheduling needs or other con erns shall be

handled by both parties in a manner that should not delay the work sche ule on the site

6 Once the elevator is removed from service the work schedule shall conti ue without

interruption until the project has been completed The Elevator Contract r shall complete

all work on the elevator within eighteen (18) calendar days from the tim the elevator is

removed from service This time period includes all testing adjusting cle ning painting

trash removal and all other associated work In the event the Elevator Co tractor

anticipates requiring additional time to perform the work this work shall e included as

overtime or shift work and shall be included in the bid price

7 When the work is commenced on the elevator no delays wit be accepte by the Owner

unless the delays are caused by fires storms floods civil disruption the

materials labor strikes or similar causes over which neither party has not

8 When Elevator Contractor submits a bid for this work he or she complet y accepts the

requirements of the technical speCifications and the Elevator Contractor

Requirements stated herein

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-18

ontrol

erformance

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

SPECIAL TERMS AND CONDITIONS

A Public Inspection

In accordance with Florida Statutes the ITN shall not be made available for public ins ction until the

University provides notice of a decision or intended decision pursuant to s312053 (5) ) Florida Status

or within 10 days after the opening date whichever is earlier

B Written Communications Required

No negotiations decisions or actions shall be initiated or executed by the Proposer a a result of any

discussion with any University employee Only those communications that are in writ ng from the

University Facilities Purchasing Department shall be considered as a duly authorized e pression on

behalf of the University Also the University will recognize only communications fro Proposers that

are signed and in writing as duly authorized expression on behalf of the Proposer

C Formal Offer

A Proposers written submission in response to the ITN shall be considered as the Pro osers formal

offer The content of the ITN the Proposers submission in response to the ITN and r suiting

contractpurchase order(s) shall be considered the entire agreement between the su essful Proposer

and the University It is understood and agreed that nothing herein is intended or sh uld be construed

as constituting the Proposer as the agent or representative of the University for any p rpose or in any

manner whatsoever The Proposer is and shall remain an independent contractor 0 erating in

accordance with the terms and conditions of the license granted as a result of this Inv ation of

Negotiation

D Interpretations

Proposers shall examine the ITN to determine if the Universitys requirements are de rly stated If

there are any requirements that are too vague or restrict competition the Proposer ay request in

writing that the specifications be changed A Proposer who request change in the sp cifications must

identify and describe the Proposers difficulty in meeting the Universitys specificatio must provide

detailed justification for the change and must provide a recommended change to the specification

Request for changes must be received in the Facilities Purchasing Department by the lose of the

business day not later than the entry note in the Calendar of Events area of this IT as the last to

receive written inquiries regarding the Proposal A Proposers failure to request chan es by the

permissible date shall be considered acceptance of the Universitys Specifications and a waiver of the

Proposers right to protest the ITN on the basis of Specifications The University rese es the right to

determine which changes to the ITN shall be acceptable to the University If required the University

shall issue an addendum reflecting the changes to the INT This addendum shall be s nt to all Proposers

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-19

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

so that each is given the opportunity of submitting proposals to the same Specificatio

Specifications shall be considered the Universitys minimum mandate requirements

E Verbal Communications

TATE UNIVERSITY

Said

Proposers may not consider any verbal instructions as an official expression on the Un versitys behalf

Only written communications Signed by a duly authorized representative of the Facili ies Purchasing

Office shall be considered valid

F Proposal Tabulation

A Proposal Tabulation that serves as the Notice of Award to the Proposer of receivi the contract

award will be posted for review by interest parties at the University Facilities Purchasi g Department on

the day noted in the Calendar of Events area of this ITN and will remain posted for a period of

seventy-two (72) hours Any person who is adversely effected by this University decis on or intended

decisions as detailed above in connection with this ITN shall file a written Notice of rotest with the

Director of Facilities Purchasing Failure to file a Notice of Protest within the 72 hour after the

protested University intended decisions is posted shall constitute a waiver of proceed gs under s120

Florida Statutes A Notice of Protest is considered filed when it is delivered to Facili ies Purchasing

Department 969 Learning Way 114 MMA Tallahassee Florida 32306 during normal ours of operation

of the file a Formal Written Protest and the bond required under Rule 6C-18055(3) lorida

Administrative Code (FAC) with ten (10) days after filing the Notice of Protest in the ccordance with

Rule 6C2-2015(13) FAC shall constitute a waiver of the Proposers right to protest un er s12057(3)(b)

Florida Statutes

G Mandatory Requirements

Any proposal that fails to meet mandatory Specifications stated in the ITN may be rej cted Any

proposal that does not comply with the functional cost or contractual requirements i the ITN may be

rejected In addition to the requirements of paragraph (8) Awards of the General Co ditions on the

Invitation of Negation Commodities Acknowledgment form the University shall not b liable to pay for

information obtained from or through any Proposer prior to issuing the purchase ord r to the successful

Proposer

H Minor Irregularities

The University reserves the right to waive minor irregularities in proposals providing uch action is in

the best interest ofthe University Minor irregularities are defined as those that hav no adverse affect

of the Universitys interest will not affect the amount of the Proposal and will not giv a Proposer an

advantage or benefit not enjoyed by another Proposer

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-20

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

I Format

Each proposal shall be prepared simply and economically providing a straight forward concise

delineation of the Proposers capabilities to satisfy the Specifications of the ITN Fancy binding colored

display and promotional materials are not desired However technical literature and ictures of

proposed equipment should be included in the proposal Emphasis in each proposal ust be on

completeness and clarity of contents To expedite the evaluation of Proposals it is es ential that

Proposers follow the format and instructions contained herein Failure to follow the r quested format

may result in rejections

J Extension Errors

In the event of extension error(s) the unit price will prevail and the Proposers Total er will be

corrected accordingly In the event of addition errors the extended totals will prevail nd the

Proposers Total Offer will be corrected accordingly Proposers must check their Prop sal for any such

errors and state the discount(s) where applicable

K University Point of Contact

The Proposers pOint of contact for all matters relating to this ITN is

Betty-Jean (BJ) Lewis

Florida State University Facilities Purchasing Department

969 Learning Way 102A MMA

Tallahassee Florida 32306

Fax (850) 644-5071

E-mail blewisadminfsuedu

Written questions on this ITN must be submitted to Betty-Jean (BJ) Lewis Questions ust be received

by the date listed for that event in the Calendar of Events After that date no inqui ies regarding the

Proposal oral or written will be accepted

L Contractor Point of Contact

Each Proposer shall identify in its submittal the single point of contact for all matters elation to the

response

M Proposal Materials

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-21

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

The materials submitted in response to this ITN become the property of the Universit upon delivery to

the Facilities Purchasing Department All of the materials will considered as part of th ITN and will be

subject to review as public records 10 days after the ITN is opened or an award is mad whichever

occurs first

N Proposal Rejection

The University shall have the right to reject any or all Proposals and in particular reje a Proposal not

accompanied by data required by the ITN or Proposal in any way incomplete or irreg ar including

omissions of pricing Conditional Proposals will not be accepted

O Conflict Between Document

If any terms and conditions contained within the documents related to this ITN are in onflict with any

other terms and conditions contained therein then the various documents comprisin this ITN as

applicable shall govern in the following order of the precedence AmendmentChange Order Addenda

ITN Terms and Conditions ITN Specifications ITN Responsibilities general conditions f the ITN

Proposal

P Additions Deletions Substitutions

Should the University find it necessary to supplement modify correct or interpret an portion of the

ITN during the Proposal period such action shall be taken by issuance of a written Ad endum to the

documents distributed to all known prospective Proposers Addenda will be issued no less than seven

(7) calendar days prior to the date scheduled for receipt of Proposals

Q Interpretation

Neither interpretation of the meaning of the ITN documents nor any corrections of a biguity

inconsistency or error will be made to any Proposer orally All such communications ill be in the form

of written addenda as issued by the Selection Community Only written addenda issu d by the Selection

Community shall be binding Proposers are advised that no other source is authorize to accept or give

information concerning explain or interpret the ITN

R Addenda Acknowledgment Form

Any addenda issued by the University to participating Proposers shall include an Add nda

Acknowledgment Form This form shall be signed by a company representative dat d and returned to

the University by the date specified in the Calendar of Events for Proposals to be 0 ned

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-22

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

S Amendments

Any amendments alterations or modifications to the contract resulting from this ITN ust be in the

form of a change order to the original contract and have the written approval of the F cilities Purchasing

Department and must be signed or initialed and approved by the same signatories not d on the ITN

T Assignment

Under no circumstances shall the successful Proposer assign to a third party any right r obligation of

successful Proposer pursuant to this Proposal without prior written consent of the Uni ersity If the

successful Proposer is or during the term of the contract resulting from this ITN beco e an individual

on the payroll of the State of Florida successful Proposer represents that he or she ha complied with all

applicable provisions in the Florida Statutes and Florida Administrative Code regardin outside or dual

employment and compensation

U Jurisdictional Applicability

Applicable provisions of all federal State of Florida county and municipal statutes la s ordinances

rules and regulations shall govern Proposal submitted hereto and any resulting contra t Lack of

knowledge by any Proposer shall not constitute a cognizable defense against the legal effect thereof

Disputes arising from or in connection with the contract shall be determined before Florida court of

competent jurisdiction or through an applicable administrative proceeding whichever s appropriate to

the circumstances under Florida law In the event that either party is required to obta n any permit

license or authorization as a prerequisite to performing its obligation under the contr ct the cost shall

be borne by the party required to obtain the permit license or authorization

V Governmental Restrictions

In the event any governmental restrictions may be imposed which would necessitate Iteration of the

terms of the contract resulting from this ITN it shall be the responsibility of the succe sful Proposer to

immediately notify the University in writing indicating the specific regulation which r quires the

alteration The University reserves the right to accept any such alteration including a y fee adjustments

occasioned thereby or to cancel the contract at no expense to the University

W Negotiation

In the event services are required to be performed or equipment required to be purc ased that are not

set out in the ITN but are within the general scope of the reqUirements the Universi and the

contractor hereby reserve the right to negotiate the terms covering the required serv ces or equipment

not to exceed $25000 per itemoccurrence

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-23

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FlORIDA TATE UNIVERSITY

X Additions Deletions and substitutions

The University reserves the right to add to or to delete any item from this ITN on a per odic basis as

necessary when deemed in the best interest of the University The contractor is respo sible for

submitting requests for such changes on a timely basis with sufficient documentation 0 allow

evaluation of the request When items are approved and added to the contract the c ntractor shall

maintain those items on the contact for a minimum of 120 days and sufficient quantit to accommodate

reasonable request or make provisions to offer substitute items as outlined in this sec ion

The University will consider substitutions for discontinued items provided that substit te items have

equivalent or greater featurescapabilities and shall be offered at the same or lower p ice as the item

replaced The University reserves the right to accept or reject substitutions

The University will consider the addition of newly released items provided that those i ems are offered

at the same percentage discount as similar items on the contract

The University will consider changes to contract items provided revisions are in accor nce with the

conditions and Specifications contained in this ITN The University reserves the right t accept or reject

changes proposed by the contractor

Y Equal Opportunity

The Contract must al all times during the term of the contract be in compliance with a I federal state

and local laws rules and regulations relating to the nondiscrimination clause containe in Section 202

Executive Order 11246 as amended by Executive Order 11375 relative to equal Empl yment

Opportunity for all person without regard to race color religion sex or national origi and the

implementing rules and regulations proscribed by the Secretary of Labor are incorpor ted into the terms

and conditions of this ITN

Z Governmental Action

It is mutually agreed that if at any time during the term of the contractual agreement he Contractor is

required to make extensive program changes as a direct result of any determination r action by any

applicable Federal State or Local Government authority the University will be willin to negotiate any

cost increase necessitated by such changes subject to availability of funds Any nego iated price

increase may not be implemented until a contract amendment signed by both parties is processed

through the Florida State University Facilities Purchasing Department

AA Travel

Travel expenses included in any contractpurchase order resulting from this ITN must e in accordance

with Section 112061 Florida Statutes

DCSI 010811 ElECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-24

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

BB Parties to the Contract

Parties to the contract will be the University and the contractor Payment will only be ade to the

contractor and in the name as it appears on the Proposal submitted and the resulting ontract

Cc Contractors Insurance

The Contractor shall not commence performance in connection with the contract unti he has obtained

all the following types of insurance and such insurance has been approved by the purc aser nor shall

the Contractor allow any subcontractor to commence work on his subcontract until all similar insurance

required for the subcontractor has been so obtained and approved All insurance poli ies shall be with

insurers qualified and doing business in Florida and with an AM Best rating of no les than AX The

purchaser shall be furnished proof of coverage of insurance by certificates of insuranc accompanying

the contract documents and shall name the Florida State University and Florida Board f Trustees as an

additional name insured The insurer shall provide 30 days written notice to the certi cate holder if a

policy is to be canceled before the expiration date thereof

The purchaser shall be exempt from and in no way liable for any sums of money that may represent a

deductible in any insurance policy The payment of such deductible shall be the sole r sponsibilityof

the Contract andor Subcontractor providing such insurance

1 Workers Compensation Insurance

The Contractor shall secure and maintain during the life of this agreement Workers mpensation

Insurance for all his employees connected with the work of this project and in case a y work is sublet

the Contractor shall require the subcontractor similarly to provide Workers Compens tion Insurance for

all the latters employee unless such insurance shall comply fully with the Florida Wor ers

Compensation Law In case any class of employees engaged in hazardous work under this contract at

the site of the project is not protected under Workers Compensation statute the Co tractor shall

provide and cause each subcontractor to provide adequate insurance satisfactory to he purchaser for

protection of his employees not otherwise protected

2 Contractors Public Liability and Property Damage Insurance

The Contractor shall secure and maintain during the life of this agreement COMPREH NSIVE GENERAL

L1ABNILITY AND COMPREHENSIVE AUTOMOBILE LIABILITY INSURANCE as shall protec him from claims

for damages personal injury including accidental death as well as claims for propert damages which

may arise from operations under this agreement whether such operations be by him If or by anyone

directly or indirectly employed by him and the amounts of such insurance shall be th minimum limit as

follows

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-25

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

1 Body Injury Liability $1000000 each acci nt

2 Auto Property Damage Liability $ 500000 each accid nt

3 Property Damage Liability- $1000000 each acci ent

(other than automobile) $1000000 aggregate operation

$1000000 aggregate protective

$1000000 aggregate contractual

Insuring clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended to provide coverage

on an OCCURRENCE basis

3 xcu (Explosion collapse underground damage) -the contractors liability P icy shall provide

xcu coverage for those classifications in which they are excluded

4 Contractual Liability - work contracts - The contractors liability policy shall co er such contracts

when they are affected

5 Subcontractors Public Liability and Property Damage Insurance

The Contractor shall require each of his subcontractors to secure and maintain during he life of this

contract insurance of the type specified above and insures the activities of his subco ractors in his

policy as specified above

Qualifications

All insurance poliCies shall be with insurers qualified and doing business in Florida

Proof of Insurance

Proof of insurance for all of the specified types and limits in the form of original Certif cates of Insurance

shall be delivered to the Facilities Purchasing Department within ten (10) days of exe tion of the

contract In lieu of original certificates certified copies of the actual policies may be f rnished

Whether certificates or policies are furnished the Florida State University and the Bo rd of Trustees

shall be deSignated as additional named insured Each such copy or certificate shall c ntain a valid

provision or endorsement that the policy may not be canceled terminated changed r modified

without giving thirty (30) days written advance notice thereof to the Universitys repr sentative A

renewal policy or certificate shall be delivered to the University at least thirty (30) da s prior to the

expiration date of each expiring policy If at any time any of the policies shall be or b come

unsatisfactory to the University as to form or substance or if any of the carriers issui g such policies

shall be or become unsatisfactory to the University Contractor shall promptly obtain a new and

satisfactory policy in replacement upon such written notice from the University

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-26

DIFFENBAUGH BUILDING PHASE I ELEVATOR NO 24516 FLORIDA

Original Copy

If determined necessary by the Universitys representative the Contractor shall delive

Universitys representative upon demand the original of any policy shall be returned t

Deductibles

The University shall be exempt from and in no way liable for any sums of money that

deductible in any insurance policy The payment of such deductible shall be the sole r

the Contractor andor subcontractor providing the insurance

DD Liability

The following Special Conditions supersedes General Conditions Number 21 Liability

to Negotiation Commodities Acknowledgment form

Contractors entire liability and the Universitys exclusive remedy shall be as follows

In all situations involving performance or non-performance under this Agreement th

be entitled to actual damages to the limits set forth in this provision

Contractors liability for damages to the University for any cause whatsoever and reg

TATE UNIVERSITY

to the

Contractor

may represent a

sponsibility of

n the Invitation

University shall

rdless of the form

of action whether in contract or in tort including negligence shall be limited to the gr ater of $100000

or the contract price stated herein for damages that are the subject of matter of or a e directly related

to the cause of action The foregOing limitation of liability will apply to

bull the payment of the cost of damage awards pertaining to patent and copyrigh indemnity or to

bull claims for re-procurement costs or the cost of cover pursuant to Rule 6C220 5(20) of the

Florida Administrative Code or to

bull claims for personal injury or damage to real or person property caused by Sel rs tortuous

conduct

Contractor shall hold and save the University harmless for any and all suits and judgm nts against the

State for personal injury or damage to real or personal property caused by Contracto s tortuous

conduct in the performance of this Agreement provided that

bull the University promptly notifies the Contractor in writing of any claim and

bull the Contractor shall be given the opportunity at its option to participate an associate with the

University in the control defense and trial of any claim and any related settle ent negotiations

and provided further that with respect to any claim or portion thereof for hich Contractor

agrees at the initiation of such claim that Contractor shall save an hold the U iversity harmless

Contractor shall have the sole control of the defense trial and any related se lement

negotiations and

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-27

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

bull the University fully cooperates with the Contractor in the defense of any claim

In no event however will Contractor be liable for

bull any damages caused by the Universitys failure to perform the Universitys res onsibilities or

for

bull any lost profits or other consequential damages even if Seller has been

advised of the possibility of such damages or for

bull any claim against the University by any other party e ept as provided

in the hold harmless provision of the preceding parag aph of this

provision and except as provided in Paragraph 18 of t e General

Conditions Patents and Royalties on the Invitation 0 Negotiation

Commodities Acknowledgment form or for

bull any damage caused by performance or non-performa ce of machine or

programming located outside the United State or Pue 0 Rico

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-28

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

SPECIAL TERMS AND CONDITIONS Payment shall be made in accordance with s 215422 FS which provides that agencies have 5 working days to inspect ampapprove goods ampservices unless bid specifications r the PO specifies otherwise If payment is not available within 40 days measured from t e latter of the date the invoice is received or the goods or services are received inspected an approved a separate interest penalty set by the Comptroller pursuant to s 5503 FS will b due and payable in addition to the invoice amount To obtain the applicable interest rate please contact the University Facilities Payables and Disbursements Section at (850) 644-047 Invoices returned to a vendor due to preparation errors will result in a payment elay Interest penalties of less than $1 will not be paid unless the vendor requests payment The payment period does not begin until all terms of the contract (including shi ping and billing instructions exactly as they are specified on the purchase order) hav been met and a properly completed invoice is provided the University The university reserve all administrative contractual and legal remedies against the contractor or vendor ho breaches any of the contract terms The employment of unauthorized aliens by any contractor is considered a viola ion of Section 274A(e) of the Immigration and Nationality Act If the contractor knowingly emp oys unauthorized aliens such violation shall be cause for cancellation of this purch se order Acceptance of this order serves as certification that the vendor or its principals (a) are not presently debarred suspended proposed for debarment declared ineligible 0 voluntarily excluded from covered transactions by any federal department or agency (b) ve not within a three-year period preceding this proposal been convicted of or had a civil judg ent rendered against them for commission of fraud or a criminal offense in connection with 0 taining attempting to obtain or performing a public (federal state or local) transaction r contract under a public transaction violation of federal or state antitrust statutes or commissio of embezzlement theft forgery bribery falsification or destruction of records rna ing false statements or receiving stolen property (c) are not presently indicted for or oth rwise criminally or civilly charged by a government entity (federal state or local) with commissi n of any of the offenses enumerated in paragraph (b) of this certification and (d) have not wit in a three-year period preceding this applicationproposal had one or more public transactions federal state or local) terminated for cause or default 52249-5 (a)-(f) Hazardous Material Identification and Material Safety Data When subcontract involves hazardous material Utilization of Small Business Concerns and Small Disadvantaged Business Concerns Walsh-Healey Public Contracts Act 52219-8 52222-20 Employment if the subcontract amount 52203-7001

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-29

Page 17: Invitation to Bid (ITB) til the dates - FSU Facilities · Invitation to Bid (ITB) ... Elevator renovation work includes, but is not limited to, ... hands-free telephone instrumen

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

erials Secure

7 Handrails shall be installed on three (3) sides of the elevator cab Rails sh II be constructed of heavy gauge round stainless steel with suitable number of matching su ports that will permit each rail to support at least 600 pounds at any location Return th ends of the rails toward the wall panels Provide oversize backing plates on the rear of the cab walls

8 Provide stainless steel bumper rails located approximately 8 above the fl or to the top of the rails The rails shall be constructed of 38 thick by 3 high solid stainl ss steel bumper rails Provide matching stainless steel supports for the rails designed to s pport at least 600 pounds on each rail at any location the rail Return the rails toward the II panels Provide oversize backing plates on the rear of the cab walls

9 The existing cab ceiling shall be handled as follows a Carefully remove the existing stainless steel ceiling and LED lighting sy tern without

damaging the materials This ceiling shall be installed in the new cab t a height of approximately 7-6 above the finished floor level

b As part of the new cab top provide a suitably located emergency exit anel that is arranged for removal through the top exit panel Align the exit with t e opening location in the existing cab ceiling

c Provide an electrical switch assembly on the top exit to prevent the el vator from moving unless the exit is closed and locked

d Height of the cab top and location of the cab ceiling shall be verified y Elevator Contractor prior to designing the cab drawings

10 Furnish and install new sandwich type construction car door panels with s itable reinforcement for the car door clutch and other devices Door shall be fa with 14 gauge no 4 stainless steel material

11 Threshold for the car door entrance shall be satin finished nickel silver rna with matching countersunk nickel silver bolts

12 Provide a new two (2) speed squirrel cage type exhaust blower with at Ie st 700 cubic feet per minute capacity on high speed Propeller fan is not acceptable

13 Furnish a new certificate frame that will accept standard size of State of FI rida operating certificate The flush mounted frame shall be incorporated in the swing d or for the service cabinet

14 Furnish and install a new Emergency telephone device Phone shall be Rat -Microtech model no 2100-967DVCA or other as approved by Owner Prior to purch se of the equipment Elevator Contractor shall verify the model number by contacti g Telecommunications Department of Florida State University Incorporate nto car operating panel

15 Provide high quality vinyl material protection pads and stainless steel pa buttons Install buttons with screws coated with Loctite no 290 tread sealer material t prevent removal without appropriate tools Pads shall also cover the front return panels i which cutouts shall be provided for operating devices

16 Provide stainless steel type 304 with no 4 satin finish 17 Provide any additional features as required by elevator code 18 Clean and polish the entire elevator cab prior to acceptance Cab shall ha e a like new

appearance except for any dents or deep scratches that remain as a resul of the existing damage

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-14

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

19 Furnish and install new cab flooring materials specified elsewhere Before install sheet type elastomeric goods to cover the entire floor area Glue d the plywood

208 ALARM BELL SYSTEM

A Retain the existing emergency alarm bell system provided it will function as

TATE UNIVERSITY

installing the cab wn the sheet to

quired hereinafter If a new alarm bell system is required provide as a requirement of this contract

209 CAR TOP RAILING SYSTEM

A Furnish and install a car-top safety railing system for added protection for ele ator technicians While working on the car top Comply with all code requirements on height a d mounting

210 ELECTRICAL WIRING AND WORK REQUIREMENTS

A Furnish and install new electrical wiring conductors and other wiring as requ red Install new NEC approved conduit conduit fittings electrical pull boxes raceways and du t work were required

B Emergency Car Lighting Provide LED type emergency car lighting system that will automatically illuminate when the normal power supply fails The LED lighting system shall e incorporated into the normal ceiling lighting system by installation of the emergency cab Ii hting system available from Electronic Controls Inc Cape Canaveral Florida Illuminate at least three (3) of the normal lighting fixtures with the emergency lighting system for a period at least four (4) hours after the loss of power Also provide emergency power supply for the larm bell as part of the emergency lighting system

PART 3 - EXECUTION

301 EXAMINATION

A Before fabricating the equipment or commencing elevator installation work i spect the complete hoist way and equipment platform dimensions machinery to be re sed pit area and machine room as constructed or modified verify all critical dimensions and e amine supporting structures and all other conditions under which elevator work is to be installe or performed Do not proceed with the elevator installationrenovation work until all conditi ns have been reviewed and evaluated

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

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-15

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

302 INSTALLATION

A Install new elevator system components and incorporate the equipment that and reused in a completely satisfactory installation

TATE UNIVERSITY

is being retained

1 Work to be performed by completely competent fully trained elevator in tallation personnel in accordance with the requirements of ASME AI71 elevator anufacturers installation instructions and approved shop drawings All elevator mecha ics working on this project shall hold current State of Florida Certificate of Competency license cards The use of temporary or probationary mechanics to perform work as a mechanic is not acceptable on this contract

2 Comply with the National Electrical Code and ASME A175 for elevator el required during installation of this equipment

3 Perform work with skilled workmen under the direct control and supervis on of the Elevator Contractors experienced foreman and superintendent The Owner Arch tect and Elevator Consultant shall reserve the right to interview all employees assigned to ork on this project and require that any unsuitable employees in their sole opinion e removed from the site

4 Mount all moving elevator components on vibration absorbing mounts d signed to effectively prevent the transmissions to the structure and eliminate sour es of structure borne noise from the elevator system

303 FIELD QUALITY CONTROL

A Acceptance testing Upon completion of the elevator installation work and b fore use of the elevator equipment performance acceptance tests are required to demonstr te that the equipment will sustain and lift the loads for which the elevator was initially d signed Test weights shall be provided to perform these tests and must be used to demon trate the performance in the presence of representatives of the Owner Elevator Cons Itant and a State of Florida licensed CEI (QEI) elevator inspector Elevator inspector shall not b a former or current employee of the Elevator Contractor

B Advise the Architect Owner Elevator Consultant and CEllicensed elevator in ector at least five (5) business days in advance of the date and time the testing is to be pe rmed on the elevator equipment

304 ADJUSTING WORK

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

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-16

elevator

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

305 CLEANING

A Before final acceptance remove all protective materials from the finished su the plastic sheeting All of the elevator equipment must be cleaned prior to Fi

TATE UNIVERSITY

ces including al Acceptance

B At completion of the elevator work remove all tools equipment surplus mat rials and the like from the site Remove all trash and debris during the clean-up Thoroughly cI an up all oil spills and residue

307 TURNOVER OF DOCUMENTS TOOLS AND OTHER SUCH REQUIREMENTS

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

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

C Provide at least twelve (12) sets of all elevator keys to the Owner except for t e elevator door keys

308 COMPLETION DATE

A The installation is not considered complete until the complete project has be considered to have been performed in a first-class professional manner and is completely ceptable to the Owner and Elevator Consultant Further all adjustments load tests perfor ance tests and punch-lists must be completed All required documents special tools archiv I information and the like must be turned over to the Owner prior to establishing the final com letion date

B The Owner Elevator Contractor and Elevator Consultant must be in agreeme t as to the completion date and date the warranty shall commence

309 ELEVATOR SCHEDULE

A Number of elevators - One (1) Westinghouse Elevator Company brand elevat r previously

modified by Mowrey Elevator Corporation

B Elevator type - Electric Oil-Hydraulic

C Speed - Approximately 200 feet per minute Set down speed at 180 feet per inute in down

direction with no load on the elevator

D Control system - Omron microprocessor type installed by Mowrey Elevator

E Door type - Center-Opening side-sliding 3-6 wide by 7-0 high

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-17

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

F Warranty - Twelve (2) months after completion and acceptance by the Owner

310 ELEVATOR CONTRACTOR PERFORMANCE REQUIREMENTS UNDER THIS CONTR

A Considering that this is a time if of the essence Contract the expectation

require the Elevator Contractor be mindful of the need for prompt handling

Contract Consequently rigid timelines are being established prior to accepta

B After award of the elevator contract work or issuance of a notice to pro

Contractor shall perform the work as follows

TATE UNIVERSITY

CT

of the Owner do

all aspects of this

ce of bids

ed the Elevator

1 Provide all required submittals shop drawings samples etc within thirty 30) of the

contract award notification

2 Elevator Contractor shall allow ten (10) work days for the review and app val process and

time to return the submittal documents Elevator Contractor is expected 0 travel to the

FSU Campus to the pick-up the approved or approved as noted docu ents and samples

at the location designated in advance

3 Elevator Contractor shall make all necessary arrangements to obtain all m terials to be

installed under this contract including handling appropriate delivery of al such materials to

the work site no later than ten (10) weeks from the date the approval pr cess has been

completed and the required documents are returned to Elevator Contrac or

4 Elevator Contractor shall notify the Owner in seven (7) calendar days adv nce of the exact

date of the elevator being removed from service so that information reg rding the elevator

renovation work can be provided to the building management personnel nd students

5 Any questions regarding the requirements scheduling needs or other con erns shall be

handled by both parties in a manner that should not delay the work sche ule on the site

6 Once the elevator is removed from service the work schedule shall conti ue without

interruption until the project has been completed The Elevator Contract r shall complete

all work on the elevator within eighteen (18) calendar days from the tim the elevator is

removed from service This time period includes all testing adjusting cle ning painting

trash removal and all other associated work In the event the Elevator Co tractor

anticipates requiring additional time to perform the work this work shall e included as

overtime or shift work and shall be included in the bid price

7 When the work is commenced on the elevator no delays wit be accepte by the Owner

unless the delays are caused by fires storms floods civil disruption the

materials labor strikes or similar causes over which neither party has not

8 When Elevator Contractor submits a bid for this work he or she complet y accepts the

requirements of the technical speCifications and the Elevator Contractor

Requirements stated herein

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-18

ontrol

erformance

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

SPECIAL TERMS AND CONDITIONS

A Public Inspection

In accordance with Florida Statutes the ITN shall not be made available for public ins ction until the

University provides notice of a decision or intended decision pursuant to s312053 (5) ) Florida Status

or within 10 days after the opening date whichever is earlier

B Written Communications Required

No negotiations decisions or actions shall be initiated or executed by the Proposer a a result of any

discussion with any University employee Only those communications that are in writ ng from the

University Facilities Purchasing Department shall be considered as a duly authorized e pression on

behalf of the University Also the University will recognize only communications fro Proposers that

are signed and in writing as duly authorized expression on behalf of the Proposer

C Formal Offer

A Proposers written submission in response to the ITN shall be considered as the Pro osers formal

offer The content of the ITN the Proposers submission in response to the ITN and r suiting

contractpurchase order(s) shall be considered the entire agreement between the su essful Proposer

and the University It is understood and agreed that nothing herein is intended or sh uld be construed

as constituting the Proposer as the agent or representative of the University for any p rpose or in any

manner whatsoever The Proposer is and shall remain an independent contractor 0 erating in

accordance with the terms and conditions of the license granted as a result of this Inv ation of

Negotiation

D Interpretations

Proposers shall examine the ITN to determine if the Universitys requirements are de rly stated If

there are any requirements that are too vague or restrict competition the Proposer ay request in

writing that the specifications be changed A Proposer who request change in the sp cifications must

identify and describe the Proposers difficulty in meeting the Universitys specificatio must provide

detailed justification for the change and must provide a recommended change to the specification

Request for changes must be received in the Facilities Purchasing Department by the lose of the

business day not later than the entry note in the Calendar of Events area of this IT as the last to

receive written inquiries regarding the Proposal A Proposers failure to request chan es by the

permissible date shall be considered acceptance of the Universitys Specifications and a waiver of the

Proposers right to protest the ITN on the basis of Specifications The University rese es the right to

determine which changes to the ITN shall be acceptable to the University If required the University

shall issue an addendum reflecting the changes to the INT This addendum shall be s nt to all Proposers

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-19

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

so that each is given the opportunity of submitting proposals to the same Specificatio

Specifications shall be considered the Universitys minimum mandate requirements

E Verbal Communications

TATE UNIVERSITY

Said

Proposers may not consider any verbal instructions as an official expression on the Un versitys behalf

Only written communications Signed by a duly authorized representative of the Facili ies Purchasing

Office shall be considered valid

F Proposal Tabulation

A Proposal Tabulation that serves as the Notice of Award to the Proposer of receivi the contract

award will be posted for review by interest parties at the University Facilities Purchasi g Department on

the day noted in the Calendar of Events area of this ITN and will remain posted for a period of

seventy-two (72) hours Any person who is adversely effected by this University decis on or intended

decisions as detailed above in connection with this ITN shall file a written Notice of rotest with the

Director of Facilities Purchasing Failure to file a Notice of Protest within the 72 hour after the

protested University intended decisions is posted shall constitute a waiver of proceed gs under s120

Florida Statutes A Notice of Protest is considered filed when it is delivered to Facili ies Purchasing

Department 969 Learning Way 114 MMA Tallahassee Florida 32306 during normal ours of operation

of the file a Formal Written Protest and the bond required under Rule 6C-18055(3) lorida

Administrative Code (FAC) with ten (10) days after filing the Notice of Protest in the ccordance with

Rule 6C2-2015(13) FAC shall constitute a waiver of the Proposers right to protest un er s12057(3)(b)

Florida Statutes

G Mandatory Requirements

Any proposal that fails to meet mandatory Specifications stated in the ITN may be rej cted Any

proposal that does not comply with the functional cost or contractual requirements i the ITN may be

rejected In addition to the requirements of paragraph (8) Awards of the General Co ditions on the

Invitation of Negation Commodities Acknowledgment form the University shall not b liable to pay for

information obtained from or through any Proposer prior to issuing the purchase ord r to the successful

Proposer

H Minor Irregularities

The University reserves the right to waive minor irregularities in proposals providing uch action is in

the best interest ofthe University Minor irregularities are defined as those that hav no adverse affect

of the Universitys interest will not affect the amount of the Proposal and will not giv a Proposer an

advantage or benefit not enjoyed by another Proposer

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-20

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

I Format

Each proposal shall be prepared simply and economically providing a straight forward concise

delineation of the Proposers capabilities to satisfy the Specifications of the ITN Fancy binding colored

display and promotional materials are not desired However technical literature and ictures of

proposed equipment should be included in the proposal Emphasis in each proposal ust be on

completeness and clarity of contents To expedite the evaluation of Proposals it is es ential that

Proposers follow the format and instructions contained herein Failure to follow the r quested format

may result in rejections

J Extension Errors

In the event of extension error(s) the unit price will prevail and the Proposers Total er will be

corrected accordingly In the event of addition errors the extended totals will prevail nd the

Proposers Total Offer will be corrected accordingly Proposers must check their Prop sal for any such

errors and state the discount(s) where applicable

K University Point of Contact

The Proposers pOint of contact for all matters relating to this ITN is

Betty-Jean (BJ) Lewis

Florida State University Facilities Purchasing Department

969 Learning Way 102A MMA

Tallahassee Florida 32306

Fax (850) 644-5071

E-mail blewisadminfsuedu

Written questions on this ITN must be submitted to Betty-Jean (BJ) Lewis Questions ust be received

by the date listed for that event in the Calendar of Events After that date no inqui ies regarding the

Proposal oral or written will be accepted

L Contractor Point of Contact

Each Proposer shall identify in its submittal the single point of contact for all matters elation to the

response

M Proposal Materials

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-21

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

The materials submitted in response to this ITN become the property of the Universit upon delivery to

the Facilities Purchasing Department All of the materials will considered as part of th ITN and will be

subject to review as public records 10 days after the ITN is opened or an award is mad whichever

occurs first

N Proposal Rejection

The University shall have the right to reject any or all Proposals and in particular reje a Proposal not

accompanied by data required by the ITN or Proposal in any way incomplete or irreg ar including

omissions of pricing Conditional Proposals will not be accepted

O Conflict Between Document

If any terms and conditions contained within the documents related to this ITN are in onflict with any

other terms and conditions contained therein then the various documents comprisin this ITN as

applicable shall govern in the following order of the precedence AmendmentChange Order Addenda

ITN Terms and Conditions ITN Specifications ITN Responsibilities general conditions f the ITN

Proposal

P Additions Deletions Substitutions

Should the University find it necessary to supplement modify correct or interpret an portion of the

ITN during the Proposal period such action shall be taken by issuance of a written Ad endum to the

documents distributed to all known prospective Proposers Addenda will be issued no less than seven

(7) calendar days prior to the date scheduled for receipt of Proposals

Q Interpretation

Neither interpretation of the meaning of the ITN documents nor any corrections of a biguity

inconsistency or error will be made to any Proposer orally All such communications ill be in the form

of written addenda as issued by the Selection Community Only written addenda issu d by the Selection

Community shall be binding Proposers are advised that no other source is authorize to accept or give

information concerning explain or interpret the ITN

R Addenda Acknowledgment Form

Any addenda issued by the University to participating Proposers shall include an Add nda

Acknowledgment Form This form shall be signed by a company representative dat d and returned to

the University by the date specified in the Calendar of Events for Proposals to be 0 ned

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-22

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

S Amendments

Any amendments alterations or modifications to the contract resulting from this ITN ust be in the

form of a change order to the original contract and have the written approval of the F cilities Purchasing

Department and must be signed or initialed and approved by the same signatories not d on the ITN

T Assignment

Under no circumstances shall the successful Proposer assign to a third party any right r obligation of

successful Proposer pursuant to this Proposal without prior written consent of the Uni ersity If the

successful Proposer is or during the term of the contract resulting from this ITN beco e an individual

on the payroll of the State of Florida successful Proposer represents that he or she ha complied with all

applicable provisions in the Florida Statutes and Florida Administrative Code regardin outside or dual

employment and compensation

U Jurisdictional Applicability

Applicable provisions of all federal State of Florida county and municipal statutes la s ordinances

rules and regulations shall govern Proposal submitted hereto and any resulting contra t Lack of

knowledge by any Proposer shall not constitute a cognizable defense against the legal effect thereof

Disputes arising from or in connection with the contract shall be determined before Florida court of

competent jurisdiction or through an applicable administrative proceeding whichever s appropriate to

the circumstances under Florida law In the event that either party is required to obta n any permit

license or authorization as a prerequisite to performing its obligation under the contr ct the cost shall

be borne by the party required to obtain the permit license or authorization

V Governmental Restrictions

In the event any governmental restrictions may be imposed which would necessitate Iteration of the

terms of the contract resulting from this ITN it shall be the responsibility of the succe sful Proposer to

immediately notify the University in writing indicating the specific regulation which r quires the

alteration The University reserves the right to accept any such alteration including a y fee adjustments

occasioned thereby or to cancel the contract at no expense to the University

W Negotiation

In the event services are required to be performed or equipment required to be purc ased that are not

set out in the ITN but are within the general scope of the reqUirements the Universi and the

contractor hereby reserve the right to negotiate the terms covering the required serv ces or equipment

not to exceed $25000 per itemoccurrence

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-23

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FlORIDA TATE UNIVERSITY

X Additions Deletions and substitutions

The University reserves the right to add to or to delete any item from this ITN on a per odic basis as

necessary when deemed in the best interest of the University The contractor is respo sible for

submitting requests for such changes on a timely basis with sufficient documentation 0 allow

evaluation of the request When items are approved and added to the contract the c ntractor shall

maintain those items on the contact for a minimum of 120 days and sufficient quantit to accommodate

reasonable request or make provisions to offer substitute items as outlined in this sec ion

The University will consider substitutions for discontinued items provided that substit te items have

equivalent or greater featurescapabilities and shall be offered at the same or lower p ice as the item

replaced The University reserves the right to accept or reject substitutions

The University will consider the addition of newly released items provided that those i ems are offered

at the same percentage discount as similar items on the contract

The University will consider changes to contract items provided revisions are in accor nce with the

conditions and Specifications contained in this ITN The University reserves the right t accept or reject

changes proposed by the contractor

Y Equal Opportunity

The Contract must al all times during the term of the contract be in compliance with a I federal state

and local laws rules and regulations relating to the nondiscrimination clause containe in Section 202

Executive Order 11246 as amended by Executive Order 11375 relative to equal Empl yment

Opportunity for all person without regard to race color religion sex or national origi and the

implementing rules and regulations proscribed by the Secretary of Labor are incorpor ted into the terms

and conditions of this ITN

Z Governmental Action

It is mutually agreed that if at any time during the term of the contractual agreement he Contractor is

required to make extensive program changes as a direct result of any determination r action by any

applicable Federal State or Local Government authority the University will be willin to negotiate any

cost increase necessitated by such changes subject to availability of funds Any nego iated price

increase may not be implemented until a contract amendment signed by both parties is processed

through the Florida State University Facilities Purchasing Department

AA Travel

Travel expenses included in any contractpurchase order resulting from this ITN must e in accordance

with Section 112061 Florida Statutes

DCSI 010811 ElECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-24

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

BB Parties to the Contract

Parties to the contract will be the University and the contractor Payment will only be ade to the

contractor and in the name as it appears on the Proposal submitted and the resulting ontract

Cc Contractors Insurance

The Contractor shall not commence performance in connection with the contract unti he has obtained

all the following types of insurance and such insurance has been approved by the purc aser nor shall

the Contractor allow any subcontractor to commence work on his subcontract until all similar insurance

required for the subcontractor has been so obtained and approved All insurance poli ies shall be with

insurers qualified and doing business in Florida and with an AM Best rating of no les than AX The

purchaser shall be furnished proof of coverage of insurance by certificates of insuranc accompanying

the contract documents and shall name the Florida State University and Florida Board f Trustees as an

additional name insured The insurer shall provide 30 days written notice to the certi cate holder if a

policy is to be canceled before the expiration date thereof

The purchaser shall be exempt from and in no way liable for any sums of money that may represent a

deductible in any insurance policy The payment of such deductible shall be the sole r sponsibilityof

the Contract andor Subcontractor providing such insurance

1 Workers Compensation Insurance

The Contractor shall secure and maintain during the life of this agreement Workers mpensation

Insurance for all his employees connected with the work of this project and in case a y work is sublet

the Contractor shall require the subcontractor similarly to provide Workers Compens tion Insurance for

all the latters employee unless such insurance shall comply fully with the Florida Wor ers

Compensation Law In case any class of employees engaged in hazardous work under this contract at

the site of the project is not protected under Workers Compensation statute the Co tractor shall

provide and cause each subcontractor to provide adequate insurance satisfactory to he purchaser for

protection of his employees not otherwise protected

2 Contractors Public Liability and Property Damage Insurance

The Contractor shall secure and maintain during the life of this agreement COMPREH NSIVE GENERAL

L1ABNILITY AND COMPREHENSIVE AUTOMOBILE LIABILITY INSURANCE as shall protec him from claims

for damages personal injury including accidental death as well as claims for propert damages which

may arise from operations under this agreement whether such operations be by him If or by anyone

directly or indirectly employed by him and the amounts of such insurance shall be th minimum limit as

follows

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-25

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

1 Body Injury Liability $1000000 each acci nt

2 Auto Property Damage Liability $ 500000 each accid nt

3 Property Damage Liability- $1000000 each acci ent

(other than automobile) $1000000 aggregate operation

$1000000 aggregate protective

$1000000 aggregate contractual

Insuring clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended to provide coverage

on an OCCURRENCE basis

3 xcu (Explosion collapse underground damage) -the contractors liability P icy shall provide

xcu coverage for those classifications in which they are excluded

4 Contractual Liability - work contracts - The contractors liability policy shall co er such contracts

when they are affected

5 Subcontractors Public Liability and Property Damage Insurance

The Contractor shall require each of his subcontractors to secure and maintain during he life of this

contract insurance of the type specified above and insures the activities of his subco ractors in his

policy as specified above

Qualifications

All insurance poliCies shall be with insurers qualified and doing business in Florida

Proof of Insurance

Proof of insurance for all of the specified types and limits in the form of original Certif cates of Insurance

shall be delivered to the Facilities Purchasing Department within ten (10) days of exe tion of the

contract In lieu of original certificates certified copies of the actual policies may be f rnished

Whether certificates or policies are furnished the Florida State University and the Bo rd of Trustees

shall be deSignated as additional named insured Each such copy or certificate shall c ntain a valid

provision or endorsement that the policy may not be canceled terminated changed r modified

without giving thirty (30) days written advance notice thereof to the Universitys repr sentative A

renewal policy or certificate shall be delivered to the University at least thirty (30) da s prior to the

expiration date of each expiring policy If at any time any of the policies shall be or b come

unsatisfactory to the University as to form or substance or if any of the carriers issui g such policies

shall be or become unsatisfactory to the University Contractor shall promptly obtain a new and

satisfactory policy in replacement upon such written notice from the University

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-26

DIFFENBAUGH BUILDING PHASE I ELEVATOR NO 24516 FLORIDA

Original Copy

If determined necessary by the Universitys representative the Contractor shall delive

Universitys representative upon demand the original of any policy shall be returned t

Deductibles

The University shall be exempt from and in no way liable for any sums of money that

deductible in any insurance policy The payment of such deductible shall be the sole r

the Contractor andor subcontractor providing the insurance

DD Liability

The following Special Conditions supersedes General Conditions Number 21 Liability

to Negotiation Commodities Acknowledgment form

Contractors entire liability and the Universitys exclusive remedy shall be as follows

In all situations involving performance or non-performance under this Agreement th

be entitled to actual damages to the limits set forth in this provision

Contractors liability for damages to the University for any cause whatsoever and reg

TATE UNIVERSITY

to the

Contractor

may represent a

sponsibility of

n the Invitation

University shall

rdless of the form

of action whether in contract or in tort including negligence shall be limited to the gr ater of $100000

or the contract price stated herein for damages that are the subject of matter of or a e directly related

to the cause of action The foregOing limitation of liability will apply to

bull the payment of the cost of damage awards pertaining to patent and copyrigh indemnity or to

bull claims for re-procurement costs or the cost of cover pursuant to Rule 6C220 5(20) of the

Florida Administrative Code or to

bull claims for personal injury or damage to real or person property caused by Sel rs tortuous

conduct

Contractor shall hold and save the University harmless for any and all suits and judgm nts against the

State for personal injury or damage to real or personal property caused by Contracto s tortuous

conduct in the performance of this Agreement provided that

bull the University promptly notifies the Contractor in writing of any claim and

bull the Contractor shall be given the opportunity at its option to participate an associate with the

University in the control defense and trial of any claim and any related settle ent negotiations

and provided further that with respect to any claim or portion thereof for hich Contractor

agrees at the initiation of such claim that Contractor shall save an hold the U iversity harmless

Contractor shall have the sole control of the defense trial and any related se lement

negotiations and

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-27

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

bull the University fully cooperates with the Contractor in the defense of any claim

In no event however will Contractor be liable for

bull any damages caused by the Universitys failure to perform the Universitys res onsibilities or

for

bull any lost profits or other consequential damages even if Seller has been

advised of the possibility of such damages or for

bull any claim against the University by any other party e ept as provided

in the hold harmless provision of the preceding parag aph of this

provision and except as provided in Paragraph 18 of t e General

Conditions Patents and Royalties on the Invitation 0 Negotiation

Commodities Acknowledgment form or for

bull any damage caused by performance or non-performa ce of machine or

programming located outside the United State or Pue 0 Rico

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-28

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

SPECIAL TERMS AND CONDITIONS Payment shall be made in accordance with s 215422 FS which provides that agencies have 5 working days to inspect ampapprove goods ampservices unless bid specifications r the PO specifies otherwise If payment is not available within 40 days measured from t e latter of the date the invoice is received or the goods or services are received inspected an approved a separate interest penalty set by the Comptroller pursuant to s 5503 FS will b due and payable in addition to the invoice amount To obtain the applicable interest rate please contact the University Facilities Payables and Disbursements Section at (850) 644-047 Invoices returned to a vendor due to preparation errors will result in a payment elay Interest penalties of less than $1 will not be paid unless the vendor requests payment The payment period does not begin until all terms of the contract (including shi ping and billing instructions exactly as they are specified on the purchase order) hav been met and a properly completed invoice is provided the University The university reserve all administrative contractual and legal remedies against the contractor or vendor ho breaches any of the contract terms The employment of unauthorized aliens by any contractor is considered a viola ion of Section 274A(e) of the Immigration and Nationality Act If the contractor knowingly emp oys unauthorized aliens such violation shall be cause for cancellation of this purch se order Acceptance of this order serves as certification that the vendor or its principals (a) are not presently debarred suspended proposed for debarment declared ineligible 0 voluntarily excluded from covered transactions by any federal department or agency (b) ve not within a three-year period preceding this proposal been convicted of or had a civil judg ent rendered against them for commission of fraud or a criminal offense in connection with 0 taining attempting to obtain or performing a public (federal state or local) transaction r contract under a public transaction violation of federal or state antitrust statutes or commissio of embezzlement theft forgery bribery falsification or destruction of records rna ing false statements or receiving stolen property (c) are not presently indicted for or oth rwise criminally or civilly charged by a government entity (federal state or local) with commissi n of any of the offenses enumerated in paragraph (b) of this certification and (d) have not wit in a three-year period preceding this applicationproposal had one or more public transactions federal state or local) terminated for cause or default 52249-5 (a)-(f) Hazardous Material Identification and Material Safety Data When subcontract involves hazardous material Utilization of Small Business Concerns and Small Disadvantaged Business Concerns Walsh-Healey Public Contracts Act 52219-8 52222-20 Employment if the subcontract amount 52203-7001

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-29

Page 18: Invitation to Bid (ITB) til the dates - FSU Facilities · Invitation to Bid (ITB) ... Elevator renovation work includes, but is not limited to, ... hands-free telephone instrumen

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

19 Furnish and install new cab flooring materials specified elsewhere Before install sheet type elastomeric goods to cover the entire floor area Glue d the plywood

208 ALARM BELL SYSTEM

A Retain the existing emergency alarm bell system provided it will function as

TATE UNIVERSITY

installing the cab wn the sheet to

quired hereinafter If a new alarm bell system is required provide as a requirement of this contract

209 CAR TOP RAILING SYSTEM

A Furnish and install a car-top safety railing system for added protection for ele ator technicians While working on the car top Comply with all code requirements on height a d mounting

210 ELECTRICAL WIRING AND WORK REQUIREMENTS

A Furnish and install new electrical wiring conductors and other wiring as requ red Install new NEC approved conduit conduit fittings electrical pull boxes raceways and du t work were required

B Emergency Car Lighting Provide LED type emergency car lighting system that will automatically illuminate when the normal power supply fails The LED lighting system shall e incorporated into the normal ceiling lighting system by installation of the emergency cab Ii hting system available from Electronic Controls Inc Cape Canaveral Florida Illuminate at least three (3) of the normal lighting fixtures with the emergency lighting system for a period at least four (4) hours after the loss of power Also provide emergency power supply for the larm bell as part of the emergency lighting system

PART 3 - EXECUTION

301 EXAMINATION

A Before fabricating the equipment or commencing elevator installation work i spect the complete hoist way and equipment platform dimensions machinery to be re sed pit area and machine room as constructed or modified verify all critical dimensions and e amine supporting structures and all other conditions under which elevator work is to be installe or performed Do not proceed with the elevator installationrenovation work until all conditi ns have been reviewed and evaluated

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

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-15

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

302 INSTALLATION

A Install new elevator system components and incorporate the equipment that and reused in a completely satisfactory installation

TATE UNIVERSITY

is being retained

1 Work to be performed by completely competent fully trained elevator in tallation personnel in accordance with the requirements of ASME AI71 elevator anufacturers installation instructions and approved shop drawings All elevator mecha ics working on this project shall hold current State of Florida Certificate of Competency license cards The use of temporary or probationary mechanics to perform work as a mechanic is not acceptable on this contract

2 Comply with the National Electrical Code and ASME A175 for elevator el required during installation of this equipment

3 Perform work with skilled workmen under the direct control and supervis on of the Elevator Contractors experienced foreman and superintendent The Owner Arch tect and Elevator Consultant shall reserve the right to interview all employees assigned to ork on this project and require that any unsuitable employees in their sole opinion e removed from the site

4 Mount all moving elevator components on vibration absorbing mounts d signed to effectively prevent the transmissions to the structure and eliminate sour es of structure borne noise from the elevator system

303 FIELD QUALITY CONTROL

A Acceptance testing Upon completion of the elevator installation work and b fore use of the elevator equipment performance acceptance tests are required to demonstr te that the equipment will sustain and lift the loads for which the elevator was initially d signed Test weights shall be provided to perform these tests and must be used to demon trate the performance in the presence of representatives of the Owner Elevator Cons Itant and a State of Florida licensed CEI (QEI) elevator inspector Elevator inspector shall not b a former or current employee of the Elevator Contractor

B Advise the Architect Owner Elevator Consultant and CEllicensed elevator in ector at least five (5) business days in advance of the date and time the testing is to be pe rmed on the elevator equipment

304 ADJUSTING WORK

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

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-16

elevator

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

305 CLEANING

A Before final acceptance remove all protective materials from the finished su the plastic sheeting All of the elevator equipment must be cleaned prior to Fi

TATE UNIVERSITY

ces including al Acceptance

B At completion of the elevator work remove all tools equipment surplus mat rials and the like from the site Remove all trash and debris during the clean-up Thoroughly cI an up all oil spills and residue

307 TURNOVER OF DOCUMENTS TOOLS AND OTHER SUCH REQUIREMENTS

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

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

C Provide at least twelve (12) sets of all elevator keys to the Owner except for t e elevator door keys

308 COMPLETION DATE

A The installation is not considered complete until the complete project has be considered to have been performed in a first-class professional manner and is completely ceptable to the Owner and Elevator Consultant Further all adjustments load tests perfor ance tests and punch-lists must be completed All required documents special tools archiv I information and the like must be turned over to the Owner prior to establishing the final com letion date

B The Owner Elevator Contractor and Elevator Consultant must be in agreeme t as to the completion date and date the warranty shall commence

309 ELEVATOR SCHEDULE

A Number of elevators - One (1) Westinghouse Elevator Company brand elevat r previously

modified by Mowrey Elevator Corporation

B Elevator type - Electric Oil-Hydraulic

C Speed - Approximately 200 feet per minute Set down speed at 180 feet per inute in down

direction with no load on the elevator

D Control system - Omron microprocessor type installed by Mowrey Elevator

E Door type - Center-Opening side-sliding 3-6 wide by 7-0 high

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-17

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

F Warranty - Twelve (2) months after completion and acceptance by the Owner

310 ELEVATOR CONTRACTOR PERFORMANCE REQUIREMENTS UNDER THIS CONTR

A Considering that this is a time if of the essence Contract the expectation

require the Elevator Contractor be mindful of the need for prompt handling

Contract Consequently rigid timelines are being established prior to accepta

B After award of the elevator contract work or issuance of a notice to pro

Contractor shall perform the work as follows

TATE UNIVERSITY

CT

of the Owner do

all aspects of this

ce of bids

ed the Elevator

1 Provide all required submittals shop drawings samples etc within thirty 30) of the

contract award notification

2 Elevator Contractor shall allow ten (10) work days for the review and app val process and

time to return the submittal documents Elevator Contractor is expected 0 travel to the

FSU Campus to the pick-up the approved or approved as noted docu ents and samples

at the location designated in advance

3 Elevator Contractor shall make all necessary arrangements to obtain all m terials to be

installed under this contract including handling appropriate delivery of al such materials to

the work site no later than ten (10) weeks from the date the approval pr cess has been

completed and the required documents are returned to Elevator Contrac or

4 Elevator Contractor shall notify the Owner in seven (7) calendar days adv nce of the exact

date of the elevator being removed from service so that information reg rding the elevator

renovation work can be provided to the building management personnel nd students

5 Any questions regarding the requirements scheduling needs or other con erns shall be

handled by both parties in a manner that should not delay the work sche ule on the site

6 Once the elevator is removed from service the work schedule shall conti ue without

interruption until the project has been completed The Elevator Contract r shall complete

all work on the elevator within eighteen (18) calendar days from the tim the elevator is

removed from service This time period includes all testing adjusting cle ning painting

trash removal and all other associated work In the event the Elevator Co tractor

anticipates requiring additional time to perform the work this work shall e included as

overtime or shift work and shall be included in the bid price

7 When the work is commenced on the elevator no delays wit be accepte by the Owner

unless the delays are caused by fires storms floods civil disruption the

materials labor strikes or similar causes over which neither party has not

8 When Elevator Contractor submits a bid for this work he or she complet y accepts the

requirements of the technical speCifications and the Elevator Contractor

Requirements stated herein

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-18

ontrol

erformance

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

SPECIAL TERMS AND CONDITIONS

A Public Inspection

In accordance with Florida Statutes the ITN shall not be made available for public ins ction until the

University provides notice of a decision or intended decision pursuant to s312053 (5) ) Florida Status

or within 10 days after the opening date whichever is earlier

B Written Communications Required

No negotiations decisions or actions shall be initiated or executed by the Proposer a a result of any

discussion with any University employee Only those communications that are in writ ng from the

University Facilities Purchasing Department shall be considered as a duly authorized e pression on

behalf of the University Also the University will recognize only communications fro Proposers that

are signed and in writing as duly authorized expression on behalf of the Proposer

C Formal Offer

A Proposers written submission in response to the ITN shall be considered as the Pro osers formal

offer The content of the ITN the Proposers submission in response to the ITN and r suiting

contractpurchase order(s) shall be considered the entire agreement between the su essful Proposer

and the University It is understood and agreed that nothing herein is intended or sh uld be construed

as constituting the Proposer as the agent or representative of the University for any p rpose or in any

manner whatsoever The Proposer is and shall remain an independent contractor 0 erating in

accordance with the terms and conditions of the license granted as a result of this Inv ation of

Negotiation

D Interpretations

Proposers shall examine the ITN to determine if the Universitys requirements are de rly stated If

there are any requirements that are too vague or restrict competition the Proposer ay request in

writing that the specifications be changed A Proposer who request change in the sp cifications must

identify and describe the Proposers difficulty in meeting the Universitys specificatio must provide

detailed justification for the change and must provide a recommended change to the specification

Request for changes must be received in the Facilities Purchasing Department by the lose of the

business day not later than the entry note in the Calendar of Events area of this IT as the last to

receive written inquiries regarding the Proposal A Proposers failure to request chan es by the

permissible date shall be considered acceptance of the Universitys Specifications and a waiver of the

Proposers right to protest the ITN on the basis of Specifications The University rese es the right to

determine which changes to the ITN shall be acceptable to the University If required the University

shall issue an addendum reflecting the changes to the INT This addendum shall be s nt to all Proposers

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-19

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

so that each is given the opportunity of submitting proposals to the same Specificatio

Specifications shall be considered the Universitys minimum mandate requirements

E Verbal Communications

TATE UNIVERSITY

Said

Proposers may not consider any verbal instructions as an official expression on the Un versitys behalf

Only written communications Signed by a duly authorized representative of the Facili ies Purchasing

Office shall be considered valid

F Proposal Tabulation

A Proposal Tabulation that serves as the Notice of Award to the Proposer of receivi the contract

award will be posted for review by interest parties at the University Facilities Purchasi g Department on

the day noted in the Calendar of Events area of this ITN and will remain posted for a period of

seventy-two (72) hours Any person who is adversely effected by this University decis on or intended

decisions as detailed above in connection with this ITN shall file a written Notice of rotest with the

Director of Facilities Purchasing Failure to file a Notice of Protest within the 72 hour after the

protested University intended decisions is posted shall constitute a waiver of proceed gs under s120

Florida Statutes A Notice of Protest is considered filed when it is delivered to Facili ies Purchasing

Department 969 Learning Way 114 MMA Tallahassee Florida 32306 during normal ours of operation

of the file a Formal Written Protest and the bond required under Rule 6C-18055(3) lorida

Administrative Code (FAC) with ten (10) days after filing the Notice of Protest in the ccordance with

Rule 6C2-2015(13) FAC shall constitute a waiver of the Proposers right to protest un er s12057(3)(b)

Florida Statutes

G Mandatory Requirements

Any proposal that fails to meet mandatory Specifications stated in the ITN may be rej cted Any

proposal that does not comply with the functional cost or contractual requirements i the ITN may be

rejected In addition to the requirements of paragraph (8) Awards of the General Co ditions on the

Invitation of Negation Commodities Acknowledgment form the University shall not b liable to pay for

information obtained from or through any Proposer prior to issuing the purchase ord r to the successful

Proposer

H Minor Irregularities

The University reserves the right to waive minor irregularities in proposals providing uch action is in

the best interest ofthe University Minor irregularities are defined as those that hav no adverse affect

of the Universitys interest will not affect the amount of the Proposal and will not giv a Proposer an

advantage or benefit not enjoyed by another Proposer

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-20

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

I Format

Each proposal shall be prepared simply and economically providing a straight forward concise

delineation of the Proposers capabilities to satisfy the Specifications of the ITN Fancy binding colored

display and promotional materials are not desired However technical literature and ictures of

proposed equipment should be included in the proposal Emphasis in each proposal ust be on

completeness and clarity of contents To expedite the evaluation of Proposals it is es ential that

Proposers follow the format and instructions contained herein Failure to follow the r quested format

may result in rejections

J Extension Errors

In the event of extension error(s) the unit price will prevail and the Proposers Total er will be

corrected accordingly In the event of addition errors the extended totals will prevail nd the

Proposers Total Offer will be corrected accordingly Proposers must check their Prop sal for any such

errors and state the discount(s) where applicable

K University Point of Contact

The Proposers pOint of contact for all matters relating to this ITN is

Betty-Jean (BJ) Lewis

Florida State University Facilities Purchasing Department

969 Learning Way 102A MMA

Tallahassee Florida 32306

Fax (850) 644-5071

E-mail blewisadminfsuedu

Written questions on this ITN must be submitted to Betty-Jean (BJ) Lewis Questions ust be received

by the date listed for that event in the Calendar of Events After that date no inqui ies regarding the

Proposal oral or written will be accepted

L Contractor Point of Contact

Each Proposer shall identify in its submittal the single point of contact for all matters elation to the

response

M Proposal Materials

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-21

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

The materials submitted in response to this ITN become the property of the Universit upon delivery to

the Facilities Purchasing Department All of the materials will considered as part of th ITN and will be

subject to review as public records 10 days after the ITN is opened or an award is mad whichever

occurs first

N Proposal Rejection

The University shall have the right to reject any or all Proposals and in particular reje a Proposal not

accompanied by data required by the ITN or Proposal in any way incomplete or irreg ar including

omissions of pricing Conditional Proposals will not be accepted

O Conflict Between Document

If any terms and conditions contained within the documents related to this ITN are in onflict with any

other terms and conditions contained therein then the various documents comprisin this ITN as

applicable shall govern in the following order of the precedence AmendmentChange Order Addenda

ITN Terms and Conditions ITN Specifications ITN Responsibilities general conditions f the ITN

Proposal

P Additions Deletions Substitutions

Should the University find it necessary to supplement modify correct or interpret an portion of the

ITN during the Proposal period such action shall be taken by issuance of a written Ad endum to the

documents distributed to all known prospective Proposers Addenda will be issued no less than seven

(7) calendar days prior to the date scheduled for receipt of Proposals

Q Interpretation

Neither interpretation of the meaning of the ITN documents nor any corrections of a biguity

inconsistency or error will be made to any Proposer orally All such communications ill be in the form

of written addenda as issued by the Selection Community Only written addenda issu d by the Selection

Community shall be binding Proposers are advised that no other source is authorize to accept or give

information concerning explain or interpret the ITN

R Addenda Acknowledgment Form

Any addenda issued by the University to participating Proposers shall include an Add nda

Acknowledgment Form This form shall be signed by a company representative dat d and returned to

the University by the date specified in the Calendar of Events for Proposals to be 0 ned

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-22

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

S Amendments

Any amendments alterations or modifications to the contract resulting from this ITN ust be in the

form of a change order to the original contract and have the written approval of the F cilities Purchasing

Department and must be signed or initialed and approved by the same signatories not d on the ITN

T Assignment

Under no circumstances shall the successful Proposer assign to a third party any right r obligation of

successful Proposer pursuant to this Proposal without prior written consent of the Uni ersity If the

successful Proposer is or during the term of the contract resulting from this ITN beco e an individual

on the payroll of the State of Florida successful Proposer represents that he or she ha complied with all

applicable provisions in the Florida Statutes and Florida Administrative Code regardin outside or dual

employment and compensation

U Jurisdictional Applicability

Applicable provisions of all federal State of Florida county and municipal statutes la s ordinances

rules and regulations shall govern Proposal submitted hereto and any resulting contra t Lack of

knowledge by any Proposer shall not constitute a cognizable defense against the legal effect thereof

Disputes arising from or in connection with the contract shall be determined before Florida court of

competent jurisdiction or through an applicable administrative proceeding whichever s appropriate to

the circumstances under Florida law In the event that either party is required to obta n any permit

license or authorization as a prerequisite to performing its obligation under the contr ct the cost shall

be borne by the party required to obtain the permit license or authorization

V Governmental Restrictions

In the event any governmental restrictions may be imposed which would necessitate Iteration of the

terms of the contract resulting from this ITN it shall be the responsibility of the succe sful Proposer to

immediately notify the University in writing indicating the specific regulation which r quires the

alteration The University reserves the right to accept any such alteration including a y fee adjustments

occasioned thereby or to cancel the contract at no expense to the University

W Negotiation

In the event services are required to be performed or equipment required to be purc ased that are not

set out in the ITN but are within the general scope of the reqUirements the Universi and the

contractor hereby reserve the right to negotiate the terms covering the required serv ces or equipment

not to exceed $25000 per itemoccurrence

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-23

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FlORIDA TATE UNIVERSITY

X Additions Deletions and substitutions

The University reserves the right to add to or to delete any item from this ITN on a per odic basis as

necessary when deemed in the best interest of the University The contractor is respo sible for

submitting requests for such changes on a timely basis with sufficient documentation 0 allow

evaluation of the request When items are approved and added to the contract the c ntractor shall

maintain those items on the contact for a minimum of 120 days and sufficient quantit to accommodate

reasonable request or make provisions to offer substitute items as outlined in this sec ion

The University will consider substitutions for discontinued items provided that substit te items have

equivalent or greater featurescapabilities and shall be offered at the same or lower p ice as the item

replaced The University reserves the right to accept or reject substitutions

The University will consider the addition of newly released items provided that those i ems are offered

at the same percentage discount as similar items on the contract

The University will consider changes to contract items provided revisions are in accor nce with the

conditions and Specifications contained in this ITN The University reserves the right t accept or reject

changes proposed by the contractor

Y Equal Opportunity

The Contract must al all times during the term of the contract be in compliance with a I federal state

and local laws rules and regulations relating to the nondiscrimination clause containe in Section 202

Executive Order 11246 as amended by Executive Order 11375 relative to equal Empl yment

Opportunity for all person without regard to race color religion sex or national origi and the

implementing rules and regulations proscribed by the Secretary of Labor are incorpor ted into the terms

and conditions of this ITN

Z Governmental Action

It is mutually agreed that if at any time during the term of the contractual agreement he Contractor is

required to make extensive program changes as a direct result of any determination r action by any

applicable Federal State or Local Government authority the University will be willin to negotiate any

cost increase necessitated by such changes subject to availability of funds Any nego iated price

increase may not be implemented until a contract amendment signed by both parties is processed

through the Florida State University Facilities Purchasing Department

AA Travel

Travel expenses included in any contractpurchase order resulting from this ITN must e in accordance

with Section 112061 Florida Statutes

DCSI 010811 ElECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-24

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

BB Parties to the Contract

Parties to the contract will be the University and the contractor Payment will only be ade to the

contractor and in the name as it appears on the Proposal submitted and the resulting ontract

Cc Contractors Insurance

The Contractor shall not commence performance in connection with the contract unti he has obtained

all the following types of insurance and such insurance has been approved by the purc aser nor shall

the Contractor allow any subcontractor to commence work on his subcontract until all similar insurance

required for the subcontractor has been so obtained and approved All insurance poli ies shall be with

insurers qualified and doing business in Florida and with an AM Best rating of no les than AX The

purchaser shall be furnished proof of coverage of insurance by certificates of insuranc accompanying

the contract documents and shall name the Florida State University and Florida Board f Trustees as an

additional name insured The insurer shall provide 30 days written notice to the certi cate holder if a

policy is to be canceled before the expiration date thereof

The purchaser shall be exempt from and in no way liable for any sums of money that may represent a

deductible in any insurance policy The payment of such deductible shall be the sole r sponsibilityof

the Contract andor Subcontractor providing such insurance

1 Workers Compensation Insurance

The Contractor shall secure and maintain during the life of this agreement Workers mpensation

Insurance for all his employees connected with the work of this project and in case a y work is sublet

the Contractor shall require the subcontractor similarly to provide Workers Compens tion Insurance for

all the latters employee unless such insurance shall comply fully with the Florida Wor ers

Compensation Law In case any class of employees engaged in hazardous work under this contract at

the site of the project is not protected under Workers Compensation statute the Co tractor shall

provide and cause each subcontractor to provide adequate insurance satisfactory to he purchaser for

protection of his employees not otherwise protected

2 Contractors Public Liability and Property Damage Insurance

The Contractor shall secure and maintain during the life of this agreement COMPREH NSIVE GENERAL

L1ABNILITY AND COMPREHENSIVE AUTOMOBILE LIABILITY INSURANCE as shall protec him from claims

for damages personal injury including accidental death as well as claims for propert damages which

may arise from operations under this agreement whether such operations be by him If or by anyone

directly or indirectly employed by him and the amounts of such insurance shall be th minimum limit as

follows

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-25

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

1 Body Injury Liability $1000000 each acci nt

2 Auto Property Damage Liability $ 500000 each accid nt

3 Property Damage Liability- $1000000 each acci ent

(other than automobile) $1000000 aggregate operation

$1000000 aggregate protective

$1000000 aggregate contractual

Insuring clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended to provide coverage

on an OCCURRENCE basis

3 xcu (Explosion collapse underground damage) -the contractors liability P icy shall provide

xcu coverage for those classifications in which they are excluded

4 Contractual Liability - work contracts - The contractors liability policy shall co er such contracts

when they are affected

5 Subcontractors Public Liability and Property Damage Insurance

The Contractor shall require each of his subcontractors to secure and maintain during he life of this

contract insurance of the type specified above and insures the activities of his subco ractors in his

policy as specified above

Qualifications

All insurance poliCies shall be with insurers qualified and doing business in Florida

Proof of Insurance

Proof of insurance for all of the specified types and limits in the form of original Certif cates of Insurance

shall be delivered to the Facilities Purchasing Department within ten (10) days of exe tion of the

contract In lieu of original certificates certified copies of the actual policies may be f rnished

Whether certificates or policies are furnished the Florida State University and the Bo rd of Trustees

shall be deSignated as additional named insured Each such copy or certificate shall c ntain a valid

provision or endorsement that the policy may not be canceled terminated changed r modified

without giving thirty (30) days written advance notice thereof to the Universitys repr sentative A

renewal policy or certificate shall be delivered to the University at least thirty (30) da s prior to the

expiration date of each expiring policy If at any time any of the policies shall be or b come

unsatisfactory to the University as to form or substance or if any of the carriers issui g such policies

shall be or become unsatisfactory to the University Contractor shall promptly obtain a new and

satisfactory policy in replacement upon such written notice from the University

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-26

DIFFENBAUGH BUILDING PHASE I ELEVATOR NO 24516 FLORIDA

Original Copy

If determined necessary by the Universitys representative the Contractor shall delive

Universitys representative upon demand the original of any policy shall be returned t

Deductibles

The University shall be exempt from and in no way liable for any sums of money that

deductible in any insurance policy The payment of such deductible shall be the sole r

the Contractor andor subcontractor providing the insurance

DD Liability

The following Special Conditions supersedes General Conditions Number 21 Liability

to Negotiation Commodities Acknowledgment form

Contractors entire liability and the Universitys exclusive remedy shall be as follows

In all situations involving performance or non-performance under this Agreement th

be entitled to actual damages to the limits set forth in this provision

Contractors liability for damages to the University for any cause whatsoever and reg

TATE UNIVERSITY

to the

Contractor

may represent a

sponsibility of

n the Invitation

University shall

rdless of the form

of action whether in contract or in tort including negligence shall be limited to the gr ater of $100000

or the contract price stated herein for damages that are the subject of matter of or a e directly related

to the cause of action The foregOing limitation of liability will apply to

bull the payment of the cost of damage awards pertaining to patent and copyrigh indemnity or to

bull claims for re-procurement costs or the cost of cover pursuant to Rule 6C220 5(20) of the

Florida Administrative Code or to

bull claims for personal injury or damage to real or person property caused by Sel rs tortuous

conduct

Contractor shall hold and save the University harmless for any and all suits and judgm nts against the

State for personal injury or damage to real or personal property caused by Contracto s tortuous

conduct in the performance of this Agreement provided that

bull the University promptly notifies the Contractor in writing of any claim and

bull the Contractor shall be given the opportunity at its option to participate an associate with the

University in the control defense and trial of any claim and any related settle ent negotiations

and provided further that with respect to any claim or portion thereof for hich Contractor

agrees at the initiation of such claim that Contractor shall save an hold the U iversity harmless

Contractor shall have the sole control of the defense trial and any related se lement

negotiations and

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-27

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

bull the University fully cooperates with the Contractor in the defense of any claim

In no event however will Contractor be liable for

bull any damages caused by the Universitys failure to perform the Universitys res onsibilities or

for

bull any lost profits or other consequential damages even if Seller has been

advised of the possibility of such damages or for

bull any claim against the University by any other party e ept as provided

in the hold harmless provision of the preceding parag aph of this

provision and except as provided in Paragraph 18 of t e General

Conditions Patents and Royalties on the Invitation 0 Negotiation

Commodities Acknowledgment form or for

bull any damage caused by performance or non-performa ce of machine or

programming located outside the United State or Pue 0 Rico

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-28

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

SPECIAL TERMS AND CONDITIONS Payment shall be made in accordance with s 215422 FS which provides that agencies have 5 working days to inspect ampapprove goods ampservices unless bid specifications r the PO specifies otherwise If payment is not available within 40 days measured from t e latter of the date the invoice is received or the goods or services are received inspected an approved a separate interest penalty set by the Comptroller pursuant to s 5503 FS will b due and payable in addition to the invoice amount To obtain the applicable interest rate please contact the University Facilities Payables and Disbursements Section at (850) 644-047 Invoices returned to a vendor due to preparation errors will result in a payment elay Interest penalties of less than $1 will not be paid unless the vendor requests payment The payment period does not begin until all terms of the contract (including shi ping and billing instructions exactly as they are specified on the purchase order) hav been met and a properly completed invoice is provided the University The university reserve all administrative contractual and legal remedies against the contractor or vendor ho breaches any of the contract terms The employment of unauthorized aliens by any contractor is considered a viola ion of Section 274A(e) of the Immigration and Nationality Act If the contractor knowingly emp oys unauthorized aliens such violation shall be cause for cancellation of this purch se order Acceptance of this order serves as certification that the vendor or its principals (a) are not presently debarred suspended proposed for debarment declared ineligible 0 voluntarily excluded from covered transactions by any federal department or agency (b) ve not within a three-year period preceding this proposal been convicted of or had a civil judg ent rendered against them for commission of fraud or a criminal offense in connection with 0 taining attempting to obtain or performing a public (federal state or local) transaction r contract under a public transaction violation of federal or state antitrust statutes or commissio of embezzlement theft forgery bribery falsification or destruction of records rna ing false statements or receiving stolen property (c) are not presently indicted for or oth rwise criminally or civilly charged by a government entity (federal state or local) with commissi n of any of the offenses enumerated in paragraph (b) of this certification and (d) have not wit in a three-year period preceding this applicationproposal had one or more public transactions federal state or local) terminated for cause or default 52249-5 (a)-(f) Hazardous Material Identification and Material Safety Data When subcontract involves hazardous material Utilization of Small Business Concerns and Small Disadvantaged Business Concerns Walsh-Healey Public Contracts Act 52219-8 52222-20 Employment if the subcontract amount 52203-7001

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-29

Page 19: Invitation to Bid (ITB) til the dates - FSU Facilities · Invitation to Bid (ITB) ... Elevator renovation work includes, but is not limited to, ... hands-free telephone instrumen

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

302 INSTALLATION

A Install new elevator system components and incorporate the equipment that and reused in a completely satisfactory installation

TATE UNIVERSITY

is being retained

1 Work to be performed by completely competent fully trained elevator in tallation personnel in accordance with the requirements of ASME AI71 elevator anufacturers installation instructions and approved shop drawings All elevator mecha ics working on this project shall hold current State of Florida Certificate of Competency license cards The use of temporary or probationary mechanics to perform work as a mechanic is not acceptable on this contract

2 Comply with the National Electrical Code and ASME A175 for elevator el required during installation of this equipment

3 Perform work with skilled workmen under the direct control and supervis on of the Elevator Contractors experienced foreman and superintendent The Owner Arch tect and Elevator Consultant shall reserve the right to interview all employees assigned to ork on this project and require that any unsuitable employees in their sole opinion e removed from the site

4 Mount all moving elevator components on vibration absorbing mounts d signed to effectively prevent the transmissions to the structure and eliminate sour es of structure borne noise from the elevator system

303 FIELD QUALITY CONTROL

A Acceptance testing Upon completion of the elevator installation work and b fore use of the elevator equipment performance acceptance tests are required to demonstr te that the equipment will sustain and lift the loads for which the elevator was initially d signed Test weights shall be provided to perform these tests and must be used to demon trate the performance in the presence of representatives of the Owner Elevator Cons Itant and a State of Florida licensed CEI (QEI) elevator inspector Elevator inspector shall not b a former or current employee of the Elevator Contractor

B Advise the Architect Owner Elevator Consultant and CEllicensed elevator in ector at least five (5) business days in advance of the date and time the testing is to be pe rmed on the elevator equipment

304 ADJUSTING WORK

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

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-16

elevator

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

305 CLEANING

A Before final acceptance remove all protective materials from the finished su the plastic sheeting All of the elevator equipment must be cleaned prior to Fi

TATE UNIVERSITY

ces including al Acceptance

B At completion of the elevator work remove all tools equipment surplus mat rials and the like from the site Remove all trash and debris during the clean-up Thoroughly cI an up all oil spills and residue

307 TURNOVER OF DOCUMENTS TOOLS AND OTHER SUCH REQUIREMENTS

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

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

C Provide at least twelve (12) sets of all elevator keys to the Owner except for t e elevator door keys

308 COMPLETION DATE

A The installation is not considered complete until the complete project has be considered to have been performed in a first-class professional manner and is completely ceptable to the Owner and Elevator Consultant Further all adjustments load tests perfor ance tests and punch-lists must be completed All required documents special tools archiv I information and the like must be turned over to the Owner prior to establishing the final com letion date

B The Owner Elevator Contractor and Elevator Consultant must be in agreeme t as to the completion date and date the warranty shall commence

309 ELEVATOR SCHEDULE

A Number of elevators - One (1) Westinghouse Elevator Company brand elevat r previously

modified by Mowrey Elevator Corporation

B Elevator type - Electric Oil-Hydraulic

C Speed - Approximately 200 feet per minute Set down speed at 180 feet per inute in down

direction with no load on the elevator

D Control system - Omron microprocessor type installed by Mowrey Elevator

E Door type - Center-Opening side-sliding 3-6 wide by 7-0 high

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-17

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

F Warranty - Twelve (2) months after completion and acceptance by the Owner

310 ELEVATOR CONTRACTOR PERFORMANCE REQUIREMENTS UNDER THIS CONTR

A Considering that this is a time if of the essence Contract the expectation

require the Elevator Contractor be mindful of the need for prompt handling

Contract Consequently rigid timelines are being established prior to accepta

B After award of the elevator contract work or issuance of a notice to pro

Contractor shall perform the work as follows

TATE UNIVERSITY

CT

of the Owner do

all aspects of this

ce of bids

ed the Elevator

1 Provide all required submittals shop drawings samples etc within thirty 30) of the

contract award notification

2 Elevator Contractor shall allow ten (10) work days for the review and app val process and

time to return the submittal documents Elevator Contractor is expected 0 travel to the

FSU Campus to the pick-up the approved or approved as noted docu ents and samples

at the location designated in advance

3 Elevator Contractor shall make all necessary arrangements to obtain all m terials to be

installed under this contract including handling appropriate delivery of al such materials to

the work site no later than ten (10) weeks from the date the approval pr cess has been

completed and the required documents are returned to Elevator Contrac or

4 Elevator Contractor shall notify the Owner in seven (7) calendar days adv nce of the exact

date of the elevator being removed from service so that information reg rding the elevator

renovation work can be provided to the building management personnel nd students

5 Any questions regarding the requirements scheduling needs or other con erns shall be

handled by both parties in a manner that should not delay the work sche ule on the site

6 Once the elevator is removed from service the work schedule shall conti ue without

interruption until the project has been completed The Elevator Contract r shall complete

all work on the elevator within eighteen (18) calendar days from the tim the elevator is

removed from service This time period includes all testing adjusting cle ning painting

trash removal and all other associated work In the event the Elevator Co tractor

anticipates requiring additional time to perform the work this work shall e included as

overtime or shift work and shall be included in the bid price

7 When the work is commenced on the elevator no delays wit be accepte by the Owner

unless the delays are caused by fires storms floods civil disruption the

materials labor strikes or similar causes over which neither party has not

8 When Elevator Contractor submits a bid for this work he or she complet y accepts the

requirements of the technical speCifications and the Elevator Contractor

Requirements stated herein

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-18

ontrol

erformance

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

SPECIAL TERMS AND CONDITIONS

A Public Inspection

In accordance with Florida Statutes the ITN shall not be made available for public ins ction until the

University provides notice of a decision or intended decision pursuant to s312053 (5) ) Florida Status

or within 10 days after the opening date whichever is earlier

B Written Communications Required

No negotiations decisions or actions shall be initiated or executed by the Proposer a a result of any

discussion with any University employee Only those communications that are in writ ng from the

University Facilities Purchasing Department shall be considered as a duly authorized e pression on

behalf of the University Also the University will recognize only communications fro Proposers that

are signed and in writing as duly authorized expression on behalf of the Proposer

C Formal Offer

A Proposers written submission in response to the ITN shall be considered as the Pro osers formal

offer The content of the ITN the Proposers submission in response to the ITN and r suiting

contractpurchase order(s) shall be considered the entire agreement between the su essful Proposer

and the University It is understood and agreed that nothing herein is intended or sh uld be construed

as constituting the Proposer as the agent or representative of the University for any p rpose or in any

manner whatsoever The Proposer is and shall remain an independent contractor 0 erating in

accordance with the terms and conditions of the license granted as a result of this Inv ation of

Negotiation

D Interpretations

Proposers shall examine the ITN to determine if the Universitys requirements are de rly stated If

there are any requirements that are too vague or restrict competition the Proposer ay request in

writing that the specifications be changed A Proposer who request change in the sp cifications must

identify and describe the Proposers difficulty in meeting the Universitys specificatio must provide

detailed justification for the change and must provide a recommended change to the specification

Request for changes must be received in the Facilities Purchasing Department by the lose of the

business day not later than the entry note in the Calendar of Events area of this IT as the last to

receive written inquiries regarding the Proposal A Proposers failure to request chan es by the

permissible date shall be considered acceptance of the Universitys Specifications and a waiver of the

Proposers right to protest the ITN on the basis of Specifications The University rese es the right to

determine which changes to the ITN shall be acceptable to the University If required the University

shall issue an addendum reflecting the changes to the INT This addendum shall be s nt to all Proposers

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-19

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

so that each is given the opportunity of submitting proposals to the same Specificatio

Specifications shall be considered the Universitys minimum mandate requirements

E Verbal Communications

TATE UNIVERSITY

Said

Proposers may not consider any verbal instructions as an official expression on the Un versitys behalf

Only written communications Signed by a duly authorized representative of the Facili ies Purchasing

Office shall be considered valid

F Proposal Tabulation

A Proposal Tabulation that serves as the Notice of Award to the Proposer of receivi the contract

award will be posted for review by interest parties at the University Facilities Purchasi g Department on

the day noted in the Calendar of Events area of this ITN and will remain posted for a period of

seventy-two (72) hours Any person who is adversely effected by this University decis on or intended

decisions as detailed above in connection with this ITN shall file a written Notice of rotest with the

Director of Facilities Purchasing Failure to file a Notice of Protest within the 72 hour after the

protested University intended decisions is posted shall constitute a waiver of proceed gs under s120

Florida Statutes A Notice of Protest is considered filed when it is delivered to Facili ies Purchasing

Department 969 Learning Way 114 MMA Tallahassee Florida 32306 during normal ours of operation

of the file a Formal Written Protest and the bond required under Rule 6C-18055(3) lorida

Administrative Code (FAC) with ten (10) days after filing the Notice of Protest in the ccordance with

Rule 6C2-2015(13) FAC shall constitute a waiver of the Proposers right to protest un er s12057(3)(b)

Florida Statutes

G Mandatory Requirements

Any proposal that fails to meet mandatory Specifications stated in the ITN may be rej cted Any

proposal that does not comply with the functional cost or contractual requirements i the ITN may be

rejected In addition to the requirements of paragraph (8) Awards of the General Co ditions on the

Invitation of Negation Commodities Acknowledgment form the University shall not b liable to pay for

information obtained from or through any Proposer prior to issuing the purchase ord r to the successful

Proposer

H Minor Irregularities

The University reserves the right to waive minor irregularities in proposals providing uch action is in

the best interest ofthe University Minor irregularities are defined as those that hav no adverse affect

of the Universitys interest will not affect the amount of the Proposal and will not giv a Proposer an

advantage or benefit not enjoyed by another Proposer

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-20

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

I Format

Each proposal shall be prepared simply and economically providing a straight forward concise

delineation of the Proposers capabilities to satisfy the Specifications of the ITN Fancy binding colored

display and promotional materials are not desired However technical literature and ictures of

proposed equipment should be included in the proposal Emphasis in each proposal ust be on

completeness and clarity of contents To expedite the evaluation of Proposals it is es ential that

Proposers follow the format and instructions contained herein Failure to follow the r quested format

may result in rejections

J Extension Errors

In the event of extension error(s) the unit price will prevail and the Proposers Total er will be

corrected accordingly In the event of addition errors the extended totals will prevail nd the

Proposers Total Offer will be corrected accordingly Proposers must check their Prop sal for any such

errors and state the discount(s) where applicable

K University Point of Contact

The Proposers pOint of contact for all matters relating to this ITN is

Betty-Jean (BJ) Lewis

Florida State University Facilities Purchasing Department

969 Learning Way 102A MMA

Tallahassee Florida 32306

Fax (850) 644-5071

E-mail blewisadminfsuedu

Written questions on this ITN must be submitted to Betty-Jean (BJ) Lewis Questions ust be received

by the date listed for that event in the Calendar of Events After that date no inqui ies regarding the

Proposal oral or written will be accepted

L Contractor Point of Contact

Each Proposer shall identify in its submittal the single point of contact for all matters elation to the

response

M Proposal Materials

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-21

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

The materials submitted in response to this ITN become the property of the Universit upon delivery to

the Facilities Purchasing Department All of the materials will considered as part of th ITN and will be

subject to review as public records 10 days after the ITN is opened or an award is mad whichever

occurs first

N Proposal Rejection

The University shall have the right to reject any or all Proposals and in particular reje a Proposal not

accompanied by data required by the ITN or Proposal in any way incomplete or irreg ar including

omissions of pricing Conditional Proposals will not be accepted

O Conflict Between Document

If any terms and conditions contained within the documents related to this ITN are in onflict with any

other terms and conditions contained therein then the various documents comprisin this ITN as

applicable shall govern in the following order of the precedence AmendmentChange Order Addenda

ITN Terms and Conditions ITN Specifications ITN Responsibilities general conditions f the ITN

Proposal

P Additions Deletions Substitutions

Should the University find it necessary to supplement modify correct or interpret an portion of the

ITN during the Proposal period such action shall be taken by issuance of a written Ad endum to the

documents distributed to all known prospective Proposers Addenda will be issued no less than seven

(7) calendar days prior to the date scheduled for receipt of Proposals

Q Interpretation

Neither interpretation of the meaning of the ITN documents nor any corrections of a biguity

inconsistency or error will be made to any Proposer orally All such communications ill be in the form

of written addenda as issued by the Selection Community Only written addenda issu d by the Selection

Community shall be binding Proposers are advised that no other source is authorize to accept or give

information concerning explain or interpret the ITN

R Addenda Acknowledgment Form

Any addenda issued by the University to participating Proposers shall include an Add nda

Acknowledgment Form This form shall be signed by a company representative dat d and returned to

the University by the date specified in the Calendar of Events for Proposals to be 0 ned

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-22

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

S Amendments

Any amendments alterations or modifications to the contract resulting from this ITN ust be in the

form of a change order to the original contract and have the written approval of the F cilities Purchasing

Department and must be signed or initialed and approved by the same signatories not d on the ITN

T Assignment

Under no circumstances shall the successful Proposer assign to a third party any right r obligation of

successful Proposer pursuant to this Proposal without prior written consent of the Uni ersity If the

successful Proposer is or during the term of the contract resulting from this ITN beco e an individual

on the payroll of the State of Florida successful Proposer represents that he or she ha complied with all

applicable provisions in the Florida Statutes and Florida Administrative Code regardin outside or dual

employment and compensation

U Jurisdictional Applicability

Applicable provisions of all federal State of Florida county and municipal statutes la s ordinances

rules and regulations shall govern Proposal submitted hereto and any resulting contra t Lack of

knowledge by any Proposer shall not constitute a cognizable defense against the legal effect thereof

Disputes arising from or in connection with the contract shall be determined before Florida court of

competent jurisdiction or through an applicable administrative proceeding whichever s appropriate to

the circumstances under Florida law In the event that either party is required to obta n any permit

license or authorization as a prerequisite to performing its obligation under the contr ct the cost shall

be borne by the party required to obtain the permit license or authorization

V Governmental Restrictions

In the event any governmental restrictions may be imposed which would necessitate Iteration of the

terms of the contract resulting from this ITN it shall be the responsibility of the succe sful Proposer to

immediately notify the University in writing indicating the specific regulation which r quires the

alteration The University reserves the right to accept any such alteration including a y fee adjustments

occasioned thereby or to cancel the contract at no expense to the University

W Negotiation

In the event services are required to be performed or equipment required to be purc ased that are not

set out in the ITN but are within the general scope of the reqUirements the Universi and the

contractor hereby reserve the right to negotiate the terms covering the required serv ces or equipment

not to exceed $25000 per itemoccurrence

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-23

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FlORIDA TATE UNIVERSITY

X Additions Deletions and substitutions

The University reserves the right to add to or to delete any item from this ITN on a per odic basis as

necessary when deemed in the best interest of the University The contractor is respo sible for

submitting requests for such changes on a timely basis with sufficient documentation 0 allow

evaluation of the request When items are approved and added to the contract the c ntractor shall

maintain those items on the contact for a minimum of 120 days and sufficient quantit to accommodate

reasonable request or make provisions to offer substitute items as outlined in this sec ion

The University will consider substitutions for discontinued items provided that substit te items have

equivalent or greater featurescapabilities and shall be offered at the same or lower p ice as the item

replaced The University reserves the right to accept or reject substitutions

The University will consider the addition of newly released items provided that those i ems are offered

at the same percentage discount as similar items on the contract

The University will consider changes to contract items provided revisions are in accor nce with the

conditions and Specifications contained in this ITN The University reserves the right t accept or reject

changes proposed by the contractor

Y Equal Opportunity

The Contract must al all times during the term of the contract be in compliance with a I federal state

and local laws rules and regulations relating to the nondiscrimination clause containe in Section 202

Executive Order 11246 as amended by Executive Order 11375 relative to equal Empl yment

Opportunity for all person without regard to race color religion sex or national origi and the

implementing rules and regulations proscribed by the Secretary of Labor are incorpor ted into the terms

and conditions of this ITN

Z Governmental Action

It is mutually agreed that if at any time during the term of the contractual agreement he Contractor is

required to make extensive program changes as a direct result of any determination r action by any

applicable Federal State or Local Government authority the University will be willin to negotiate any

cost increase necessitated by such changes subject to availability of funds Any nego iated price

increase may not be implemented until a contract amendment signed by both parties is processed

through the Florida State University Facilities Purchasing Department

AA Travel

Travel expenses included in any contractpurchase order resulting from this ITN must e in accordance

with Section 112061 Florida Statutes

DCSI 010811 ElECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-24

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

BB Parties to the Contract

Parties to the contract will be the University and the contractor Payment will only be ade to the

contractor and in the name as it appears on the Proposal submitted and the resulting ontract

Cc Contractors Insurance

The Contractor shall not commence performance in connection with the contract unti he has obtained

all the following types of insurance and such insurance has been approved by the purc aser nor shall

the Contractor allow any subcontractor to commence work on his subcontract until all similar insurance

required for the subcontractor has been so obtained and approved All insurance poli ies shall be with

insurers qualified and doing business in Florida and with an AM Best rating of no les than AX The

purchaser shall be furnished proof of coverage of insurance by certificates of insuranc accompanying

the contract documents and shall name the Florida State University and Florida Board f Trustees as an

additional name insured The insurer shall provide 30 days written notice to the certi cate holder if a

policy is to be canceled before the expiration date thereof

The purchaser shall be exempt from and in no way liable for any sums of money that may represent a

deductible in any insurance policy The payment of such deductible shall be the sole r sponsibilityof

the Contract andor Subcontractor providing such insurance

1 Workers Compensation Insurance

The Contractor shall secure and maintain during the life of this agreement Workers mpensation

Insurance for all his employees connected with the work of this project and in case a y work is sublet

the Contractor shall require the subcontractor similarly to provide Workers Compens tion Insurance for

all the latters employee unless such insurance shall comply fully with the Florida Wor ers

Compensation Law In case any class of employees engaged in hazardous work under this contract at

the site of the project is not protected under Workers Compensation statute the Co tractor shall

provide and cause each subcontractor to provide adequate insurance satisfactory to he purchaser for

protection of his employees not otherwise protected

2 Contractors Public Liability and Property Damage Insurance

The Contractor shall secure and maintain during the life of this agreement COMPREH NSIVE GENERAL

L1ABNILITY AND COMPREHENSIVE AUTOMOBILE LIABILITY INSURANCE as shall protec him from claims

for damages personal injury including accidental death as well as claims for propert damages which

may arise from operations under this agreement whether such operations be by him If or by anyone

directly or indirectly employed by him and the amounts of such insurance shall be th minimum limit as

follows

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-25

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

1 Body Injury Liability $1000000 each acci nt

2 Auto Property Damage Liability $ 500000 each accid nt

3 Property Damage Liability- $1000000 each acci ent

(other than automobile) $1000000 aggregate operation

$1000000 aggregate protective

$1000000 aggregate contractual

Insuring clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended to provide coverage

on an OCCURRENCE basis

3 xcu (Explosion collapse underground damage) -the contractors liability P icy shall provide

xcu coverage for those classifications in which they are excluded

4 Contractual Liability - work contracts - The contractors liability policy shall co er such contracts

when they are affected

5 Subcontractors Public Liability and Property Damage Insurance

The Contractor shall require each of his subcontractors to secure and maintain during he life of this

contract insurance of the type specified above and insures the activities of his subco ractors in his

policy as specified above

Qualifications

All insurance poliCies shall be with insurers qualified and doing business in Florida

Proof of Insurance

Proof of insurance for all of the specified types and limits in the form of original Certif cates of Insurance

shall be delivered to the Facilities Purchasing Department within ten (10) days of exe tion of the

contract In lieu of original certificates certified copies of the actual policies may be f rnished

Whether certificates or policies are furnished the Florida State University and the Bo rd of Trustees

shall be deSignated as additional named insured Each such copy or certificate shall c ntain a valid

provision or endorsement that the policy may not be canceled terminated changed r modified

without giving thirty (30) days written advance notice thereof to the Universitys repr sentative A

renewal policy or certificate shall be delivered to the University at least thirty (30) da s prior to the

expiration date of each expiring policy If at any time any of the policies shall be or b come

unsatisfactory to the University as to form or substance or if any of the carriers issui g such policies

shall be or become unsatisfactory to the University Contractor shall promptly obtain a new and

satisfactory policy in replacement upon such written notice from the University

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-26

DIFFENBAUGH BUILDING PHASE I ELEVATOR NO 24516 FLORIDA

Original Copy

If determined necessary by the Universitys representative the Contractor shall delive

Universitys representative upon demand the original of any policy shall be returned t

Deductibles

The University shall be exempt from and in no way liable for any sums of money that

deductible in any insurance policy The payment of such deductible shall be the sole r

the Contractor andor subcontractor providing the insurance

DD Liability

The following Special Conditions supersedes General Conditions Number 21 Liability

to Negotiation Commodities Acknowledgment form

Contractors entire liability and the Universitys exclusive remedy shall be as follows

In all situations involving performance or non-performance under this Agreement th

be entitled to actual damages to the limits set forth in this provision

Contractors liability for damages to the University for any cause whatsoever and reg

TATE UNIVERSITY

to the

Contractor

may represent a

sponsibility of

n the Invitation

University shall

rdless of the form

of action whether in contract or in tort including negligence shall be limited to the gr ater of $100000

or the contract price stated herein for damages that are the subject of matter of or a e directly related

to the cause of action The foregOing limitation of liability will apply to

bull the payment of the cost of damage awards pertaining to patent and copyrigh indemnity or to

bull claims for re-procurement costs or the cost of cover pursuant to Rule 6C220 5(20) of the

Florida Administrative Code or to

bull claims for personal injury or damage to real or person property caused by Sel rs tortuous

conduct

Contractor shall hold and save the University harmless for any and all suits and judgm nts against the

State for personal injury or damage to real or personal property caused by Contracto s tortuous

conduct in the performance of this Agreement provided that

bull the University promptly notifies the Contractor in writing of any claim and

bull the Contractor shall be given the opportunity at its option to participate an associate with the

University in the control defense and trial of any claim and any related settle ent negotiations

and provided further that with respect to any claim or portion thereof for hich Contractor

agrees at the initiation of such claim that Contractor shall save an hold the U iversity harmless

Contractor shall have the sole control of the defense trial and any related se lement

negotiations and

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-27

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

bull the University fully cooperates with the Contractor in the defense of any claim

In no event however will Contractor be liable for

bull any damages caused by the Universitys failure to perform the Universitys res onsibilities or

for

bull any lost profits or other consequential damages even if Seller has been

advised of the possibility of such damages or for

bull any claim against the University by any other party e ept as provided

in the hold harmless provision of the preceding parag aph of this

provision and except as provided in Paragraph 18 of t e General

Conditions Patents and Royalties on the Invitation 0 Negotiation

Commodities Acknowledgment form or for

bull any damage caused by performance or non-performa ce of machine or

programming located outside the United State or Pue 0 Rico

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-28

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

SPECIAL TERMS AND CONDITIONS Payment shall be made in accordance with s 215422 FS which provides that agencies have 5 working days to inspect ampapprove goods ampservices unless bid specifications r the PO specifies otherwise If payment is not available within 40 days measured from t e latter of the date the invoice is received or the goods or services are received inspected an approved a separate interest penalty set by the Comptroller pursuant to s 5503 FS will b due and payable in addition to the invoice amount To obtain the applicable interest rate please contact the University Facilities Payables and Disbursements Section at (850) 644-047 Invoices returned to a vendor due to preparation errors will result in a payment elay Interest penalties of less than $1 will not be paid unless the vendor requests payment The payment period does not begin until all terms of the contract (including shi ping and billing instructions exactly as they are specified on the purchase order) hav been met and a properly completed invoice is provided the University The university reserve all administrative contractual and legal remedies against the contractor or vendor ho breaches any of the contract terms The employment of unauthorized aliens by any contractor is considered a viola ion of Section 274A(e) of the Immigration and Nationality Act If the contractor knowingly emp oys unauthorized aliens such violation shall be cause for cancellation of this purch se order Acceptance of this order serves as certification that the vendor or its principals (a) are not presently debarred suspended proposed for debarment declared ineligible 0 voluntarily excluded from covered transactions by any federal department or agency (b) ve not within a three-year period preceding this proposal been convicted of or had a civil judg ent rendered against them for commission of fraud or a criminal offense in connection with 0 taining attempting to obtain or performing a public (federal state or local) transaction r contract under a public transaction violation of federal or state antitrust statutes or commissio of embezzlement theft forgery bribery falsification or destruction of records rna ing false statements or receiving stolen property (c) are not presently indicted for or oth rwise criminally or civilly charged by a government entity (federal state or local) with commissi n of any of the offenses enumerated in paragraph (b) of this certification and (d) have not wit in a three-year period preceding this applicationproposal had one or more public transactions federal state or local) terminated for cause or default 52249-5 (a)-(f) Hazardous Material Identification and Material Safety Data When subcontract involves hazardous material Utilization of Small Business Concerns and Small Disadvantaged Business Concerns Walsh-Healey Public Contracts Act 52219-8 52222-20 Employment if the subcontract amount 52203-7001

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-29

Page 20: Invitation to Bid (ITB) til the dates - FSU Facilities · Invitation to Bid (ITB) ... Elevator renovation work includes, but is not limited to, ... hands-free telephone instrumen

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

305 CLEANING

A Before final acceptance remove all protective materials from the finished su the plastic sheeting All of the elevator equipment must be cleaned prior to Fi

TATE UNIVERSITY

ces including al Acceptance

B At completion of the elevator work remove all tools equipment surplus mat rials and the like from the site Remove all trash and debris during the clean-up Thoroughly cI an up all oil spills and residue

307 TURNOVER OF DOCUMENTS TOOLS AND OTHER SUCH REQUIREMENTS

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

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

C Provide at least twelve (12) sets of all elevator keys to the Owner except for t e elevator door keys

308 COMPLETION DATE

A The installation is not considered complete until the complete project has be considered to have been performed in a first-class professional manner and is completely ceptable to the Owner and Elevator Consultant Further all adjustments load tests perfor ance tests and punch-lists must be completed All required documents special tools archiv I information and the like must be turned over to the Owner prior to establishing the final com letion date

B The Owner Elevator Contractor and Elevator Consultant must be in agreeme t as to the completion date and date the warranty shall commence

309 ELEVATOR SCHEDULE

A Number of elevators - One (1) Westinghouse Elevator Company brand elevat r previously

modified by Mowrey Elevator Corporation

B Elevator type - Electric Oil-Hydraulic

C Speed - Approximately 200 feet per minute Set down speed at 180 feet per inute in down

direction with no load on the elevator

D Control system - Omron microprocessor type installed by Mowrey Elevator

E Door type - Center-Opening side-sliding 3-6 wide by 7-0 high

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-17

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

F Warranty - Twelve (2) months after completion and acceptance by the Owner

310 ELEVATOR CONTRACTOR PERFORMANCE REQUIREMENTS UNDER THIS CONTR

A Considering that this is a time if of the essence Contract the expectation

require the Elevator Contractor be mindful of the need for prompt handling

Contract Consequently rigid timelines are being established prior to accepta

B After award of the elevator contract work or issuance of a notice to pro

Contractor shall perform the work as follows

TATE UNIVERSITY

CT

of the Owner do

all aspects of this

ce of bids

ed the Elevator

1 Provide all required submittals shop drawings samples etc within thirty 30) of the

contract award notification

2 Elevator Contractor shall allow ten (10) work days for the review and app val process and

time to return the submittal documents Elevator Contractor is expected 0 travel to the

FSU Campus to the pick-up the approved or approved as noted docu ents and samples

at the location designated in advance

3 Elevator Contractor shall make all necessary arrangements to obtain all m terials to be

installed under this contract including handling appropriate delivery of al such materials to

the work site no later than ten (10) weeks from the date the approval pr cess has been

completed and the required documents are returned to Elevator Contrac or

4 Elevator Contractor shall notify the Owner in seven (7) calendar days adv nce of the exact

date of the elevator being removed from service so that information reg rding the elevator

renovation work can be provided to the building management personnel nd students

5 Any questions regarding the requirements scheduling needs or other con erns shall be

handled by both parties in a manner that should not delay the work sche ule on the site

6 Once the elevator is removed from service the work schedule shall conti ue without

interruption until the project has been completed The Elevator Contract r shall complete

all work on the elevator within eighteen (18) calendar days from the tim the elevator is

removed from service This time period includes all testing adjusting cle ning painting

trash removal and all other associated work In the event the Elevator Co tractor

anticipates requiring additional time to perform the work this work shall e included as

overtime or shift work and shall be included in the bid price

7 When the work is commenced on the elevator no delays wit be accepte by the Owner

unless the delays are caused by fires storms floods civil disruption the

materials labor strikes or similar causes over which neither party has not

8 When Elevator Contractor submits a bid for this work he or she complet y accepts the

requirements of the technical speCifications and the Elevator Contractor

Requirements stated herein

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-18

ontrol

erformance

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

SPECIAL TERMS AND CONDITIONS

A Public Inspection

In accordance with Florida Statutes the ITN shall not be made available for public ins ction until the

University provides notice of a decision or intended decision pursuant to s312053 (5) ) Florida Status

or within 10 days after the opening date whichever is earlier

B Written Communications Required

No negotiations decisions or actions shall be initiated or executed by the Proposer a a result of any

discussion with any University employee Only those communications that are in writ ng from the

University Facilities Purchasing Department shall be considered as a duly authorized e pression on

behalf of the University Also the University will recognize only communications fro Proposers that

are signed and in writing as duly authorized expression on behalf of the Proposer

C Formal Offer

A Proposers written submission in response to the ITN shall be considered as the Pro osers formal

offer The content of the ITN the Proposers submission in response to the ITN and r suiting

contractpurchase order(s) shall be considered the entire agreement between the su essful Proposer

and the University It is understood and agreed that nothing herein is intended or sh uld be construed

as constituting the Proposer as the agent or representative of the University for any p rpose or in any

manner whatsoever The Proposer is and shall remain an independent contractor 0 erating in

accordance with the terms and conditions of the license granted as a result of this Inv ation of

Negotiation

D Interpretations

Proposers shall examine the ITN to determine if the Universitys requirements are de rly stated If

there are any requirements that are too vague or restrict competition the Proposer ay request in

writing that the specifications be changed A Proposer who request change in the sp cifications must

identify and describe the Proposers difficulty in meeting the Universitys specificatio must provide

detailed justification for the change and must provide a recommended change to the specification

Request for changes must be received in the Facilities Purchasing Department by the lose of the

business day not later than the entry note in the Calendar of Events area of this IT as the last to

receive written inquiries regarding the Proposal A Proposers failure to request chan es by the

permissible date shall be considered acceptance of the Universitys Specifications and a waiver of the

Proposers right to protest the ITN on the basis of Specifications The University rese es the right to

determine which changes to the ITN shall be acceptable to the University If required the University

shall issue an addendum reflecting the changes to the INT This addendum shall be s nt to all Proposers

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-19

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

so that each is given the opportunity of submitting proposals to the same Specificatio

Specifications shall be considered the Universitys minimum mandate requirements

E Verbal Communications

TATE UNIVERSITY

Said

Proposers may not consider any verbal instructions as an official expression on the Un versitys behalf

Only written communications Signed by a duly authorized representative of the Facili ies Purchasing

Office shall be considered valid

F Proposal Tabulation

A Proposal Tabulation that serves as the Notice of Award to the Proposer of receivi the contract

award will be posted for review by interest parties at the University Facilities Purchasi g Department on

the day noted in the Calendar of Events area of this ITN and will remain posted for a period of

seventy-two (72) hours Any person who is adversely effected by this University decis on or intended

decisions as detailed above in connection with this ITN shall file a written Notice of rotest with the

Director of Facilities Purchasing Failure to file a Notice of Protest within the 72 hour after the

protested University intended decisions is posted shall constitute a waiver of proceed gs under s120

Florida Statutes A Notice of Protest is considered filed when it is delivered to Facili ies Purchasing

Department 969 Learning Way 114 MMA Tallahassee Florida 32306 during normal ours of operation

of the file a Formal Written Protest and the bond required under Rule 6C-18055(3) lorida

Administrative Code (FAC) with ten (10) days after filing the Notice of Protest in the ccordance with

Rule 6C2-2015(13) FAC shall constitute a waiver of the Proposers right to protest un er s12057(3)(b)

Florida Statutes

G Mandatory Requirements

Any proposal that fails to meet mandatory Specifications stated in the ITN may be rej cted Any

proposal that does not comply with the functional cost or contractual requirements i the ITN may be

rejected In addition to the requirements of paragraph (8) Awards of the General Co ditions on the

Invitation of Negation Commodities Acknowledgment form the University shall not b liable to pay for

information obtained from or through any Proposer prior to issuing the purchase ord r to the successful

Proposer

H Minor Irregularities

The University reserves the right to waive minor irregularities in proposals providing uch action is in

the best interest ofthe University Minor irregularities are defined as those that hav no adverse affect

of the Universitys interest will not affect the amount of the Proposal and will not giv a Proposer an

advantage or benefit not enjoyed by another Proposer

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-20

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

I Format

Each proposal shall be prepared simply and economically providing a straight forward concise

delineation of the Proposers capabilities to satisfy the Specifications of the ITN Fancy binding colored

display and promotional materials are not desired However technical literature and ictures of

proposed equipment should be included in the proposal Emphasis in each proposal ust be on

completeness and clarity of contents To expedite the evaluation of Proposals it is es ential that

Proposers follow the format and instructions contained herein Failure to follow the r quested format

may result in rejections

J Extension Errors

In the event of extension error(s) the unit price will prevail and the Proposers Total er will be

corrected accordingly In the event of addition errors the extended totals will prevail nd the

Proposers Total Offer will be corrected accordingly Proposers must check their Prop sal for any such

errors and state the discount(s) where applicable

K University Point of Contact

The Proposers pOint of contact for all matters relating to this ITN is

Betty-Jean (BJ) Lewis

Florida State University Facilities Purchasing Department

969 Learning Way 102A MMA

Tallahassee Florida 32306

Fax (850) 644-5071

E-mail blewisadminfsuedu

Written questions on this ITN must be submitted to Betty-Jean (BJ) Lewis Questions ust be received

by the date listed for that event in the Calendar of Events After that date no inqui ies regarding the

Proposal oral or written will be accepted

L Contractor Point of Contact

Each Proposer shall identify in its submittal the single point of contact for all matters elation to the

response

M Proposal Materials

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-21

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

The materials submitted in response to this ITN become the property of the Universit upon delivery to

the Facilities Purchasing Department All of the materials will considered as part of th ITN and will be

subject to review as public records 10 days after the ITN is opened or an award is mad whichever

occurs first

N Proposal Rejection

The University shall have the right to reject any or all Proposals and in particular reje a Proposal not

accompanied by data required by the ITN or Proposal in any way incomplete or irreg ar including

omissions of pricing Conditional Proposals will not be accepted

O Conflict Between Document

If any terms and conditions contained within the documents related to this ITN are in onflict with any

other terms and conditions contained therein then the various documents comprisin this ITN as

applicable shall govern in the following order of the precedence AmendmentChange Order Addenda

ITN Terms and Conditions ITN Specifications ITN Responsibilities general conditions f the ITN

Proposal

P Additions Deletions Substitutions

Should the University find it necessary to supplement modify correct or interpret an portion of the

ITN during the Proposal period such action shall be taken by issuance of a written Ad endum to the

documents distributed to all known prospective Proposers Addenda will be issued no less than seven

(7) calendar days prior to the date scheduled for receipt of Proposals

Q Interpretation

Neither interpretation of the meaning of the ITN documents nor any corrections of a biguity

inconsistency or error will be made to any Proposer orally All such communications ill be in the form

of written addenda as issued by the Selection Community Only written addenda issu d by the Selection

Community shall be binding Proposers are advised that no other source is authorize to accept or give

information concerning explain or interpret the ITN

R Addenda Acknowledgment Form

Any addenda issued by the University to participating Proposers shall include an Add nda

Acknowledgment Form This form shall be signed by a company representative dat d and returned to

the University by the date specified in the Calendar of Events for Proposals to be 0 ned

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-22

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

S Amendments

Any amendments alterations or modifications to the contract resulting from this ITN ust be in the

form of a change order to the original contract and have the written approval of the F cilities Purchasing

Department and must be signed or initialed and approved by the same signatories not d on the ITN

T Assignment

Under no circumstances shall the successful Proposer assign to a third party any right r obligation of

successful Proposer pursuant to this Proposal without prior written consent of the Uni ersity If the

successful Proposer is or during the term of the contract resulting from this ITN beco e an individual

on the payroll of the State of Florida successful Proposer represents that he or she ha complied with all

applicable provisions in the Florida Statutes and Florida Administrative Code regardin outside or dual

employment and compensation

U Jurisdictional Applicability

Applicable provisions of all federal State of Florida county and municipal statutes la s ordinances

rules and regulations shall govern Proposal submitted hereto and any resulting contra t Lack of

knowledge by any Proposer shall not constitute a cognizable defense against the legal effect thereof

Disputes arising from or in connection with the contract shall be determined before Florida court of

competent jurisdiction or through an applicable administrative proceeding whichever s appropriate to

the circumstances under Florida law In the event that either party is required to obta n any permit

license or authorization as a prerequisite to performing its obligation under the contr ct the cost shall

be borne by the party required to obtain the permit license or authorization

V Governmental Restrictions

In the event any governmental restrictions may be imposed which would necessitate Iteration of the

terms of the contract resulting from this ITN it shall be the responsibility of the succe sful Proposer to

immediately notify the University in writing indicating the specific regulation which r quires the

alteration The University reserves the right to accept any such alteration including a y fee adjustments

occasioned thereby or to cancel the contract at no expense to the University

W Negotiation

In the event services are required to be performed or equipment required to be purc ased that are not

set out in the ITN but are within the general scope of the reqUirements the Universi and the

contractor hereby reserve the right to negotiate the terms covering the required serv ces or equipment

not to exceed $25000 per itemoccurrence

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-23

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FlORIDA TATE UNIVERSITY

X Additions Deletions and substitutions

The University reserves the right to add to or to delete any item from this ITN on a per odic basis as

necessary when deemed in the best interest of the University The contractor is respo sible for

submitting requests for such changes on a timely basis with sufficient documentation 0 allow

evaluation of the request When items are approved and added to the contract the c ntractor shall

maintain those items on the contact for a minimum of 120 days and sufficient quantit to accommodate

reasonable request or make provisions to offer substitute items as outlined in this sec ion

The University will consider substitutions for discontinued items provided that substit te items have

equivalent or greater featurescapabilities and shall be offered at the same or lower p ice as the item

replaced The University reserves the right to accept or reject substitutions

The University will consider the addition of newly released items provided that those i ems are offered

at the same percentage discount as similar items on the contract

The University will consider changes to contract items provided revisions are in accor nce with the

conditions and Specifications contained in this ITN The University reserves the right t accept or reject

changes proposed by the contractor

Y Equal Opportunity

The Contract must al all times during the term of the contract be in compliance with a I federal state

and local laws rules and regulations relating to the nondiscrimination clause containe in Section 202

Executive Order 11246 as amended by Executive Order 11375 relative to equal Empl yment

Opportunity for all person without regard to race color religion sex or national origi and the

implementing rules and regulations proscribed by the Secretary of Labor are incorpor ted into the terms

and conditions of this ITN

Z Governmental Action

It is mutually agreed that if at any time during the term of the contractual agreement he Contractor is

required to make extensive program changes as a direct result of any determination r action by any

applicable Federal State or Local Government authority the University will be willin to negotiate any

cost increase necessitated by such changes subject to availability of funds Any nego iated price

increase may not be implemented until a contract amendment signed by both parties is processed

through the Florida State University Facilities Purchasing Department

AA Travel

Travel expenses included in any contractpurchase order resulting from this ITN must e in accordance

with Section 112061 Florida Statutes

DCSI 010811 ElECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-24

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

BB Parties to the Contract

Parties to the contract will be the University and the contractor Payment will only be ade to the

contractor and in the name as it appears on the Proposal submitted and the resulting ontract

Cc Contractors Insurance

The Contractor shall not commence performance in connection with the contract unti he has obtained

all the following types of insurance and such insurance has been approved by the purc aser nor shall

the Contractor allow any subcontractor to commence work on his subcontract until all similar insurance

required for the subcontractor has been so obtained and approved All insurance poli ies shall be with

insurers qualified and doing business in Florida and with an AM Best rating of no les than AX The

purchaser shall be furnished proof of coverage of insurance by certificates of insuranc accompanying

the contract documents and shall name the Florida State University and Florida Board f Trustees as an

additional name insured The insurer shall provide 30 days written notice to the certi cate holder if a

policy is to be canceled before the expiration date thereof

The purchaser shall be exempt from and in no way liable for any sums of money that may represent a

deductible in any insurance policy The payment of such deductible shall be the sole r sponsibilityof

the Contract andor Subcontractor providing such insurance

1 Workers Compensation Insurance

The Contractor shall secure and maintain during the life of this agreement Workers mpensation

Insurance for all his employees connected with the work of this project and in case a y work is sublet

the Contractor shall require the subcontractor similarly to provide Workers Compens tion Insurance for

all the latters employee unless such insurance shall comply fully with the Florida Wor ers

Compensation Law In case any class of employees engaged in hazardous work under this contract at

the site of the project is not protected under Workers Compensation statute the Co tractor shall

provide and cause each subcontractor to provide adequate insurance satisfactory to he purchaser for

protection of his employees not otherwise protected

2 Contractors Public Liability and Property Damage Insurance

The Contractor shall secure and maintain during the life of this agreement COMPREH NSIVE GENERAL

L1ABNILITY AND COMPREHENSIVE AUTOMOBILE LIABILITY INSURANCE as shall protec him from claims

for damages personal injury including accidental death as well as claims for propert damages which

may arise from operations under this agreement whether such operations be by him If or by anyone

directly or indirectly employed by him and the amounts of such insurance shall be th minimum limit as

follows

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-25

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

1 Body Injury Liability $1000000 each acci nt

2 Auto Property Damage Liability $ 500000 each accid nt

3 Property Damage Liability- $1000000 each acci ent

(other than automobile) $1000000 aggregate operation

$1000000 aggregate protective

$1000000 aggregate contractual

Insuring clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended to provide coverage

on an OCCURRENCE basis

3 xcu (Explosion collapse underground damage) -the contractors liability P icy shall provide

xcu coverage for those classifications in which they are excluded

4 Contractual Liability - work contracts - The contractors liability policy shall co er such contracts

when they are affected

5 Subcontractors Public Liability and Property Damage Insurance

The Contractor shall require each of his subcontractors to secure and maintain during he life of this

contract insurance of the type specified above and insures the activities of his subco ractors in his

policy as specified above

Qualifications

All insurance poliCies shall be with insurers qualified and doing business in Florida

Proof of Insurance

Proof of insurance for all of the specified types and limits in the form of original Certif cates of Insurance

shall be delivered to the Facilities Purchasing Department within ten (10) days of exe tion of the

contract In lieu of original certificates certified copies of the actual policies may be f rnished

Whether certificates or policies are furnished the Florida State University and the Bo rd of Trustees

shall be deSignated as additional named insured Each such copy or certificate shall c ntain a valid

provision or endorsement that the policy may not be canceled terminated changed r modified

without giving thirty (30) days written advance notice thereof to the Universitys repr sentative A

renewal policy or certificate shall be delivered to the University at least thirty (30) da s prior to the

expiration date of each expiring policy If at any time any of the policies shall be or b come

unsatisfactory to the University as to form or substance or if any of the carriers issui g such policies

shall be or become unsatisfactory to the University Contractor shall promptly obtain a new and

satisfactory policy in replacement upon such written notice from the University

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-26

DIFFENBAUGH BUILDING PHASE I ELEVATOR NO 24516 FLORIDA

Original Copy

If determined necessary by the Universitys representative the Contractor shall delive

Universitys representative upon demand the original of any policy shall be returned t

Deductibles

The University shall be exempt from and in no way liable for any sums of money that

deductible in any insurance policy The payment of such deductible shall be the sole r

the Contractor andor subcontractor providing the insurance

DD Liability

The following Special Conditions supersedes General Conditions Number 21 Liability

to Negotiation Commodities Acknowledgment form

Contractors entire liability and the Universitys exclusive remedy shall be as follows

In all situations involving performance or non-performance under this Agreement th

be entitled to actual damages to the limits set forth in this provision

Contractors liability for damages to the University for any cause whatsoever and reg

TATE UNIVERSITY

to the

Contractor

may represent a

sponsibility of

n the Invitation

University shall

rdless of the form

of action whether in contract or in tort including negligence shall be limited to the gr ater of $100000

or the contract price stated herein for damages that are the subject of matter of or a e directly related

to the cause of action The foregOing limitation of liability will apply to

bull the payment of the cost of damage awards pertaining to patent and copyrigh indemnity or to

bull claims for re-procurement costs or the cost of cover pursuant to Rule 6C220 5(20) of the

Florida Administrative Code or to

bull claims for personal injury or damage to real or person property caused by Sel rs tortuous

conduct

Contractor shall hold and save the University harmless for any and all suits and judgm nts against the

State for personal injury or damage to real or personal property caused by Contracto s tortuous

conduct in the performance of this Agreement provided that

bull the University promptly notifies the Contractor in writing of any claim and

bull the Contractor shall be given the opportunity at its option to participate an associate with the

University in the control defense and trial of any claim and any related settle ent negotiations

and provided further that with respect to any claim or portion thereof for hich Contractor

agrees at the initiation of such claim that Contractor shall save an hold the U iversity harmless

Contractor shall have the sole control of the defense trial and any related se lement

negotiations and

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-27

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

bull the University fully cooperates with the Contractor in the defense of any claim

In no event however will Contractor be liable for

bull any damages caused by the Universitys failure to perform the Universitys res onsibilities or

for

bull any lost profits or other consequential damages even if Seller has been

advised of the possibility of such damages or for

bull any claim against the University by any other party e ept as provided

in the hold harmless provision of the preceding parag aph of this

provision and except as provided in Paragraph 18 of t e General

Conditions Patents and Royalties on the Invitation 0 Negotiation

Commodities Acknowledgment form or for

bull any damage caused by performance or non-performa ce of machine or

programming located outside the United State or Pue 0 Rico

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-28

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

SPECIAL TERMS AND CONDITIONS Payment shall be made in accordance with s 215422 FS which provides that agencies have 5 working days to inspect ampapprove goods ampservices unless bid specifications r the PO specifies otherwise If payment is not available within 40 days measured from t e latter of the date the invoice is received or the goods or services are received inspected an approved a separate interest penalty set by the Comptroller pursuant to s 5503 FS will b due and payable in addition to the invoice amount To obtain the applicable interest rate please contact the University Facilities Payables and Disbursements Section at (850) 644-047 Invoices returned to a vendor due to preparation errors will result in a payment elay Interest penalties of less than $1 will not be paid unless the vendor requests payment The payment period does not begin until all terms of the contract (including shi ping and billing instructions exactly as they are specified on the purchase order) hav been met and a properly completed invoice is provided the University The university reserve all administrative contractual and legal remedies against the contractor or vendor ho breaches any of the contract terms The employment of unauthorized aliens by any contractor is considered a viola ion of Section 274A(e) of the Immigration and Nationality Act If the contractor knowingly emp oys unauthorized aliens such violation shall be cause for cancellation of this purch se order Acceptance of this order serves as certification that the vendor or its principals (a) are not presently debarred suspended proposed for debarment declared ineligible 0 voluntarily excluded from covered transactions by any federal department or agency (b) ve not within a three-year period preceding this proposal been convicted of or had a civil judg ent rendered against them for commission of fraud or a criminal offense in connection with 0 taining attempting to obtain or performing a public (federal state or local) transaction r contract under a public transaction violation of federal or state antitrust statutes or commissio of embezzlement theft forgery bribery falsification or destruction of records rna ing false statements or receiving stolen property (c) are not presently indicted for or oth rwise criminally or civilly charged by a government entity (federal state or local) with commissi n of any of the offenses enumerated in paragraph (b) of this certification and (d) have not wit in a three-year period preceding this applicationproposal had one or more public transactions federal state or local) terminated for cause or default 52249-5 (a)-(f) Hazardous Material Identification and Material Safety Data When subcontract involves hazardous material Utilization of Small Business Concerns and Small Disadvantaged Business Concerns Walsh-Healey Public Contracts Act 52219-8 52222-20 Employment if the subcontract amount 52203-7001

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-29

Page 21: Invitation to Bid (ITB) til the dates - FSU Facilities · Invitation to Bid (ITB) ... Elevator renovation work includes, but is not limited to, ... hands-free telephone instrumen

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

F Warranty - Twelve (2) months after completion and acceptance by the Owner

310 ELEVATOR CONTRACTOR PERFORMANCE REQUIREMENTS UNDER THIS CONTR

A Considering that this is a time if of the essence Contract the expectation

require the Elevator Contractor be mindful of the need for prompt handling

Contract Consequently rigid timelines are being established prior to accepta

B After award of the elevator contract work or issuance of a notice to pro

Contractor shall perform the work as follows

TATE UNIVERSITY

CT

of the Owner do

all aspects of this

ce of bids

ed the Elevator

1 Provide all required submittals shop drawings samples etc within thirty 30) of the

contract award notification

2 Elevator Contractor shall allow ten (10) work days for the review and app val process and

time to return the submittal documents Elevator Contractor is expected 0 travel to the

FSU Campus to the pick-up the approved or approved as noted docu ents and samples

at the location designated in advance

3 Elevator Contractor shall make all necessary arrangements to obtain all m terials to be

installed under this contract including handling appropriate delivery of al such materials to

the work site no later than ten (10) weeks from the date the approval pr cess has been

completed and the required documents are returned to Elevator Contrac or

4 Elevator Contractor shall notify the Owner in seven (7) calendar days adv nce of the exact

date of the elevator being removed from service so that information reg rding the elevator

renovation work can be provided to the building management personnel nd students

5 Any questions regarding the requirements scheduling needs or other con erns shall be

handled by both parties in a manner that should not delay the work sche ule on the site

6 Once the elevator is removed from service the work schedule shall conti ue without

interruption until the project has been completed The Elevator Contract r shall complete

all work on the elevator within eighteen (18) calendar days from the tim the elevator is

removed from service This time period includes all testing adjusting cle ning painting

trash removal and all other associated work In the event the Elevator Co tractor

anticipates requiring additional time to perform the work this work shall e included as

overtime or shift work and shall be included in the bid price

7 When the work is commenced on the elevator no delays wit be accepte by the Owner

unless the delays are caused by fires storms floods civil disruption the

materials labor strikes or similar causes over which neither party has not

8 When Elevator Contractor submits a bid for this work he or she complet y accepts the

requirements of the technical speCifications and the Elevator Contractor

Requirements stated herein

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-18

ontrol

erformance

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

SPECIAL TERMS AND CONDITIONS

A Public Inspection

In accordance with Florida Statutes the ITN shall not be made available for public ins ction until the

University provides notice of a decision or intended decision pursuant to s312053 (5) ) Florida Status

or within 10 days after the opening date whichever is earlier

B Written Communications Required

No negotiations decisions or actions shall be initiated or executed by the Proposer a a result of any

discussion with any University employee Only those communications that are in writ ng from the

University Facilities Purchasing Department shall be considered as a duly authorized e pression on

behalf of the University Also the University will recognize only communications fro Proposers that

are signed and in writing as duly authorized expression on behalf of the Proposer

C Formal Offer

A Proposers written submission in response to the ITN shall be considered as the Pro osers formal

offer The content of the ITN the Proposers submission in response to the ITN and r suiting

contractpurchase order(s) shall be considered the entire agreement between the su essful Proposer

and the University It is understood and agreed that nothing herein is intended or sh uld be construed

as constituting the Proposer as the agent or representative of the University for any p rpose or in any

manner whatsoever The Proposer is and shall remain an independent contractor 0 erating in

accordance with the terms and conditions of the license granted as a result of this Inv ation of

Negotiation

D Interpretations

Proposers shall examine the ITN to determine if the Universitys requirements are de rly stated If

there are any requirements that are too vague or restrict competition the Proposer ay request in

writing that the specifications be changed A Proposer who request change in the sp cifications must

identify and describe the Proposers difficulty in meeting the Universitys specificatio must provide

detailed justification for the change and must provide a recommended change to the specification

Request for changes must be received in the Facilities Purchasing Department by the lose of the

business day not later than the entry note in the Calendar of Events area of this IT as the last to

receive written inquiries regarding the Proposal A Proposers failure to request chan es by the

permissible date shall be considered acceptance of the Universitys Specifications and a waiver of the

Proposers right to protest the ITN on the basis of Specifications The University rese es the right to

determine which changes to the ITN shall be acceptable to the University If required the University

shall issue an addendum reflecting the changes to the INT This addendum shall be s nt to all Proposers

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-19

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

so that each is given the opportunity of submitting proposals to the same Specificatio

Specifications shall be considered the Universitys minimum mandate requirements

E Verbal Communications

TATE UNIVERSITY

Said

Proposers may not consider any verbal instructions as an official expression on the Un versitys behalf

Only written communications Signed by a duly authorized representative of the Facili ies Purchasing

Office shall be considered valid

F Proposal Tabulation

A Proposal Tabulation that serves as the Notice of Award to the Proposer of receivi the contract

award will be posted for review by interest parties at the University Facilities Purchasi g Department on

the day noted in the Calendar of Events area of this ITN and will remain posted for a period of

seventy-two (72) hours Any person who is adversely effected by this University decis on or intended

decisions as detailed above in connection with this ITN shall file a written Notice of rotest with the

Director of Facilities Purchasing Failure to file a Notice of Protest within the 72 hour after the

protested University intended decisions is posted shall constitute a waiver of proceed gs under s120

Florida Statutes A Notice of Protest is considered filed when it is delivered to Facili ies Purchasing

Department 969 Learning Way 114 MMA Tallahassee Florida 32306 during normal ours of operation

of the file a Formal Written Protest and the bond required under Rule 6C-18055(3) lorida

Administrative Code (FAC) with ten (10) days after filing the Notice of Protest in the ccordance with

Rule 6C2-2015(13) FAC shall constitute a waiver of the Proposers right to protest un er s12057(3)(b)

Florida Statutes

G Mandatory Requirements

Any proposal that fails to meet mandatory Specifications stated in the ITN may be rej cted Any

proposal that does not comply with the functional cost or contractual requirements i the ITN may be

rejected In addition to the requirements of paragraph (8) Awards of the General Co ditions on the

Invitation of Negation Commodities Acknowledgment form the University shall not b liable to pay for

information obtained from or through any Proposer prior to issuing the purchase ord r to the successful

Proposer

H Minor Irregularities

The University reserves the right to waive minor irregularities in proposals providing uch action is in

the best interest ofthe University Minor irregularities are defined as those that hav no adverse affect

of the Universitys interest will not affect the amount of the Proposal and will not giv a Proposer an

advantage or benefit not enjoyed by another Proposer

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-20

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

I Format

Each proposal shall be prepared simply and economically providing a straight forward concise

delineation of the Proposers capabilities to satisfy the Specifications of the ITN Fancy binding colored

display and promotional materials are not desired However technical literature and ictures of

proposed equipment should be included in the proposal Emphasis in each proposal ust be on

completeness and clarity of contents To expedite the evaluation of Proposals it is es ential that

Proposers follow the format and instructions contained herein Failure to follow the r quested format

may result in rejections

J Extension Errors

In the event of extension error(s) the unit price will prevail and the Proposers Total er will be

corrected accordingly In the event of addition errors the extended totals will prevail nd the

Proposers Total Offer will be corrected accordingly Proposers must check their Prop sal for any such

errors and state the discount(s) where applicable

K University Point of Contact

The Proposers pOint of contact for all matters relating to this ITN is

Betty-Jean (BJ) Lewis

Florida State University Facilities Purchasing Department

969 Learning Way 102A MMA

Tallahassee Florida 32306

Fax (850) 644-5071

E-mail blewisadminfsuedu

Written questions on this ITN must be submitted to Betty-Jean (BJ) Lewis Questions ust be received

by the date listed for that event in the Calendar of Events After that date no inqui ies regarding the

Proposal oral or written will be accepted

L Contractor Point of Contact

Each Proposer shall identify in its submittal the single point of contact for all matters elation to the

response

M Proposal Materials

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-21

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

The materials submitted in response to this ITN become the property of the Universit upon delivery to

the Facilities Purchasing Department All of the materials will considered as part of th ITN and will be

subject to review as public records 10 days after the ITN is opened or an award is mad whichever

occurs first

N Proposal Rejection

The University shall have the right to reject any or all Proposals and in particular reje a Proposal not

accompanied by data required by the ITN or Proposal in any way incomplete or irreg ar including

omissions of pricing Conditional Proposals will not be accepted

O Conflict Between Document

If any terms and conditions contained within the documents related to this ITN are in onflict with any

other terms and conditions contained therein then the various documents comprisin this ITN as

applicable shall govern in the following order of the precedence AmendmentChange Order Addenda

ITN Terms and Conditions ITN Specifications ITN Responsibilities general conditions f the ITN

Proposal

P Additions Deletions Substitutions

Should the University find it necessary to supplement modify correct or interpret an portion of the

ITN during the Proposal period such action shall be taken by issuance of a written Ad endum to the

documents distributed to all known prospective Proposers Addenda will be issued no less than seven

(7) calendar days prior to the date scheduled for receipt of Proposals

Q Interpretation

Neither interpretation of the meaning of the ITN documents nor any corrections of a biguity

inconsistency or error will be made to any Proposer orally All such communications ill be in the form

of written addenda as issued by the Selection Community Only written addenda issu d by the Selection

Community shall be binding Proposers are advised that no other source is authorize to accept or give

information concerning explain or interpret the ITN

R Addenda Acknowledgment Form

Any addenda issued by the University to participating Proposers shall include an Add nda

Acknowledgment Form This form shall be signed by a company representative dat d and returned to

the University by the date specified in the Calendar of Events for Proposals to be 0 ned

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-22

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

S Amendments

Any amendments alterations or modifications to the contract resulting from this ITN ust be in the

form of a change order to the original contract and have the written approval of the F cilities Purchasing

Department and must be signed or initialed and approved by the same signatories not d on the ITN

T Assignment

Under no circumstances shall the successful Proposer assign to a third party any right r obligation of

successful Proposer pursuant to this Proposal without prior written consent of the Uni ersity If the

successful Proposer is or during the term of the contract resulting from this ITN beco e an individual

on the payroll of the State of Florida successful Proposer represents that he or she ha complied with all

applicable provisions in the Florida Statutes and Florida Administrative Code regardin outside or dual

employment and compensation

U Jurisdictional Applicability

Applicable provisions of all federal State of Florida county and municipal statutes la s ordinances

rules and regulations shall govern Proposal submitted hereto and any resulting contra t Lack of

knowledge by any Proposer shall not constitute a cognizable defense against the legal effect thereof

Disputes arising from or in connection with the contract shall be determined before Florida court of

competent jurisdiction or through an applicable administrative proceeding whichever s appropriate to

the circumstances under Florida law In the event that either party is required to obta n any permit

license or authorization as a prerequisite to performing its obligation under the contr ct the cost shall

be borne by the party required to obtain the permit license or authorization

V Governmental Restrictions

In the event any governmental restrictions may be imposed which would necessitate Iteration of the

terms of the contract resulting from this ITN it shall be the responsibility of the succe sful Proposer to

immediately notify the University in writing indicating the specific regulation which r quires the

alteration The University reserves the right to accept any such alteration including a y fee adjustments

occasioned thereby or to cancel the contract at no expense to the University

W Negotiation

In the event services are required to be performed or equipment required to be purc ased that are not

set out in the ITN but are within the general scope of the reqUirements the Universi and the

contractor hereby reserve the right to negotiate the terms covering the required serv ces or equipment

not to exceed $25000 per itemoccurrence

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-23

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FlORIDA TATE UNIVERSITY

X Additions Deletions and substitutions

The University reserves the right to add to or to delete any item from this ITN on a per odic basis as

necessary when deemed in the best interest of the University The contractor is respo sible for

submitting requests for such changes on a timely basis with sufficient documentation 0 allow

evaluation of the request When items are approved and added to the contract the c ntractor shall

maintain those items on the contact for a minimum of 120 days and sufficient quantit to accommodate

reasonable request or make provisions to offer substitute items as outlined in this sec ion

The University will consider substitutions for discontinued items provided that substit te items have

equivalent or greater featurescapabilities and shall be offered at the same or lower p ice as the item

replaced The University reserves the right to accept or reject substitutions

The University will consider the addition of newly released items provided that those i ems are offered

at the same percentage discount as similar items on the contract

The University will consider changes to contract items provided revisions are in accor nce with the

conditions and Specifications contained in this ITN The University reserves the right t accept or reject

changes proposed by the contractor

Y Equal Opportunity

The Contract must al all times during the term of the contract be in compliance with a I federal state

and local laws rules and regulations relating to the nondiscrimination clause containe in Section 202

Executive Order 11246 as amended by Executive Order 11375 relative to equal Empl yment

Opportunity for all person without regard to race color religion sex or national origi and the

implementing rules and regulations proscribed by the Secretary of Labor are incorpor ted into the terms

and conditions of this ITN

Z Governmental Action

It is mutually agreed that if at any time during the term of the contractual agreement he Contractor is

required to make extensive program changes as a direct result of any determination r action by any

applicable Federal State or Local Government authority the University will be willin to negotiate any

cost increase necessitated by such changes subject to availability of funds Any nego iated price

increase may not be implemented until a contract amendment signed by both parties is processed

through the Florida State University Facilities Purchasing Department

AA Travel

Travel expenses included in any contractpurchase order resulting from this ITN must e in accordance

with Section 112061 Florida Statutes

DCSI 010811 ElECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-24

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

BB Parties to the Contract

Parties to the contract will be the University and the contractor Payment will only be ade to the

contractor and in the name as it appears on the Proposal submitted and the resulting ontract

Cc Contractors Insurance

The Contractor shall not commence performance in connection with the contract unti he has obtained

all the following types of insurance and such insurance has been approved by the purc aser nor shall

the Contractor allow any subcontractor to commence work on his subcontract until all similar insurance

required for the subcontractor has been so obtained and approved All insurance poli ies shall be with

insurers qualified and doing business in Florida and with an AM Best rating of no les than AX The

purchaser shall be furnished proof of coverage of insurance by certificates of insuranc accompanying

the contract documents and shall name the Florida State University and Florida Board f Trustees as an

additional name insured The insurer shall provide 30 days written notice to the certi cate holder if a

policy is to be canceled before the expiration date thereof

The purchaser shall be exempt from and in no way liable for any sums of money that may represent a

deductible in any insurance policy The payment of such deductible shall be the sole r sponsibilityof

the Contract andor Subcontractor providing such insurance

1 Workers Compensation Insurance

The Contractor shall secure and maintain during the life of this agreement Workers mpensation

Insurance for all his employees connected with the work of this project and in case a y work is sublet

the Contractor shall require the subcontractor similarly to provide Workers Compens tion Insurance for

all the latters employee unless such insurance shall comply fully with the Florida Wor ers

Compensation Law In case any class of employees engaged in hazardous work under this contract at

the site of the project is not protected under Workers Compensation statute the Co tractor shall

provide and cause each subcontractor to provide adequate insurance satisfactory to he purchaser for

protection of his employees not otherwise protected

2 Contractors Public Liability and Property Damage Insurance

The Contractor shall secure and maintain during the life of this agreement COMPREH NSIVE GENERAL

L1ABNILITY AND COMPREHENSIVE AUTOMOBILE LIABILITY INSURANCE as shall protec him from claims

for damages personal injury including accidental death as well as claims for propert damages which

may arise from operations under this agreement whether such operations be by him If or by anyone

directly or indirectly employed by him and the amounts of such insurance shall be th minimum limit as

follows

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-25

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

1 Body Injury Liability $1000000 each acci nt

2 Auto Property Damage Liability $ 500000 each accid nt

3 Property Damage Liability- $1000000 each acci ent

(other than automobile) $1000000 aggregate operation

$1000000 aggregate protective

$1000000 aggregate contractual

Insuring clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended to provide coverage

on an OCCURRENCE basis

3 xcu (Explosion collapse underground damage) -the contractors liability P icy shall provide

xcu coverage for those classifications in which they are excluded

4 Contractual Liability - work contracts - The contractors liability policy shall co er such contracts

when they are affected

5 Subcontractors Public Liability and Property Damage Insurance

The Contractor shall require each of his subcontractors to secure and maintain during he life of this

contract insurance of the type specified above and insures the activities of his subco ractors in his

policy as specified above

Qualifications

All insurance poliCies shall be with insurers qualified and doing business in Florida

Proof of Insurance

Proof of insurance for all of the specified types and limits in the form of original Certif cates of Insurance

shall be delivered to the Facilities Purchasing Department within ten (10) days of exe tion of the

contract In lieu of original certificates certified copies of the actual policies may be f rnished

Whether certificates or policies are furnished the Florida State University and the Bo rd of Trustees

shall be deSignated as additional named insured Each such copy or certificate shall c ntain a valid

provision or endorsement that the policy may not be canceled terminated changed r modified

without giving thirty (30) days written advance notice thereof to the Universitys repr sentative A

renewal policy or certificate shall be delivered to the University at least thirty (30) da s prior to the

expiration date of each expiring policy If at any time any of the policies shall be or b come

unsatisfactory to the University as to form or substance or if any of the carriers issui g such policies

shall be or become unsatisfactory to the University Contractor shall promptly obtain a new and

satisfactory policy in replacement upon such written notice from the University

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-26

DIFFENBAUGH BUILDING PHASE I ELEVATOR NO 24516 FLORIDA

Original Copy

If determined necessary by the Universitys representative the Contractor shall delive

Universitys representative upon demand the original of any policy shall be returned t

Deductibles

The University shall be exempt from and in no way liable for any sums of money that

deductible in any insurance policy The payment of such deductible shall be the sole r

the Contractor andor subcontractor providing the insurance

DD Liability

The following Special Conditions supersedes General Conditions Number 21 Liability

to Negotiation Commodities Acknowledgment form

Contractors entire liability and the Universitys exclusive remedy shall be as follows

In all situations involving performance or non-performance under this Agreement th

be entitled to actual damages to the limits set forth in this provision

Contractors liability for damages to the University for any cause whatsoever and reg

TATE UNIVERSITY

to the

Contractor

may represent a

sponsibility of

n the Invitation

University shall

rdless of the form

of action whether in contract or in tort including negligence shall be limited to the gr ater of $100000

or the contract price stated herein for damages that are the subject of matter of or a e directly related

to the cause of action The foregOing limitation of liability will apply to

bull the payment of the cost of damage awards pertaining to patent and copyrigh indemnity or to

bull claims for re-procurement costs or the cost of cover pursuant to Rule 6C220 5(20) of the

Florida Administrative Code or to

bull claims for personal injury or damage to real or person property caused by Sel rs tortuous

conduct

Contractor shall hold and save the University harmless for any and all suits and judgm nts against the

State for personal injury or damage to real or personal property caused by Contracto s tortuous

conduct in the performance of this Agreement provided that

bull the University promptly notifies the Contractor in writing of any claim and

bull the Contractor shall be given the opportunity at its option to participate an associate with the

University in the control defense and trial of any claim and any related settle ent negotiations

and provided further that with respect to any claim or portion thereof for hich Contractor

agrees at the initiation of such claim that Contractor shall save an hold the U iversity harmless

Contractor shall have the sole control of the defense trial and any related se lement

negotiations and

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-27

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

bull the University fully cooperates with the Contractor in the defense of any claim

In no event however will Contractor be liable for

bull any damages caused by the Universitys failure to perform the Universitys res onsibilities or

for

bull any lost profits or other consequential damages even if Seller has been

advised of the possibility of such damages or for

bull any claim against the University by any other party e ept as provided

in the hold harmless provision of the preceding parag aph of this

provision and except as provided in Paragraph 18 of t e General

Conditions Patents and Royalties on the Invitation 0 Negotiation

Commodities Acknowledgment form or for

bull any damage caused by performance or non-performa ce of machine or

programming located outside the United State or Pue 0 Rico

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-28

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

SPECIAL TERMS AND CONDITIONS Payment shall be made in accordance with s 215422 FS which provides that agencies have 5 working days to inspect ampapprove goods ampservices unless bid specifications r the PO specifies otherwise If payment is not available within 40 days measured from t e latter of the date the invoice is received or the goods or services are received inspected an approved a separate interest penalty set by the Comptroller pursuant to s 5503 FS will b due and payable in addition to the invoice amount To obtain the applicable interest rate please contact the University Facilities Payables and Disbursements Section at (850) 644-047 Invoices returned to a vendor due to preparation errors will result in a payment elay Interest penalties of less than $1 will not be paid unless the vendor requests payment The payment period does not begin until all terms of the contract (including shi ping and billing instructions exactly as they are specified on the purchase order) hav been met and a properly completed invoice is provided the University The university reserve all administrative contractual and legal remedies against the contractor or vendor ho breaches any of the contract terms The employment of unauthorized aliens by any contractor is considered a viola ion of Section 274A(e) of the Immigration and Nationality Act If the contractor knowingly emp oys unauthorized aliens such violation shall be cause for cancellation of this purch se order Acceptance of this order serves as certification that the vendor or its principals (a) are not presently debarred suspended proposed for debarment declared ineligible 0 voluntarily excluded from covered transactions by any federal department or agency (b) ve not within a three-year period preceding this proposal been convicted of or had a civil judg ent rendered against them for commission of fraud or a criminal offense in connection with 0 taining attempting to obtain or performing a public (federal state or local) transaction r contract under a public transaction violation of federal or state antitrust statutes or commissio of embezzlement theft forgery bribery falsification or destruction of records rna ing false statements or receiving stolen property (c) are not presently indicted for or oth rwise criminally or civilly charged by a government entity (federal state or local) with commissi n of any of the offenses enumerated in paragraph (b) of this certification and (d) have not wit in a three-year period preceding this applicationproposal had one or more public transactions federal state or local) terminated for cause or default 52249-5 (a)-(f) Hazardous Material Identification and Material Safety Data When subcontract involves hazardous material Utilization of Small Business Concerns and Small Disadvantaged Business Concerns Walsh-Healey Public Contracts Act 52219-8 52222-20 Employment if the subcontract amount 52203-7001

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-29

Page 22: Invitation to Bid (ITB) til the dates - FSU Facilities · Invitation to Bid (ITB) ... Elevator renovation work includes, but is not limited to, ... hands-free telephone instrumen

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

SPECIAL TERMS AND CONDITIONS

A Public Inspection

In accordance with Florida Statutes the ITN shall not be made available for public ins ction until the

University provides notice of a decision or intended decision pursuant to s312053 (5) ) Florida Status

or within 10 days after the opening date whichever is earlier

B Written Communications Required

No negotiations decisions or actions shall be initiated or executed by the Proposer a a result of any

discussion with any University employee Only those communications that are in writ ng from the

University Facilities Purchasing Department shall be considered as a duly authorized e pression on

behalf of the University Also the University will recognize only communications fro Proposers that

are signed and in writing as duly authorized expression on behalf of the Proposer

C Formal Offer

A Proposers written submission in response to the ITN shall be considered as the Pro osers formal

offer The content of the ITN the Proposers submission in response to the ITN and r suiting

contractpurchase order(s) shall be considered the entire agreement between the su essful Proposer

and the University It is understood and agreed that nothing herein is intended or sh uld be construed

as constituting the Proposer as the agent or representative of the University for any p rpose or in any

manner whatsoever The Proposer is and shall remain an independent contractor 0 erating in

accordance with the terms and conditions of the license granted as a result of this Inv ation of

Negotiation

D Interpretations

Proposers shall examine the ITN to determine if the Universitys requirements are de rly stated If

there are any requirements that are too vague or restrict competition the Proposer ay request in

writing that the specifications be changed A Proposer who request change in the sp cifications must

identify and describe the Proposers difficulty in meeting the Universitys specificatio must provide

detailed justification for the change and must provide a recommended change to the specification

Request for changes must be received in the Facilities Purchasing Department by the lose of the

business day not later than the entry note in the Calendar of Events area of this IT as the last to

receive written inquiries regarding the Proposal A Proposers failure to request chan es by the

permissible date shall be considered acceptance of the Universitys Specifications and a waiver of the

Proposers right to protest the ITN on the basis of Specifications The University rese es the right to

determine which changes to the ITN shall be acceptable to the University If required the University

shall issue an addendum reflecting the changes to the INT This addendum shall be s nt to all Proposers

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-19

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

so that each is given the opportunity of submitting proposals to the same Specificatio

Specifications shall be considered the Universitys minimum mandate requirements

E Verbal Communications

TATE UNIVERSITY

Said

Proposers may not consider any verbal instructions as an official expression on the Un versitys behalf

Only written communications Signed by a duly authorized representative of the Facili ies Purchasing

Office shall be considered valid

F Proposal Tabulation

A Proposal Tabulation that serves as the Notice of Award to the Proposer of receivi the contract

award will be posted for review by interest parties at the University Facilities Purchasi g Department on

the day noted in the Calendar of Events area of this ITN and will remain posted for a period of

seventy-two (72) hours Any person who is adversely effected by this University decis on or intended

decisions as detailed above in connection with this ITN shall file a written Notice of rotest with the

Director of Facilities Purchasing Failure to file a Notice of Protest within the 72 hour after the

protested University intended decisions is posted shall constitute a waiver of proceed gs under s120

Florida Statutes A Notice of Protest is considered filed when it is delivered to Facili ies Purchasing

Department 969 Learning Way 114 MMA Tallahassee Florida 32306 during normal ours of operation

of the file a Formal Written Protest and the bond required under Rule 6C-18055(3) lorida

Administrative Code (FAC) with ten (10) days after filing the Notice of Protest in the ccordance with

Rule 6C2-2015(13) FAC shall constitute a waiver of the Proposers right to protest un er s12057(3)(b)

Florida Statutes

G Mandatory Requirements

Any proposal that fails to meet mandatory Specifications stated in the ITN may be rej cted Any

proposal that does not comply with the functional cost or contractual requirements i the ITN may be

rejected In addition to the requirements of paragraph (8) Awards of the General Co ditions on the

Invitation of Negation Commodities Acknowledgment form the University shall not b liable to pay for

information obtained from or through any Proposer prior to issuing the purchase ord r to the successful

Proposer

H Minor Irregularities

The University reserves the right to waive minor irregularities in proposals providing uch action is in

the best interest ofthe University Minor irregularities are defined as those that hav no adverse affect

of the Universitys interest will not affect the amount of the Proposal and will not giv a Proposer an

advantage or benefit not enjoyed by another Proposer

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-20

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

I Format

Each proposal shall be prepared simply and economically providing a straight forward concise

delineation of the Proposers capabilities to satisfy the Specifications of the ITN Fancy binding colored

display and promotional materials are not desired However technical literature and ictures of

proposed equipment should be included in the proposal Emphasis in each proposal ust be on

completeness and clarity of contents To expedite the evaluation of Proposals it is es ential that

Proposers follow the format and instructions contained herein Failure to follow the r quested format

may result in rejections

J Extension Errors

In the event of extension error(s) the unit price will prevail and the Proposers Total er will be

corrected accordingly In the event of addition errors the extended totals will prevail nd the

Proposers Total Offer will be corrected accordingly Proposers must check their Prop sal for any such

errors and state the discount(s) where applicable

K University Point of Contact

The Proposers pOint of contact for all matters relating to this ITN is

Betty-Jean (BJ) Lewis

Florida State University Facilities Purchasing Department

969 Learning Way 102A MMA

Tallahassee Florida 32306

Fax (850) 644-5071

E-mail blewisadminfsuedu

Written questions on this ITN must be submitted to Betty-Jean (BJ) Lewis Questions ust be received

by the date listed for that event in the Calendar of Events After that date no inqui ies regarding the

Proposal oral or written will be accepted

L Contractor Point of Contact

Each Proposer shall identify in its submittal the single point of contact for all matters elation to the

response

M Proposal Materials

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-21

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

The materials submitted in response to this ITN become the property of the Universit upon delivery to

the Facilities Purchasing Department All of the materials will considered as part of th ITN and will be

subject to review as public records 10 days after the ITN is opened or an award is mad whichever

occurs first

N Proposal Rejection

The University shall have the right to reject any or all Proposals and in particular reje a Proposal not

accompanied by data required by the ITN or Proposal in any way incomplete or irreg ar including

omissions of pricing Conditional Proposals will not be accepted

O Conflict Between Document

If any terms and conditions contained within the documents related to this ITN are in onflict with any

other terms and conditions contained therein then the various documents comprisin this ITN as

applicable shall govern in the following order of the precedence AmendmentChange Order Addenda

ITN Terms and Conditions ITN Specifications ITN Responsibilities general conditions f the ITN

Proposal

P Additions Deletions Substitutions

Should the University find it necessary to supplement modify correct or interpret an portion of the

ITN during the Proposal period such action shall be taken by issuance of a written Ad endum to the

documents distributed to all known prospective Proposers Addenda will be issued no less than seven

(7) calendar days prior to the date scheduled for receipt of Proposals

Q Interpretation

Neither interpretation of the meaning of the ITN documents nor any corrections of a biguity

inconsistency or error will be made to any Proposer orally All such communications ill be in the form

of written addenda as issued by the Selection Community Only written addenda issu d by the Selection

Community shall be binding Proposers are advised that no other source is authorize to accept or give

information concerning explain or interpret the ITN

R Addenda Acknowledgment Form

Any addenda issued by the University to participating Proposers shall include an Add nda

Acknowledgment Form This form shall be signed by a company representative dat d and returned to

the University by the date specified in the Calendar of Events for Proposals to be 0 ned

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-22

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

S Amendments

Any amendments alterations or modifications to the contract resulting from this ITN ust be in the

form of a change order to the original contract and have the written approval of the F cilities Purchasing

Department and must be signed or initialed and approved by the same signatories not d on the ITN

T Assignment

Under no circumstances shall the successful Proposer assign to a third party any right r obligation of

successful Proposer pursuant to this Proposal without prior written consent of the Uni ersity If the

successful Proposer is or during the term of the contract resulting from this ITN beco e an individual

on the payroll of the State of Florida successful Proposer represents that he or she ha complied with all

applicable provisions in the Florida Statutes and Florida Administrative Code regardin outside or dual

employment and compensation

U Jurisdictional Applicability

Applicable provisions of all federal State of Florida county and municipal statutes la s ordinances

rules and regulations shall govern Proposal submitted hereto and any resulting contra t Lack of

knowledge by any Proposer shall not constitute a cognizable defense against the legal effect thereof

Disputes arising from or in connection with the contract shall be determined before Florida court of

competent jurisdiction or through an applicable administrative proceeding whichever s appropriate to

the circumstances under Florida law In the event that either party is required to obta n any permit

license or authorization as a prerequisite to performing its obligation under the contr ct the cost shall

be borne by the party required to obtain the permit license or authorization

V Governmental Restrictions

In the event any governmental restrictions may be imposed which would necessitate Iteration of the

terms of the contract resulting from this ITN it shall be the responsibility of the succe sful Proposer to

immediately notify the University in writing indicating the specific regulation which r quires the

alteration The University reserves the right to accept any such alteration including a y fee adjustments

occasioned thereby or to cancel the contract at no expense to the University

W Negotiation

In the event services are required to be performed or equipment required to be purc ased that are not

set out in the ITN but are within the general scope of the reqUirements the Universi and the

contractor hereby reserve the right to negotiate the terms covering the required serv ces or equipment

not to exceed $25000 per itemoccurrence

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-23

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FlORIDA TATE UNIVERSITY

X Additions Deletions and substitutions

The University reserves the right to add to or to delete any item from this ITN on a per odic basis as

necessary when deemed in the best interest of the University The contractor is respo sible for

submitting requests for such changes on a timely basis with sufficient documentation 0 allow

evaluation of the request When items are approved and added to the contract the c ntractor shall

maintain those items on the contact for a minimum of 120 days and sufficient quantit to accommodate

reasonable request or make provisions to offer substitute items as outlined in this sec ion

The University will consider substitutions for discontinued items provided that substit te items have

equivalent or greater featurescapabilities and shall be offered at the same or lower p ice as the item

replaced The University reserves the right to accept or reject substitutions

The University will consider the addition of newly released items provided that those i ems are offered

at the same percentage discount as similar items on the contract

The University will consider changes to contract items provided revisions are in accor nce with the

conditions and Specifications contained in this ITN The University reserves the right t accept or reject

changes proposed by the contractor

Y Equal Opportunity

The Contract must al all times during the term of the contract be in compliance with a I federal state

and local laws rules and regulations relating to the nondiscrimination clause containe in Section 202

Executive Order 11246 as amended by Executive Order 11375 relative to equal Empl yment

Opportunity for all person without regard to race color religion sex or national origi and the

implementing rules and regulations proscribed by the Secretary of Labor are incorpor ted into the terms

and conditions of this ITN

Z Governmental Action

It is mutually agreed that if at any time during the term of the contractual agreement he Contractor is

required to make extensive program changes as a direct result of any determination r action by any

applicable Federal State or Local Government authority the University will be willin to negotiate any

cost increase necessitated by such changes subject to availability of funds Any nego iated price

increase may not be implemented until a contract amendment signed by both parties is processed

through the Florida State University Facilities Purchasing Department

AA Travel

Travel expenses included in any contractpurchase order resulting from this ITN must e in accordance

with Section 112061 Florida Statutes

DCSI 010811 ElECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-24

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

BB Parties to the Contract

Parties to the contract will be the University and the contractor Payment will only be ade to the

contractor and in the name as it appears on the Proposal submitted and the resulting ontract

Cc Contractors Insurance

The Contractor shall not commence performance in connection with the contract unti he has obtained

all the following types of insurance and such insurance has been approved by the purc aser nor shall

the Contractor allow any subcontractor to commence work on his subcontract until all similar insurance

required for the subcontractor has been so obtained and approved All insurance poli ies shall be with

insurers qualified and doing business in Florida and with an AM Best rating of no les than AX The

purchaser shall be furnished proof of coverage of insurance by certificates of insuranc accompanying

the contract documents and shall name the Florida State University and Florida Board f Trustees as an

additional name insured The insurer shall provide 30 days written notice to the certi cate holder if a

policy is to be canceled before the expiration date thereof

The purchaser shall be exempt from and in no way liable for any sums of money that may represent a

deductible in any insurance policy The payment of such deductible shall be the sole r sponsibilityof

the Contract andor Subcontractor providing such insurance

1 Workers Compensation Insurance

The Contractor shall secure and maintain during the life of this agreement Workers mpensation

Insurance for all his employees connected with the work of this project and in case a y work is sublet

the Contractor shall require the subcontractor similarly to provide Workers Compens tion Insurance for

all the latters employee unless such insurance shall comply fully with the Florida Wor ers

Compensation Law In case any class of employees engaged in hazardous work under this contract at

the site of the project is not protected under Workers Compensation statute the Co tractor shall

provide and cause each subcontractor to provide adequate insurance satisfactory to he purchaser for

protection of his employees not otherwise protected

2 Contractors Public Liability and Property Damage Insurance

The Contractor shall secure and maintain during the life of this agreement COMPREH NSIVE GENERAL

L1ABNILITY AND COMPREHENSIVE AUTOMOBILE LIABILITY INSURANCE as shall protec him from claims

for damages personal injury including accidental death as well as claims for propert damages which

may arise from operations under this agreement whether such operations be by him If or by anyone

directly or indirectly employed by him and the amounts of such insurance shall be th minimum limit as

follows

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-25

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

1 Body Injury Liability $1000000 each acci nt

2 Auto Property Damage Liability $ 500000 each accid nt

3 Property Damage Liability- $1000000 each acci ent

(other than automobile) $1000000 aggregate operation

$1000000 aggregate protective

$1000000 aggregate contractual

Insuring clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended to provide coverage

on an OCCURRENCE basis

3 xcu (Explosion collapse underground damage) -the contractors liability P icy shall provide

xcu coverage for those classifications in which they are excluded

4 Contractual Liability - work contracts - The contractors liability policy shall co er such contracts

when they are affected

5 Subcontractors Public Liability and Property Damage Insurance

The Contractor shall require each of his subcontractors to secure and maintain during he life of this

contract insurance of the type specified above and insures the activities of his subco ractors in his

policy as specified above

Qualifications

All insurance poliCies shall be with insurers qualified and doing business in Florida

Proof of Insurance

Proof of insurance for all of the specified types and limits in the form of original Certif cates of Insurance

shall be delivered to the Facilities Purchasing Department within ten (10) days of exe tion of the

contract In lieu of original certificates certified copies of the actual policies may be f rnished

Whether certificates or policies are furnished the Florida State University and the Bo rd of Trustees

shall be deSignated as additional named insured Each such copy or certificate shall c ntain a valid

provision or endorsement that the policy may not be canceled terminated changed r modified

without giving thirty (30) days written advance notice thereof to the Universitys repr sentative A

renewal policy or certificate shall be delivered to the University at least thirty (30) da s prior to the

expiration date of each expiring policy If at any time any of the policies shall be or b come

unsatisfactory to the University as to form or substance or if any of the carriers issui g such policies

shall be or become unsatisfactory to the University Contractor shall promptly obtain a new and

satisfactory policy in replacement upon such written notice from the University

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-26

DIFFENBAUGH BUILDING PHASE I ELEVATOR NO 24516 FLORIDA

Original Copy

If determined necessary by the Universitys representative the Contractor shall delive

Universitys representative upon demand the original of any policy shall be returned t

Deductibles

The University shall be exempt from and in no way liable for any sums of money that

deductible in any insurance policy The payment of such deductible shall be the sole r

the Contractor andor subcontractor providing the insurance

DD Liability

The following Special Conditions supersedes General Conditions Number 21 Liability

to Negotiation Commodities Acknowledgment form

Contractors entire liability and the Universitys exclusive remedy shall be as follows

In all situations involving performance or non-performance under this Agreement th

be entitled to actual damages to the limits set forth in this provision

Contractors liability for damages to the University for any cause whatsoever and reg

TATE UNIVERSITY

to the

Contractor

may represent a

sponsibility of

n the Invitation

University shall

rdless of the form

of action whether in contract or in tort including negligence shall be limited to the gr ater of $100000

or the contract price stated herein for damages that are the subject of matter of or a e directly related

to the cause of action The foregOing limitation of liability will apply to

bull the payment of the cost of damage awards pertaining to patent and copyrigh indemnity or to

bull claims for re-procurement costs or the cost of cover pursuant to Rule 6C220 5(20) of the

Florida Administrative Code or to

bull claims for personal injury or damage to real or person property caused by Sel rs tortuous

conduct

Contractor shall hold and save the University harmless for any and all suits and judgm nts against the

State for personal injury or damage to real or personal property caused by Contracto s tortuous

conduct in the performance of this Agreement provided that

bull the University promptly notifies the Contractor in writing of any claim and

bull the Contractor shall be given the opportunity at its option to participate an associate with the

University in the control defense and trial of any claim and any related settle ent negotiations

and provided further that with respect to any claim or portion thereof for hich Contractor

agrees at the initiation of such claim that Contractor shall save an hold the U iversity harmless

Contractor shall have the sole control of the defense trial and any related se lement

negotiations and

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-27

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

bull the University fully cooperates with the Contractor in the defense of any claim

In no event however will Contractor be liable for

bull any damages caused by the Universitys failure to perform the Universitys res onsibilities or

for

bull any lost profits or other consequential damages even if Seller has been

advised of the possibility of such damages or for

bull any claim against the University by any other party e ept as provided

in the hold harmless provision of the preceding parag aph of this

provision and except as provided in Paragraph 18 of t e General

Conditions Patents and Royalties on the Invitation 0 Negotiation

Commodities Acknowledgment form or for

bull any damage caused by performance or non-performa ce of machine or

programming located outside the United State or Pue 0 Rico

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-28

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

SPECIAL TERMS AND CONDITIONS Payment shall be made in accordance with s 215422 FS which provides that agencies have 5 working days to inspect ampapprove goods ampservices unless bid specifications r the PO specifies otherwise If payment is not available within 40 days measured from t e latter of the date the invoice is received or the goods or services are received inspected an approved a separate interest penalty set by the Comptroller pursuant to s 5503 FS will b due and payable in addition to the invoice amount To obtain the applicable interest rate please contact the University Facilities Payables and Disbursements Section at (850) 644-047 Invoices returned to a vendor due to preparation errors will result in a payment elay Interest penalties of less than $1 will not be paid unless the vendor requests payment The payment period does not begin until all terms of the contract (including shi ping and billing instructions exactly as they are specified on the purchase order) hav been met and a properly completed invoice is provided the University The university reserve all administrative contractual and legal remedies against the contractor or vendor ho breaches any of the contract terms The employment of unauthorized aliens by any contractor is considered a viola ion of Section 274A(e) of the Immigration and Nationality Act If the contractor knowingly emp oys unauthorized aliens such violation shall be cause for cancellation of this purch se order Acceptance of this order serves as certification that the vendor or its principals (a) are not presently debarred suspended proposed for debarment declared ineligible 0 voluntarily excluded from covered transactions by any federal department or agency (b) ve not within a three-year period preceding this proposal been convicted of or had a civil judg ent rendered against them for commission of fraud or a criminal offense in connection with 0 taining attempting to obtain or performing a public (federal state or local) transaction r contract under a public transaction violation of federal or state antitrust statutes or commissio of embezzlement theft forgery bribery falsification or destruction of records rna ing false statements or receiving stolen property (c) are not presently indicted for or oth rwise criminally or civilly charged by a government entity (federal state or local) with commissi n of any of the offenses enumerated in paragraph (b) of this certification and (d) have not wit in a three-year period preceding this applicationproposal had one or more public transactions federal state or local) terminated for cause or default 52249-5 (a)-(f) Hazardous Material Identification and Material Safety Data When subcontract involves hazardous material Utilization of Small Business Concerns and Small Disadvantaged Business Concerns Walsh-Healey Public Contracts Act 52219-8 52222-20 Employment if the subcontract amount 52203-7001

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-29

Page 23: Invitation to Bid (ITB) til the dates - FSU Facilities · Invitation to Bid (ITB) ... Elevator renovation work includes, but is not limited to, ... hands-free telephone instrumen

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

so that each is given the opportunity of submitting proposals to the same Specificatio

Specifications shall be considered the Universitys minimum mandate requirements

E Verbal Communications

TATE UNIVERSITY

Said

Proposers may not consider any verbal instructions as an official expression on the Un versitys behalf

Only written communications Signed by a duly authorized representative of the Facili ies Purchasing

Office shall be considered valid

F Proposal Tabulation

A Proposal Tabulation that serves as the Notice of Award to the Proposer of receivi the contract

award will be posted for review by interest parties at the University Facilities Purchasi g Department on

the day noted in the Calendar of Events area of this ITN and will remain posted for a period of

seventy-two (72) hours Any person who is adversely effected by this University decis on or intended

decisions as detailed above in connection with this ITN shall file a written Notice of rotest with the

Director of Facilities Purchasing Failure to file a Notice of Protest within the 72 hour after the

protested University intended decisions is posted shall constitute a waiver of proceed gs under s120

Florida Statutes A Notice of Protest is considered filed when it is delivered to Facili ies Purchasing

Department 969 Learning Way 114 MMA Tallahassee Florida 32306 during normal ours of operation

of the file a Formal Written Protest and the bond required under Rule 6C-18055(3) lorida

Administrative Code (FAC) with ten (10) days after filing the Notice of Protest in the ccordance with

Rule 6C2-2015(13) FAC shall constitute a waiver of the Proposers right to protest un er s12057(3)(b)

Florida Statutes

G Mandatory Requirements

Any proposal that fails to meet mandatory Specifications stated in the ITN may be rej cted Any

proposal that does not comply with the functional cost or contractual requirements i the ITN may be

rejected In addition to the requirements of paragraph (8) Awards of the General Co ditions on the

Invitation of Negation Commodities Acknowledgment form the University shall not b liable to pay for

information obtained from or through any Proposer prior to issuing the purchase ord r to the successful

Proposer

H Minor Irregularities

The University reserves the right to waive minor irregularities in proposals providing uch action is in

the best interest ofthe University Minor irregularities are defined as those that hav no adverse affect

of the Universitys interest will not affect the amount of the Proposal and will not giv a Proposer an

advantage or benefit not enjoyed by another Proposer

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-20

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

I Format

Each proposal shall be prepared simply and economically providing a straight forward concise

delineation of the Proposers capabilities to satisfy the Specifications of the ITN Fancy binding colored

display and promotional materials are not desired However technical literature and ictures of

proposed equipment should be included in the proposal Emphasis in each proposal ust be on

completeness and clarity of contents To expedite the evaluation of Proposals it is es ential that

Proposers follow the format and instructions contained herein Failure to follow the r quested format

may result in rejections

J Extension Errors

In the event of extension error(s) the unit price will prevail and the Proposers Total er will be

corrected accordingly In the event of addition errors the extended totals will prevail nd the

Proposers Total Offer will be corrected accordingly Proposers must check their Prop sal for any such

errors and state the discount(s) where applicable

K University Point of Contact

The Proposers pOint of contact for all matters relating to this ITN is

Betty-Jean (BJ) Lewis

Florida State University Facilities Purchasing Department

969 Learning Way 102A MMA

Tallahassee Florida 32306

Fax (850) 644-5071

E-mail blewisadminfsuedu

Written questions on this ITN must be submitted to Betty-Jean (BJ) Lewis Questions ust be received

by the date listed for that event in the Calendar of Events After that date no inqui ies regarding the

Proposal oral or written will be accepted

L Contractor Point of Contact

Each Proposer shall identify in its submittal the single point of contact for all matters elation to the

response

M Proposal Materials

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-21

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

The materials submitted in response to this ITN become the property of the Universit upon delivery to

the Facilities Purchasing Department All of the materials will considered as part of th ITN and will be

subject to review as public records 10 days after the ITN is opened or an award is mad whichever

occurs first

N Proposal Rejection

The University shall have the right to reject any or all Proposals and in particular reje a Proposal not

accompanied by data required by the ITN or Proposal in any way incomplete or irreg ar including

omissions of pricing Conditional Proposals will not be accepted

O Conflict Between Document

If any terms and conditions contained within the documents related to this ITN are in onflict with any

other terms and conditions contained therein then the various documents comprisin this ITN as

applicable shall govern in the following order of the precedence AmendmentChange Order Addenda

ITN Terms and Conditions ITN Specifications ITN Responsibilities general conditions f the ITN

Proposal

P Additions Deletions Substitutions

Should the University find it necessary to supplement modify correct or interpret an portion of the

ITN during the Proposal period such action shall be taken by issuance of a written Ad endum to the

documents distributed to all known prospective Proposers Addenda will be issued no less than seven

(7) calendar days prior to the date scheduled for receipt of Proposals

Q Interpretation

Neither interpretation of the meaning of the ITN documents nor any corrections of a biguity

inconsistency or error will be made to any Proposer orally All such communications ill be in the form

of written addenda as issued by the Selection Community Only written addenda issu d by the Selection

Community shall be binding Proposers are advised that no other source is authorize to accept or give

information concerning explain or interpret the ITN

R Addenda Acknowledgment Form

Any addenda issued by the University to participating Proposers shall include an Add nda

Acknowledgment Form This form shall be signed by a company representative dat d and returned to

the University by the date specified in the Calendar of Events for Proposals to be 0 ned

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-22

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

S Amendments

Any amendments alterations or modifications to the contract resulting from this ITN ust be in the

form of a change order to the original contract and have the written approval of the F cilities Purchasing

Department and must be signed or initialed and approved by the same signatories not d on the ITN

T Assignment

Under no circumstances shall the successful Proposer assign to a third party any right r obligation of

successful Proposer pursuant to this Proposal without prior written consent of the Uni ersity If the

successful Proposer is or during the term of the contract resulting from this ITN beco e an individual

on the payroll of the State of Florida successful Proposer represents that he or she ha complied with all

applicable provisions in the Florida Statutes and Florida Administrative Code regardin outside or dual

employment and compensation

U Jurisdictional Applicability

Applicable provisions of all federal State of Florida county and municipal statutes la s ordinances

rules and regulations shall govern Proposal submitted hereto and any resulting contra t Lack of

knowledge by any Proposer shall not constitute a cognizable defense against the legal effect thereof

Disputes arising from or in connection with the contract shall be determined before Florida court of

competent jurisdiction or through an applicable administrative proceeding whichever s appropriate to

the circumstances under Florida law In the event that either party is required to obta n any permit

license or authorization as a prerequisite to performing its obligation under the contr ct the cost shall

be borne by the party required to obtain the permit license or authorization

V Governmental Restrictions

In the event any governmental restrictions may be imposed which would necessitate Iteration of the

terms of the contract resulting from this ITN it shall be the responsibility of the succe sful Proposer to

immediately notify the University in writing indicating the specific regulation which r quires the

alteration The University reserves the right to accept any such alteration including a y fee adjustments

occasioned thereby or to cancel the contract at no expense to the University

W Negotiation

In the event services are required to be performed or equipment required to be purc ased that are not

set out in the ITN but are within the general scope of the reqUirements the Universi and the

contractor hereby reserve the right to negotiate the terms covering the required serv ces or equipment

not to exceed $25000 per itemoccurrence

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-23

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FlORIDA TATE UNIVERSITY

X Additions Deletions and substitutions

The University reserves the right to add to or to delete any item from this ITN on a per odic basis as

necessary when deemed in the best interest of the University The contractor is respo sible for

submitting requests for such changes on a timely basis with sufficient documentation 0 allow

evaluation of the request When items are approved and added to the contract the c ntractor shall

maintain those items on the contact for a minimum of 120 days and sufficient quantit to accommodate

reasonable request or make provisions to offer substitute items as outlined in this sec ion

The University will consider substitutions for discontinued items provided that substit te items have

equivalent or greater featurescapabilities and shall be offered at the same or lower p ice as the item

replaced The University reserves the right to accept or reject substitutions

The University will consider the addition of newly released items provided that those i ems are offered

at the same percentage discount as similar items on the contract

The University will consider changes to contract items provided revisions are in accor nce with the

conditions and Specifications contained in this ITN The University reserves the right t accept or reject

changes proposed by the contractor

Y Equal Opportunity

The Contract must al all times during the term of the contract be in compliance with a I federal state

and local laws rules and regulations relating to the nondiscrimination clause containe in Section 202

Executive Order 11246 as amended by Executive Order 11375 relative to equal Empl yment

Opportunity for all person without regard to race color religion sex or national origi and the

implementing rules and regulations proscribed by the Secretary of Labor are incorpor ted into the terms

and conditions of this ITN

Z Governmental Action

It is mutually agreed that if at any time during the term of the contractual agreement he Contractor is

required to make extensive program changes as a direct result of any determination r action by any

applicable Federal State or Local Government authority the University will be willin to negotiate any

cost increase necessitated by such changes subject to availability of funds Any nego iated price

increase may not be implemented until a contract amendment signed by both parties is processed

through the Florida State University Facilities Purchasing Department

AA Travel

Travel expenses included in any contractpurchase order resulting from this ITN must e in accordance

with Section 112061 Florida Statutes

DCSI 010811 ElECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-24

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

BB Parties to the Contract

Parties to the contract will be the University and the contractor Payment will only be ade to the

contractor and in the name as it appears on the Proposal submitted and the resulting ontract

Cc Contractors Insurance

The Contractor shall not commence performance in connection with the contract unti he has obtained

all the following types of insurance and such insurance has been approved by the purc aser nor shall

the Contractor allow any subcontractor to commence work on his subcontract until all similar insurance

required for the subcontractor has been so obtained and approved All insurance poli ies shall be with

insurers qualified and doing business in Florida and with an AM Best rating of no les than AX The

purchaser shall be furnished proof of coverage of insurance by certificates of insuranc accompanying

the contract documents and shall name the Florida State University and Florida Board f Trustees as an

additional name insured The insurer shall provide 30 days written notice to the certi cate holder if a

policy is to be canceled before the expiration date thereof

The purchaser shall be exempt from and in no way liable for any sums of money that may represent a

deductible in any insurance policy The payment of such deductible shall be the sole r sponsibilityof

the Contract andor Subcontractor providing such insurance

1 Workers Compensation Insurance

The Contractor shall secure and maintain during the life of this agreement Workers mpensation

Insurance for all his employees connected with the work of this project and in case a y work is sublet

the Contractor shall require the subcontractor similarly to provide Workers Compens tion Insurance for

all the latters employee unless such insurance shall comply fully with the Florida Wor ers

Compensation Law In case any class of employees engaged in hazardous work under this contract at

the site of the project is not protected under Workers Compensation statute the Co tractor shall

provide and cause each subcontractor to provide adequate insurance satisfactory to he purchaser for

protection of his employees not otherwise protected

2 Contractors Public Liability and Property Damage Insurance

The Contractor shall secure and maintain during the life of this agreement COMPREH NSIVE GENERAL

L1ABNILITY AND COMPREHENSIVE AUTOMOBILE LIABILITY INSURANCE as shall protec him from claims

for damages personal injury including accidental death as well as claims for propert damages which

may arise from operations under this agreement whether such operations be by him If or by anyone

directly or indirectly employed by him and the amounts of such insurance shall be th minimum limit as

follows

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-25

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

1 Body Injury Liability $1000000 each acci nt

2 Auto Property Damage Liability $ 500000 each accid nt

3 Property Damage Liability- $1000000 each acci ent

(other than automobile) $1000000 aggregate operation

$1000000 aggregate protective

$1000000 aggregate contractual

Insuring clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended to provide coverage

on an OCCURRENCE basis

3 xcu (Explosion collapse underground damage) -the contractors liability P icy shall provide

xcu coverage for those classifications in which they are excluded

4 Contractual Liability - work contracts - The contractors liability policy shall co er such contracts

when they are affected

5 Subcontractors Public Liability and Property Damage Insurance

The Contractor shall require each of his subcontractors to secure and maintain during he life of this

contract insurance of the type specified above and insures the activities of his subco ractors in his

policy as specified above

Qualifications

All insurance poliCies shall be with insurers qualified and doing business in Florida

Proof of Insurance

Proof of insurance for all of the specified types and limits in the form of original Certif cates of Insurance

shall be delivered to the Facilities Purchasing Department within ten (10) days of exe tion of the

contract In lieu of original certificates certified copies of the actual policies may be f rnished

Whether certificates or policies are furnished the Florida State University and the Bo rd of Trustees

shall be deSignated as additional named insured Each such copy or certificate shall c ntain a valid

provision or endorsement that the policy may not be canceled terminated changed r modified

without giving thirty (30) days written advance notice thereof to the Universitys repr sentative A

renewal policy or certificate shall be delivered to the University at least thirty (30) da s prior to the

expiration date of each expiring policy If at any time any of the policies shall be or b come

unsatisfactory to the University as to form or substance or if any of the carriers issui g such policies

shall be or become unsatisfactory to the University Contractor shall promptly obtain a new and

satisfactory policy in replacement upon such written notice from the University

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-26

DIFFENBAUGH BUILDING PHASE I ELEVATOR NO 24516 FLORIDA

Original Copy

If determined necessary by the Universitys representative the Contractor shall delive

Universitys representative upon demand the original of any policy shall be returned t

Deductibles

The University shall be exempt from and in no way liable for any sums of money that

deductible in any insurance policy The payment of such deductible shall be the sole r

the Contractor andor subcontractor providing the insurance

DD Liability

The following Special Conditions supersedes General Conditions Number 21 Liability

to Negotiation Commodities Acknowledgment form

Contractors entire liability and the Universitys exclusive remedy shall be as follows

In all situations involving performance or non-performance under this Agreement th

be entitled to actual damages to the limits set forth in this provision

Contractors liability for damages to the University for any cause whatsoever and reg

TATE UNIVERSITY

to the

Contractor

may represent a

sponsibility of

n the Invitation

University shall

rdless of the form

of action whether in contract or in tort including negligence shall be limited to the gr ater of $100000

or the contract price stated herein for damages that are the subject of matter of or a e directly related

to the cause of action The foregOing limitation of liability will apply to

bull the payment of the cost of damage awards pertaining to patent and copyrigh indemnity or to

bull claims for re-procurement costs or the cost of cover pursuant to Rule 6C220 5(20) of the

Florida Administrative Code or to

bull claims for personal injury or damage to real or person property caused by Sel rs tortuous

conduct

Contractor shall hold and save the University harmless for any and all suits and judgm nts against the

State for personal injury or damage to real or personal property caused by Contracto s tortuous

conduct in the performance of this Agreement provided that

bull the University promptly notifies the Contractor in writing of any claim and

bull the Contractor shall be given the opportunity at its option to participate an associate with the

University in the control defense and trial of any claim and any related settle ent negotiations

and provided further that with respect to any claim or portion thereof for hich Contractor

agrees at the initiation of such claim that Contractor shall save an hold the U iversity harmless

Contractor shall have the sole control of the defense trial and any related se lement

negotiations and

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-27

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

bull the University fully cooperates with the Contractor in the defense of any claim

In no event however will Contractor be liable for

bull any damages caused by the Universitys failure to perform the Universitys res onsibilities or

for

bull any lost profits or other consequential damages even if Seller has been

advised of the possibility of such damages or for

bull any claim against the University by any other party e ept as provided

in the hold harmless provision of the preceding parag aph of this

provision and except as provided in Paragraph 18 of t e General

Conditions Patents and Royalties on the Invitation 0 Negotiation

Commodities Acknowledgment form or for

bull any damage caused by performance or non-performa ce of machine or

programming located outside the United State or Pue 0 Rico

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-28

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

SPECIAL TERMS AND CONDITIONS Payment shall be made in accordance with s 215422 FS which provides that agencies have 5 working days to inspect ampapprove goods ampservices unless bid specifications r the PO specifies otherwise If payment is not available within 40 days measured from t e latter of the date the invoice is received or the goods or services are received inspected an approved a separate interest penalty set by the Comptroller pursuant to s 5503 FS will b due and payable in addition to the invoice amount To obtain the applicable interest rate please contact the University Facilities Payables and Disbursements Section at (850) 644-047 Invoices returned to a vendor due to preparation errors will result in a payment elay Interest penalties of less than $1 will not be paid unless the vendor requests payment The payment period does not begin until all terms of the contract (including shi ping and billing instructions exactly as they are specified on the purchase order) hav been met and a properly completed invoice is provided the University The university reserve all administrative contractual and legal remedies against the contractor or vendor ho breaches any of the contract terms The employment of unauthorized aliens by any contractor is considered a viola ion of Section 274A(e) of the Immigration and Nationality Act If the contractor knowingly emp oys unauthorized aliens such violation shall be cause for cancellation of this purch se order Acceptance of this order serves as certification that the vendor or its principals (a) are not presently debarred suspended proposed for debarment declared ineligible 0 voluntarily excluded from covered transactions by any federal department or agency (b) ve not within a three-year period preceding this proposal been convicted of or had a civil judg ent rendered against them for commission of fraud or a criminal offense in connection with 0 taining attempting to obtain or performing a public (federal state or local) transaction r contract under a public transaction violation of federal or state antitrust statutes or commissio of embezzlement theft forgery bribery falsification or destruction of records rna ing false statements or receiving stolen property (c) are not presently indicted for or oth rwise criminally or civilly charged by a government entity (federal state or local) with commissi n of any of the offenses enumerated in paragraph (b) of this certification and (d) have not wit in a three-year period preceding this applicationproposal had one or more public transactions federal state or local) terminated for cause or default 52249-5 (a)-(f) Hazardous Material Identification and Material Safety Data When subcontract involves hazardous material Utilization of Small Business Concerns and Small Disadvantaged Business Concerns Walsh-Healey Public Contracts Act 52219-8 52222-20 Employment if the subcontract amount 52203-7001

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-29

Page 24: Invitation to Bid (ITB) til the dates - FSU Facilities · Invitation to Bid (ITB) ... Elevator renovation work includes, but is not limited to, ... hands-free telephone instrumen

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

I Format

Each proposal shall be prepared simply and economically providing a straight forward concise

delineation of the Proposers capabilities to satisfy the Specifications of the ITN Fancy binding colored

display and promotional materials are not desired However technical literature and ictures of

proposed equipment should be included in the proposal Emphasis in each proposal ust be on

completeness and clarity of contents To expedite the evaluation of Proposals it is es ential that

Proposers follow the format and instructions contained herein Failure to follow the r quested format

may result in rejections

J Extension Errors

In the event of extension error(s) the unit price will prevail and the Proposers Total er will be

corrected accordingly In the event of addition errors the extended totals will prevail nd the

Proposers Total Offer will be corrected accordingly Proposers must check their Prop sal for any such

errors and state the discount(s) where applicable

K University Point of Contact

The Proposers pOint of contact for all matters relating to this ITN is

Betty-Jean (BJ) Lewis

Florida State University Facilities Purchasing Department

969 Learning Way 102A MMA

Tallahassee Florida 32306

Fax (850) 644-5071

E-mail blewisadminfsuedu

Written questions on this ITN must be submitted to Betty-Jean (BJ) Lewis Questions ust be received

by the date listed for that event in the Calendar of Events After that date no inqui ies regarding the

Proposal oral or written will be accepted

L Contractor Point of Contact

Each Proposer shall identify in its submittal the single point of contact for all matters elation to the

response

M Proposal Materials

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-21

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

The materials submitted in response to this ITN become the property of the Universit upon delivery to

the Facilities Purchasing Department All of the materials will considered as part of th ITN and will be

subject to review as public records 10 days after the ITN is opened or an award is mad whichever

occurs first

N Proposal Rejection

The University shall have the right to reject any or all Proposals and in particular reje a Proposal not

accompanied by data required by the ITN or Proposal in any way incomplete or irreg ar including

omissions of pricing Conditional Proposals will not be accepted

O Conflict Between Document

If any terms and conditions contained within the documents related to this ITN are in onflict with any

other terms and conditions contained therein then the various documents comprisin this ITN as

applicable shall govern in the following order of the precedence AmendmentChange Order Addenda

ITN Terms and Conditions ITN Specifications ITN Responsibilities general conditions f the ITN

Proposal

P Additions Deletions Substitutions

Should the University find it necessary to supplement modify correct or interpret an portion of the

ITN during the Proposal period such action shall be taken by issuance of a written Ad endum to the

documents distributed to all known prospective Proposers Addenda will be issued no less than seven

(7) calendar days prior to the date scheduled for receipt of Proposals

Q Interpretation

Neither interpretation of the meaning of the ITN documents nor any corrections of a biguity

inconsistency or error will be made to any Proposer orally All such communications ill be in the form

of written addenda as issued by the Selection Community Only written addenda issu d by the Selection

Community shall be binding Proposers are advised that no other source is authorize to accept or give

information concerning explain or interpret the ITN

R Addenda Acknowledgment Form

Any addenda issued by the University to participating Proposers shall include an Add nda

Acknowledgment Form This form shall be signed by a company representative dat d and returned to

the University by the date specified in the Calendar of Events for Proposals to be 0 ned

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-22

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

S Amendments

Any amendments alterations or modifications to the contract resulting from this ITN ust be in the

form of a change order to the original contract and have the written approval of the F cilities Purchasing

Department and must be signed or initialed and approved by the same signatories not d on the ITN

T Assignment

Under no circumstances shall the successful Proposer assign to a third party any right r obligation of

successful Proposer pursuant to this Proposal without prior written consent of the Uni ersity If the

successful Proposer is or during the term of the contract resulting from this ITN beco e an individual

on the payroll of the State of Florida successful Proposer represents that he or she ha complied with all

applicable provisions in the Florida Statutes and Florida Administrative Code regardin outside or dual

employment and compensation

U Jurisdictional Applicability

Applicable provisions of all federal State of Florida county and municipal statutes la s ordinances

rules and regulations shall govern Proposal submitted hereto and any resulting contra t Lack of

knowledge by any Proposer shall not constitute a cognizable defense against the legal effect thereof

Disputes arising from or in connection with the contract shall be determined before Florida court of

competent jurisdiction or through an applicable administrative proceeding whichever s appropriate to

the circumstances under Florida law In the event that either party is required to obta n any permit

license or authorization as a prerequisite to performing its obligation under the contr ct the cost shall

be borne by the party required to obtain the permit license or authorization

V Governmental Restrictions

In the event any governmental restrictions may be imposed which would necessitate Iteration of the

terms of the contract resulting from this ITN it shall be the responsibility of the succe sful Proposer to

immediately notify the University in writing indicating the specific regulation which r quires the

alteration The University reserves the right to accept any such alteration including a y fee adjustments

occasioned thereby or to cancel the contract at no expense to the University

W Negotiation

In the event services are required to be performed or equipment required to be purc ased that are not

set out in the ITN but are within the general scope of the reqUirements the Universi and the

contractor hereby reserve the right to negotiate the terms covering the required serv ces or equipment

not to exceed $25000 per itemoccurrence

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-23

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FlORIDA TATE UNIVERSITY

X Additions Deletions and substitutions

The University reserves the right to add to or to delete any item from this ITN on a per odic basis as

necessary when deemed in the best interest of the University The contractor is respo sible for

submitting requests for such changes on a timely basis with sufficient documentation 0 allow

evaluation of the request When items are approved and added to the contract the c ntractor shall

maintain those items on the contact for a minimum of 120 days and sufficient quantit to accommodate

reasonable request or make provisions to offer substitute items as outlined in this sec ion

The University will consider substitutions for discontinued items provided that substit te items have

equivalent or greater featurescapabilities and shall be offered at the same or lower p ice as the item

replaced The University reserves the right to accept or reject substitutions

The University will consider the addition of newly released items provided that those i ems are offered

at the same percentage discount as similar items on the contract

The University will consider changes to contract items provided revisions are in accor nce with the

conditions and Specifications contained in this ITN The University reserves the right t accept or reject

changes proposed by the contractor

Y Equal Opportunity

The Contract must al all times during the term of the contract be in compliance with a I federal state

and local laws rules and regulations relating to the nondiscrimination clause containe in Section 202

Executive Order 11246 as amended by Executive Order 11375 relative to equal Empl yment

Opportunity for all person without regard to race color religion sex or national origi and the

implementing rules and regulations proscribed by the Secretary of Labor are incorpor ted into the terms

and conditions of this ITN

Z Governmental Action

It is mutually agreed that if at any time during the term of the contractual agreement he Contractor is

required to make extensive program changes as a direct result of any determination r action by any

applicable Federal State or Local Government authority the University will be willin to negotiate any

cost increase necessitated by such changes subject to availability of funds Any nego iated price

increase may not be implemented until a contract amendment signed by both parties is processed

through the Florida State University Facilities Purchasing Department

AA Travel

Travel expenses included in any contractpurchase order resulting from this ITN must e in accordance

with Section 112061 Florida Statutes

DCSI 010811 ElECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-24

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

BB Parties to the Contract

Parties to the contract will be the University and the contractor Payment will only be ade to the

contractor and in the name as it appears on the Proposal submitted and the resulting ontract

Cc Contractors Insurance

The Contractor shall not commence performance in connection with the contract unti he has obtained

all the following types of insurance and such insurance has been approved by the purc aser nor shall

the Contractor allow any subcontractor to commence work on his subcontract until all similar insurance

required for the subcontractor has been so obtained and approved All insurance poli ies shall be with

insurers qualified and doing business in Florida and with an AM Best rating of no les than AX The

purchaser shall be furnished proof of coverage of insurance by certificates of insuranc accompanying

the contract documents and shall name the Florida State University and Florida Board f Trustees as an

additional name insured The insurer shall provide 30 days written notice to the certi cate holder if a

policy is to be canceled before the expiration date thereof

The purchaser shall be exempt from and in no way liable for any sums of money that may represent a

deductible in any insurance policy The payment of such deductible shall be the sole r sponsibilityof

the Contract andor Subcontractor providing such insurance

1 Workers Compensation Insurance

The Contractor shall secure and maintain during the life of this agreement Workers mpensation

Insurance for all his employees connected with the work of this project and in case a y work is sublet

the Contractor shall require the subcontractor similarly to provide Workers Compens tion Insurance for

all the latters employee unless such insurance shall comply fully with the Florida Wor ers

Compensation Law In case any class of employees engaged in hazardous work under this contract at

the site of the project is not protected under Workers Compensation statute the Co tractor shall

provide and cause each subcontractor to provide adequate insurance satisfactory to he purchaser for

protection of his employees not otherwise protected

2 Contractors Public Liability and Property Damage Insurance

The Contractor shall secure and maintain during the life of this agreement COMPREH NSIVE GENERAL

L1ABNILITY AND COMPREHENSIVE AUTOMOBILE LIABILITY INSURANCE as shall protec him from claims

for damages personal injury including accidental death as well as claims for propert damages which

may arise from operations under this agreement whether such operations be by him If or by anyone

directly or indirectly employed by him and the amounts of such insurance shall be th minimum limit as

follows

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-25

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

1 Body Injury Liability $1000000 each acci nt

2 Auto Property Damage Liability $ 500000 each accid nt

3 Property Damage Liability- $1000000 each acci ent

(other than automobile) $1000000 aggregate operation

$1000000 aggregate protective

$1000000 aggregate contractual

Insuring clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended to provide coverage

on an OCCURRENCE basis

3 xcu (Explosion collapse underground damage) -the contractors liability P icy shall provide

xcu coverage for those classifications in which they are excluded

4 Contractual Liability - work contracts - The contractors liability policy shall co er such contracts

when they are affected

5 Subcontractors Public Liability and Property Damage Insurance

The Contractor shall require each of his subcontractors to secure and maintain during he life of this

contract insurance of the type specified above and insures the activities of his subco ractors in his

policy as specified above

Qualifications

All insurance poliCies shall be with insurers qualified and doing business in Florida

Proof of Insurance

Proof of insurance for all of the specified types and limits in the form of original Certif cates of Insurance

shall be delivered to the Facilities Purchasing Department within ten (10) days of exe tion of the

contract In lieu of original certificates certified copies of the actual policies may be f rnished

Whether certificates or policies are furnished the Florida State University and the Bo rd of Trustees

shall be deSignated as additional named insured Each such copy or certificate shall c ntain a valid

provision or endorsement that the policy may not be canceled terminated changed r modified

without giving thirty (30) days written advance notice thereof to the Universitys repr sentative A

renewal policy or certificate shall be delivered to the University at least thirty (30) da s prior to the

expiration date of each expiring policy If at any time any of the policies shall be or b come

unsatisfactory to the University as to form or substance or if any of the carriers issui g such policies

shall be or become unsatisfactory to the University Contractor shall promptly obtain a new and

satisfactory policy in replacement upon such written notice from the University

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-26

DIFFENBAUGH BUILDING PHASE I ELEVATOR NO 24516 FLORIDA

Original Copy

If determined necessary by the Universitys representative the Contractor shall delive

Universitys representative upon demand the original of any policy shall be returned t

Deductibles

The University shall be exempt from and in no way liable for any sums of money that

deductible in any insurance policy The payment of such deductible shall be the sole r

the Contractor andor subcontractor providing the insurance

DD Liability

The following Special Conditions supersedes General Conditions Number 21 Liability

to Negotiation Commodities Acknowledgment form

Contractors entire liability and the Universitys exclusive remedy shall be as follows

In all situations involving performance or non-performance under this Agreement th

be entitled to actual damages to the limits set forth in this provision

Contractors liability for damages to the University for any cause whatsoever and reg

TATE UNIVERSITY

to the

Contractor

may represent a

sponsibility of

n the Invitation

University shall

rdless of the form

of action whether in contract or in tort including negligence shall be limited to the gr ater of $100000

or the contract price stated herein for damages that are the subject of matter of or a e directly related

to the cause of action The foregOing limitation of liability will apply to

bull the payment of the cost of damage awards pertaining to patent and copyrigh indemnity or to

bull claims for re-procurement costs or the cost of cover pursuant to Rule 6C220 5(20) of the

Florida Administrative Code or to

bull claims for personal injury or damage to real or person property caused by Sel rs tortuous

conduct

Contractor shall hold and save the University harmless for any and all suits and judgm nts against the

State for personal injury or damage to real or personal property caused by Contracto s tortuous

conduct in the performance of this Agreement provided that

bull the University promptly notifies the Contractor in writing of any claim and

bull the Contractor shall be given the opportunity at its option to participate an associate with the

University in the control defense and trial of any claim and any related settle ent negotiations

and provided further that with respect to any claim or portion thereof for hich Contractor

agrees at the initiation of such claim that Contractor shall save an hold the U iversity harmless

Contractor shall have the sole control of the defense trial and any related se lement

negotiations and

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-27

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

bull the University fully cooperates with the Contractor in the defense of any claim

In no event however will Contractor be liable for

bull any damages caused by the Universitys failure to perform the Universitys res onsibilities or

for

bull any lost profits or other consequential damages even if Seller has been

advised of the possibility of such damages or for

bull any claim against the University by any other party e ept as provided

in the hold harmless provision of the preceding parag aph of this

provision and except as provided in Paragraph 18 of t e General

Conditions Patents and Royalties on the Invitation 0 Negotiation

Commodities Acknowledgment form or for

bull any damage caused by performance or non-performa ce of machine or

programming located outside the United State or Pue 0 Rico

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-28

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

SPECIAL TERMS AND CONDITIONS Payment shall be made in accordance with s 215422 FS which provides that agencies have 5 working days to inspect ampapprove goods ampservices unless bid specifications r the PO specifies otherwise If payment is not available within 40 days measured from t e latter of the date the invoice is received or the goods or services are received inspected an approved a separate interest penalty set by the Comptroller pursuant to s 5503 FS will b due and payable in addition to the invoice amount To obtain the applicable interest rate please contact the University Facilities Payables and Disbursements Section at (850) 644-047 Invoices returned to a vendor due to preparation errors will result in a payment elay Interest penalties of less than $1 will not be paid unless the vendor requests payment The payment period does not begin until all terms of the contract (including shi ping and billing instructions exactly as they are specified on the purchase order) hav been met and a properly completed invoice is provided the University The university reserve all administrative contractual and legal remedies against the contractor or vendor ho breaches any of the contract terms The employment of unauthorized aliens by any contractor is considered a viola ion of Section 274A(e) of the Immigration and Nationality Act If the contractor knowingly emp oys unauthorized aliens such violation shall be cause for cancellation of this purch se order Acceptance of this order serves as certification that the vendor or its principals (a) are not presently debarred suspended proposed for debarment declared ineligible 0 voluntarily excluded from covered transactions by any federal department or agency (b) ve not within a three-year period preceding this proposal been convicted of or had a civil judg ent rendered against them for commission of fraud or a criminal offense in connection with 0 taining attempting to obtain or performing a public (federal state or local) transaction r contract under a public transaction violation of federal or state antitrust statutes or commissio of embezzlement theft forgery bribery falsification or destruction of records rna ing false statements or receiving stolen property (c) are not presently indicted for or oth rwise criminally or civilly charged by a government entity (federal state or local) with commissi n of any of the offenses enumerated in paragraph (b) of this certification and (d) have not wit in a three-year period preceding this applicationproposal had one or more public transactions federal state or local) terminated for cause or default 52249-5 (a)-(f) Hazardous Material Identification and Material Safety Data When subcontract involves hazardous material Utilization of Small Business Concerns and Small Disadvantaged Business Concerns Walsh-Healey Public Contracts Act 52219-8 52222-20 Employment if the subcontract amount 52203-7001

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-29

Page 25: Invitation to Bid (ITB) til the dates - FSU Facilities · Invitation to Bid (ITB) ... Elevator renovation work includes, but is not limited to, ... hands-free telephone instrumen

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

The materials submitted in response to this ITN become the property of the Universit upon delivery to

the Facilities Purchasing Department All of the materials will considered as part of th ITN and will be

subject to review as public records 10 days after the ITN is opened or an award is mad whichever

occurs first

N Proposal Rejection

The University shall have the right to reject any or all Proposals and in particular reje a Proposal not

accompanied by data required by the ITN or Proposal in any way incomplete or irreg ar including

omissions of pricing Conditional Proposals will not be accepted

O Conflict Between Document

If any terms and conditions contained within the documents related to this ITN are in onflict with any

other terms and conditions contained therein then the various documents comprisin this ITN as

applicable shall govern in the following order of the precedence AmendmentChange Order Addenda

ITN Terms and Conditions ITN Specifications ITN Responsibilities general conditions f the ITN

Proposal

P Additions Deletions Substitutions

Should the University find it necessary to supplement modify correct or interpret an portion of the

ITN during the Proposal period such action shall be taken by issuance of a written Ad endum to the

documents distributed to all known prospective Proposers Addenda will be issued no less than seven

(7) calendar days prior to the date scheduled for receipt of Proposals

Q Interpretation

Neither interpretation of the meaning of the ITN documents nor any corrections of a biguity

inconsistency or error will be made to any Proposer orally All such communications ill be in the form

of written addenda as issued by the Selection Community Only written addenda issu d by the Selection

Community shall be binding Proposers are advised that no other source is authorize to accept or give

information concerning explain or interpret the ITN

R Addenda Acknowledgment Form

Any addenda issued by the University to participating Proposers shall include an Add nda

Acknowledgment Form This form shall be signed by a company representative dat d and returned to

the University by the date specified in the Calendar of Events for Proposals to be 0 ned

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-22

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

S Amendments

Any amendments alterations or modifications to the contract resulting from this ITN ust be in the

form of a change order to the original contract and have the written approval of the F cilities Purchasing

Department and must be signed or initialed and approved by the same signatories not d on the ITN

T Assignment

Under no circumstances shall the successful Proposer assign to a third party any right r obligation of

successful Proposer pursuant to this Proposal without prior written consent of the Uni ersity If the

successful Proposer is or during the term of the contract resulting from this ITN beco e an individual

on the payroll of the State of Florida successful Proposer represents that he or she ha complied with all

applicable provisions in the Florida Statutes and Florida Administrative Code regardin outside or dual

employment and compensation

U Jurisdictional Applicability

Applicable provisions of all federal State of Florida county and municipal statutes la s ordinances

rules and regulations shall govern Proposal submitted hereto and any resulting contra t Lack of

knowledge by any Proposer shall not constitute a cognizable defense against the legal effect thereof

Disputes arising from or in connection with the contract shall be determined before Florida court of

competent jurisdiction or through an applicable administrative proceeding whichever s appropriate to

the circumstances under Florida law In the event that either party is required to obta n any permit

license or authorization as a prerequisite to performing its obligation under the contr ct the cost shall

be borne by the party required to obtain the permit license or authorization

V Governmental Restrictions

In the event any governmental restrictions may be imposed which would necessitate Iteration of the

terms of the contract resulting from this ITN it shall be the responsibility of the succe sful Proposer to

immediately notify the University in writing indicating the specific regulation which r quires the

alteration The University reserves the right to accept any such alteration including a y fee adjustments

occasioned thereby or to cancel the contract at no expense to the University

W Negotiation

In the event services are required to be performed or equipment required to be purc ased that are not

set out in the ITN but are within the general scope of the reqUirements the Universi and the

contractor hereby reserve the right to negotiate the terms covering the required serv ces or equipment

not to exceed $25000 per itemoccurrence

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-23

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FlORIDA TATE UNIVERSITY

X Additions Deletions and substitutions

The University reserves the right to add to or to delete any item from this ITN on a per odic basis as

necessary when deemed in the best interest of the University The contractor is respo sible for

submitting requests for such changes on a timely basis with sufficient documentation 0 allow

evaluation of the request When items are approved and added to the contract the c ntractor shall

maintain those items on the contact for a minimum of 120 days and sufficient quantit to accommodate

reasonable request or make provisions to offer substitute items as outlined in this sec ion

The University will consider substitutions for discontinued items provided that substit te items have

equivalent or greater featurescapabilities and shall be offered at the same or lower p ice as the item

replaced The University reserves the right to accept or reject substitutions

The University will consider the addition of newly released items provided that those i ems are offered

at the same percentage discount as similar items on the contract

The University will consider changes to contract items provided revisions are in accor nce with the

conditions and Specifications contained in this ITN The University reserves the right t accept or reject

changes proposed by the contractor

Y Equal Opportunity

The Contract must al all times during the term of the contract be in compliance with a I federal state

and local laws rules and regulations relating to the nondiscrimination clause containe in Section 202

Executive Order 11246 as amended by Executive Order 11375 relative to equal Empl yment

Opportunity for all person without regard to race color religion sex or national origi and the

implementing rules and regulations proscribed by the Secretary of Labor are incorpor ted into the terms

and conditions of this ITN

Z Governmental Action

It is mutually agreed that if at any time during the term of the contractual agreement he Contractor is

required to make extensive program changes as a direct result of any determination r action by any

applicable Federal State or Local Government authority the University will be willin to negotiate any

cost increase necessitated by such changes subject to availability of funds Any nego iated price

increase may not be implemented until a contract amendment signed by both parties is processed

through the Florida State University Facilities Purchasing Department

AA Travel

Travel expenses included in any contractpurchase order resulting from this ITN must e in accordance

with Section 112061 Florida Statutes

DCSI 010811 ElECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-24

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

BB Parties to the Contract

Parties to the contract will be the University and the contractor Payment will only be ade to the

contractor and in the name as it appears on the Proposal submitted and the resulting ontract

Cc Contractors Insurance

The Contractor shall not commence performance in connection with the contract unti he has obtained

all the following types of insurance and such insurance has been approved by the purc aser nor shall

the Contractor allow any subcontractor to commence work on his subcontract until all similar insurance

required for the subcontractor has been so obtained and approved All insurance poli ies shall be with

insurers qualified and doing business in Florida and with an AM Best rating of no les than AX The

purchaser shall be furnished proof of coverage of insurance by certificates of insuranc accompanying

the contract documents and shall name the Florida State University and Florida Board f Trustees as an

additional name insured The insurer shall provide 30 days written notice to the certi cate holder if a

policy is to be canceled before the expiration date thereof

The purchaser shall be exempt from and in no way liable for any sums of money that may represent a

deductible in any insurance policy The payment of such deductible shall be the sole r sponsibilityof

the Contract andor Subcontractor providing such insurance

1 Workers Compensation Insurance

The Contractor shall secure and maintain during the life of this agreement Workers mpensation

Insurance for all his employees connected with the work of this project and in case a y work is sublet

the Contractor shall require the subcontractor similarly to provide Workers Compens tion Insurance for

all the latters employee unless such insurance shall comply fully with the Florida Wor ers

Compensation Law In case any class of employees engaged in hazardous work under this contract at

the site of the project is not protected under Workers Compensation statute the Co tractor shall

provide and cause each subcontractor to provide adequate insurance satisfactory to he purchaser for

protection of his employees not otherwise protected

2 Contractors Public Liability and Property Damage Insurance

The Contractor shall secure and maintain during the life of this agreement COMPREH NSIVE GENERAL

L1ABNILITY AND COMPREHENSIVE AUTOMOBILE LIABILITY INSURANCE as shall protec him from claims

for damages personal injury including accidental death as well as claims for propert damages which

may arise from operations under this agreement whether such operations be by him If or by anyone

directly or indirectly employed by him and the amounts of such insurance shall be th minimum limit as

follows

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-25

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

1 Body Injury Liability $1000000 each acci nt

2 Auto Property Damage Liability $ 500000 each accid nt

3 Property Damage Liability- $1000000 each acci ent

(other than automobile) $1000000 aggregate operation

$1000000 aggregate protective

$1000000 aggregate contractual

Insuring clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended to provide coverage

on an OCCURRENCE basis

3 xcu (Explosion collapse underground damage) -the contractors liability P icy shall provide

xcu coverage for those classifications in which they are excluded

4 Contractual Liability - work contracts - The contractors liability policy shall co er such contracts

when they are affected

5 Subcontractors Public Liability and Property Damage Insurance

The Contractor shall require each of his subcontractors to secure and maintain during he life of this

contract insurance of the type specified above and insures the activities of his subco ractors in his

policy as specified above

Qualifications

All insurance poliCies shall be with insurers qualified and doing business in Florida

Proof of Insurance

Proof of insurance for all of the specified types and limits in the form of original Certif cates of Insurance

shall be delivered to the Facilities Purchasing Department within ten (10) days of exe tion of the

contract In lieu of original certificates certified copies of the actual policies may be f rnished

Whether certificates or policies are furnished the Florida State University and the Bo rd of Trustees

shall be deSignated as additional named insured Each such copy or certificate shall c ntain a valid

provision or endorsement that the policy may not be canceled terminated changed r modified

without giving thirty (30) days written advance notice thereof to the Universitys repr sentative A

renewal policy or certificate shall be delivered to the University at least thirty (30) da s prior to the

expiration date of each expiring policy If at any time any of the policies shall be or b come

unsatisfactory to the University as to form or substance or if any of the carriers issui g such policies

shall be or become unsatisfactory to the University Contractor shall promptly obtain a new and

satisfactory policy in replacement upon such written notice from the University

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-26

DIFFENBAUGH BUILDING PHASE I ELEVATOR NO 24516 FLORIDA

Original Copy

If determined necessary by the Universitys representative the Contractor shall delive

Universitys representative upon demand the original of any policy shall be returned t

Deductibles

The University shall be exempt from and in no way liable for any sums of money that

deductible in any insurance policy The payment of such deductible shall be the sole r

the Contractor andor subcontractor providing the insurance

DD Liability

The following Special Conditions supersedes General Conditions Number 21 Liability

to Negotiation Commodities Acknowledgment form

Contractors entire liability and the Universitys exclusive remedy shall be as follows

In all situations involving performance or non-performance under this Agreement th

be entitled to actual damages to the limits set forth in this provision

Contractors liability for damages to the University for any cause whatsoever and reg

TATE UNIVERSITY

to the

Contractor

may represent a

sponsibility of

n the Invitation

University shall

rdless of the form

of action whether in contract or in tort including negligence shall be limited to the gr ater of $100000

or the contract price stated herein for damages that are the subject of matter of or a e directly related

to the cause of action The foregOing limitation of liability will apply to

bull the payment of the cost of damage awards pertaining to patent and copyrigh indemnity or to

bull claims for re-procurement costs or the cost of cover pursuant to Rule 6C220 5(20) of the

Florida Administrative Code or to

bull claims for personal injury or damage to real or person property caused by Sel rs tortuous

conduct

Contractor shall hold and save the University harmless for any and all suits and judgm nts against the

State for personal injury or damage to real or personal property caused by Contracto s tortuous

conduct in the performance of this Agreement provided that

bull the University promptly notifies the Contractor in writing of any claim and

bull the Contractor shall be given the opportunity at its option to participate an associate with the

University in the control defense and trial of any claim and any related settle ent negotiations

and provided further that with respect to any claim or portion thereof for hich Contractor

agrees at the initiation of such claim that Contractor shall save an hold the U iversity harmless

Contractor shall have the sole control of the defense trial and any related se lement

negotiations and

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-27

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

bull the University fully cooperates with the Contractor in the defense of any claim

In no event however will Contractor be liable for

bull any damages caused by the Universitys failure to perform the Universitys res onsibilities or

for

bull any lost profits or other consequential damages even if Seller has been

advised of the possibility of such damages or for

bull any claim against the University by any other party e ept as provided

in the hold harmless provision of the preceding parag aph of this

provision and except as provided in Paragraph 18 of t e General

Conditions Patents and Royalties on the Invitation 0 Negotiation

Commodities Acknowledgment form or for

bull any damage caused by performance or non-performa ce of machine or

programming located outside the United State or Pue 0 Rico

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-28

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

SPECIAL TERMS AND CONDITIONS Payment shall be made in accordance with s 215422 FS which provides that agencies have 5 working days to inspect ampapprove goods ampservices unless bid specifications r the PO specifies otherwise If payment is not available within 40 days measured from t e latter of the date the invoice is received or the goods or services are received inspected an approved a separate interest penalty set by the Comptroller pursuant to s 5503 FS will b due and payable in addition to the invoice amount To obtain the applicable interest rate please contact the University Facilities Payables and Disbursements Section at (850) 644-047 Invoices returned to a vendor due to preparation errors will result in a payment elay Interest penalties of less than $1 will not be paid unless the vendor requests payment The payment period does not begin until all terms of the contract (including shi ping and billing instructions exactly as they are specified on the purchase order) hav been met and a properly completed invoice is provided the University The university reserve all administrative contractual and legal remedies against the contractor or vendor ho breaches any of the contract terms The employment of unauthorized aliens by any contractor is considered a viola ion of Section 274A(e) of the Immigration and Nationality Act If the contractor knowingly emp oys unauthorized aliens such violation shall be cause for cancellation of this purch se order Acceptance of this order serves as certification that the vendor or its principals (a) are not presently debarred suspended proposed for debarment declared ineligible 0 voluntarily excluded from covered transactions by any federal department or agency (b) ve not within a three-year period preceding this proposal been convicted of or had a civil judg ent rendered against them for commission of fraud or a criminal offense in connection with 0 taining attempting to obtain or performing a public (federal state or local) transaction r contract under a public transaction violation of federal or state antitrust statutes or commissio of embezzlement theft forgery bribery falsification or destruction of records rna ing false statements or receiving stolen property (c) are not presently indicted for or oth rwise criminally or civilly charged by a government entity (federal state or local) with commissi n of any of the offenses enumerated in paragraph (b) of this certification and (d) have not wit in a three-year period preceding this applicationproposal had one or more public transactions federal state or local) terminated for cause or default 52249-5 (a)-(f) Hazardous Material Identification and Material Safety Data When subcontract involves hazardous material Utilization of Small Business Concerns and Small Disadvantaged Business Concerns Walsh-Healey Public Contracts Act 52219-8 52222-20 Employment if the subcontract amount 52203-7001

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-29

Page 26: Invitation to Bid (ITB) til the dates - FSU Facilities · Invitation to Bid (ITB) ... Elevator renovation work includes, but is not limited to, ... hands-free telephone instrumen

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

S Amendments

Any amendments alterations or modifications to the contract resulting from this ITN ust be in the

form of a change order to the original contract and have the written approval of the F cilities Purchasing

Department and must be signed or initialed and approved by the same signatories not d on the ITN

T Assignment

Under no circumstances shall the successful Proposer assign to a third party any right r obligation of

successful Proposer pursuant to this Proposal without prior written consent of the Uni ersity If the

successful Proposer is or during the term of the contract resulting from this ITN beco e an individual

on the payroll of the State of Florida successful Proposer represents that he or she ha complied with all

applicable provisions in the Florida Statutes and Florida Administrative Code regardin outside or dual

employment and compensation

U Jurisdictional Applicability

Applicable provisions of all federal State of Florida county and municipal statutes la s ordinances

rules and regulations shall govern Proposal submitted hereto and any resulting contra t Lack of

knowledge by any Proposer shall not constitute a cognizable defense against the legal effect thereof

Disputes arising from or in connection with the contract shall be determined before Florida court of

competent jurisdiction or through an applicable administrative proceeding whichever s appropriate to

the circumstances under Florida law In the event that either party is required to obta n any permit

license or authorization as a prerequisite to performing its obligation under the contr ct the cost shall

be borne by the party required to obtain the permit license or authorization

V Governmental Restrictions

In the event any governmental restrictions may be imposed which would necessitate Iteration of the

terms of the contract resulting from this ITN it shall be the responsibility of the succe sful Proposer to

immediately notify the University in writing indicating the specific regulation which r quires the

alteration The University reserves the right to accept any such alteration including a y fee adjustments

occasioned thereby or to cancel the contract at no expense to the University

W Negotiation

In the event services are required to be performed or equipment required to be purc ased that are not

set out in the ITN but are within the general scope of the reqUirements the Universi and the

contractor hereby reserve the right to negotiate the terms covering the required serv ces or equipment

not to exceed $25000 per itemoccurrence

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-23

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FlORIDA TATE UNIVERSITY

X Additions Deletions and substitutions

The University reserves the right to add to or to delete any item from this ITN on a per odic basis as

necessary when deemed in the best interest of the University The contractor is respo sible for

submitting requests for such changes on a timely basis with sufficient documentation 0 allow

evaluation of the request When items are approved and added to the contract the c ntractor shall

maintain those items on the contact for a minimum of 120 days and sufficient quantit to accommodate

reasonable request or make provisions to offer substitute items as outlined in this sec ion

The University will consider substitutions for discontinued items provided that substit te items have

equivalent or greater featurescapabilities and shall be offered at the same or lower p ice as the item

replaced The University reserves the right to accept or reject substitutions

The University will consider the addition of newly released items provided that those i ems are offered

at the same percentage discount as similar items on the contract

The University will consider changes to contract items provided revisions are in accor nce with the

conditions and Specifications contained in this ITN The University reserves the right t accept or reject

changes proposed by the contractor

Y Equal Opportunity

The Contract must al all times during the term of the contract be in compliance with a I federal state

and local laws rules and regulations relating to the nondiscrimination clause containe in Section 202

Executive Order 11246 as amended by Executive Order 11375 relative to equal Empl yment

Opportunity for all person without regard to race color religion sex or national origi and the

implementing rules and regulations proscribed by the Secretary of Labor are incorpor ted into the terms

and conditions of this ITN

Z Governmental Action

It is mutually agreed that if at any time during the term of the contractual agreement he Contractor is

required to make extensive program changes as a direct result of any determination r action by any

applicable Federal State or Local Government authority the University will be willin to negotiate any

cost increase necessitated by such changes subject to availability of funds Any nego iated price

increase may not be implemented until a contract amendment signed by both parties is processed

through the Florida State University Facilities Purchasing Department

AA Travel

Travel expenses included in any contractpurchase order resulting from this ITN must e in accordance

with Section 112061 Florida Statutes

DCSI 010811 ElECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-24

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

BB Parties to the Contract

Parties to the contract will be the University and the contractor Payment will only be ade to the

contractor and in the name as it appears on the Proposal submitted and the resulting ontract

Cc Contractors Insurance

The Contractor shall not commence performance in connection with the contract unti he has obtained

all the following types of insurance and such insurance has been approved by the purc aser nor shall

the Contractor allow any subcontractor to commence work on his subcontract until all similar insurance

required for the subcontractor has been so obtained and approved All insurance poli ies shall be with

insurers qualified and doing business in Florida and with an AM Best rating of no les than AX The

purchaser shall be furnished proof of coverage of insurance by certificates of insuranc accompanying

the contract documents and shall name the Florida State University and Florida Board f Trustees as an

additional name insured The insurer shall provide 30 days written notice to the certi cate holder if a

policy is to be canceled before the expiration date thereof

The purchaser shall be exempt from and in no way liable for any sums of money that may represent a

deductible in any insurance policy The payment of such deductible shall be the sole r sponsibilityof

the Contract andor Subcontractor providing such insurance

1 Workers Compensation Insurance

The Contractor shall secure and maintain during the life of this agreement Workers mpensation

Insurance for all his employees connected with the work of this project and in case a y work is sublet

the Contractor shall require the subcontractor similarly to provide Workers Compens tion Insurance for

all the latters employee unless such insurance shall comply fully with the Florida Wor ers

Compensation Law In case any class of employees engaged in hazardous work under this contract at

the site of the project is not protected under Workers Compensation statute the Co tractor shall

provide and cause each subcontractor to provide adequate insurance satisfactory to he purchaser for

protection of his employees not otherwise protected

2 Contractors Public Liability and Property Damage Insurance

The Contractor shall secure and maintain during the life of this agreement COMPREH NSIVE GENERAL

L1ABNILITY AND COMPREHENSIVE AUTOMOBILE LIABILITY INSURANCE as shall protec him from claims

for damages personal injury including accidental death as well as claims for propert damages which

may arise from operations under this agreement whether such operations be by him If or by anyone

directly or indirectly employed by him and the amounts of such insurance shall be th minimum limit as

follows

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-25

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

1 Body Injury Liability $1000000 each acci nt

2 Auto Property Damage Liability $ 500000 each accid nt

3 Property Damage Liability- $1000000 each acci ent

(other than automobile) $1000000 aggregate operation

$1000000 aggregate protective

$1000000 aggregate contractual

Insuring clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended to provide coverage

on an OCCURRENCE basis

3 xcu (Explosion collapse underground damage) -the contractors liability P icy shall provide

xcu coverage for those classifications in which they are excluded

4 Contractual Liability - work contracts - The contractors liability policy shall co er such contracts

when they are affected

5 Subcontractors Public Liability and Property Damage Insurance

The Contractor shall require each of his subcontractors to secure and maintain during he life of this

contract insurance of the type specified above and insures the activities of his subco ractors in his

policy as specified above

Qualifications

All insurance poliCies shall be with insurers qualified and doing business in Florida

Proof of Insurance

Proof of insurance for all of the specified types and limits in the form of original Certif cates of Insurance

shall be delivered to the Facilities Purchasing Department within ten (10) days of exe tion of the

contract In lieu of original certificates certified copies of the actual policies may be f rnished

Whether certificates or policies are furnished the Florida State University and the Bo rd of Trustees

shall be deSignated as additional named insured Each such copy or certificate shall c ntain a valid

provision or endorsement that the policy may not be canceled terminated changed r modified

without giving thirty (30) days written advance notice thereof to the Universitys repr sentative A

renewal policy or certificate shall be delivered to the University at least thirty (30) da s prior to the

expiration date of each expiring policy If at any time any of the policies shall be or b come

unsatisfactory to the University as to form or substance or if any of the carriers issui g such policies

shall be or become unsatisfactory to the University Contractor shall promptly obtain a new and

satisfactory policy in replacement upon such written notice from the University

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-26

DIFFENBAUGH BUILDING PHASE I ELEVATOR NO 24516 FLORIDA

Original Copy

If determined necessary by the Universitys representative the Contractor shall delive

Universitys representative upon demand the original of any policy shall be returned t

Deductibles

The University shall be exempt from and in no way liable for any sums of money that

deductible in any insurance policy The payment of such deductible shall be the sole r

the Contractor andor subcontractor providing the insurance

DD Liability

The following Special Conditions supersedes General Conditions Number 21 Liability

to Negotiation Commodities Acknowledgment form

Contractors entire liability and the Universitys exclusive remedy shall be as follows

In all situations involving performance or non-performance under this Agreement th

be entitled to actual damages to the limits set forth in this provision

Contractors liability for damages to the University for any cause whatsoever and reg

TATE UNIVERSITY

to the

Contractor

may represent a

sponsibility of

n the Invitation

University shall

rdless of the form

of action whether in contract or in tort including negligence shall be limited to the gr ater of $100000

or the contract price stated herein for damages that are the subject of matter of or a e directly related

to the cause of action The foregOing limitation of liability will apply to

bull the payment of the cost of damage awards pertaining to patent and copyrigh indemnity or to

bull claims for re-procurement costs or the cost of cover pursuant to Rule 6C220 5(20) of the

Florida Administrative Code or to

bull claims for personal injury or damage to real or person property caused by Sel rs tortuous

conduct

Contractor shall hold and save the University harmless for any and all suits and judgm nts against the

State for personal injury or damage to real or personal property caused by Contracto s tortuous

conduct in the performance of this Agreement provided that

bull the University promptly notifies the Contractor in writing of any claim and

bull the Contractor shall be given the opportunity at its option to participate an associate with the

University in the control defense and trial of any claim and any related settle ent negotiations

and provided further that with respect to any claim or portion thereof for hich Contractor

agrees at the initiation of such claim that Contractor shall save an hold the U iversity harmless

Contractor shall have the sole control of the defense trial and any related se lement

negotiations and

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-27

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

bull the University fully cooperates with the Contractor in the defense of any claim

In no event however will Contractor be liable for

bull any damages caused by the Universitys failure to perform the Universitys res onsibilities or

for

bull any lost profits or other consequential damages even if Seller has been

advised of the possibility of such damages or for

bull any claim against the University by any other party e ept as provided

in the hold harmless provision of the preceding parag aph of this

provision and except as provided in Paragraph 18 of t e General

Conditions Patents and Royalties on the Invitation 0 Negotiation

Commodities Acknowledgment form or for

bull any damage caused by performance or non-performa ce of machine or

programming located outside the United State or Pue 0 Rico

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-28

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

SPECIAL TERMS AND CONDITIONS Payment shall be made in accordance with s 215422 FS which provides that agencies have 5 working days to inspect ampapprove goods ampservices unless bid specifications r the PO specifies otherwise If payment is not available within 40 days measured from t e latter of the date the invoice is received or the goods or services are received inspected an approved a separate interest penalty set by the Comptroller pursuant to s 5503 FS will b due and payable in addition to the invoice amount To obtain the applicable interest rate please contact the University Facilities Payables and Disbursements Section at (850) 644-047 Invoices returned to a vendor due to preparation errors will result in a payment elay Interest penalties of less than $1 will not be paid unless the vendor requests payment The payment period does not begin until all terms of the contract (including shi ping and billing instructions exactly as they are specified on the purchase order) hav been met and a properly completed invoice is provided the University The university reserve all administrative contractual and legal remedies against the contractor or vendor ho breaches any of the contract terms The employment of unauthorized aliens by any contractor is considered a viola ion of Section 274A(e) of the Immigration and Nationality Act If the contractor knowingly emp oys unauthorized aliens such violation shall be cause for cancellation of this purch se order Acceptance of this order serves as certification that the vendor or its principals (a) are not presently debarred suspended proposed for debarment declared ineligible 0 voluntarily excluded from covered transactions by any federal department or agency (b) ve not within a three-year period preceding this proposal been convicted of or had a civil judg ent rendered against them for commission of fraud or a criminal offense in connection with 0 taining attempting to obtain or performing a public (federal state or local) transaction r contract under a public transaction violation of federal or state antitrust statutes or commissio of embezzlement theft forgery bribery falsification or destruction of records rna ing false statements or receiving stolen property (c) are not presently indicted for or oth rwise criminally or civilly charged by a government entity (federal state or local) with commissi n of any of the offenses enumerated in paragraph (b) of this certification and (d) have not wit in a three-year period preceding this applicationproposal had one or more public transactions federal state or local) terminated for cause or default 52249-5 (a)-(f) Hazardous Material Identification and Material Safety Data When subcontract involves hazardous material Utilization of Small Business Concerns and Small Disadvantaged Business Concerns Walsh-Healey Public Contracts Act 52219-8 52222-20 Employment if the subcontract amount 52203-7001

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-29

Page 27: Invitation to Bid (ITB) til the dates - FSU Facilities · Invitation to Bid (ITB) ... Elevator renovation work includes, but is not limited to, ... hands-free telephone instrumen

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FlORIDA TATE UNIVERSITY

X Additions Deletions and substitutions

The University reserves the right to add to or to delete any item from this ITN on a per odic basis as

necessary when deemed in the best interest of the University The contractor is respo sible for

submitting requests for such changes on a timely basis with sufficient documentation 0 allow

evaluation of the request When items are approved and added to the contract the c ntractor shall

maintain those items on the contact for a minimum of 120 days and sufficient quantit to accommodate

reasonable request or make provisions to offer substitute items as outlined in this sec ion

The University will consider substitutions for discontinued items provided that substit te items have

equivalent or greater featurescapabilities and shall be offered at the same or lower p ice as the item

replaced The University reserves the right to accept or reject substitutions

The University will consider the addition of newly released items provided that those i ems are offered

at the same percentage discount as similar items on the contract

The University will consider changes to contract items provided revisions are in accor nce with the

conditions and Specifications contained in this ITN The University reserves the right t accept or reject

changes proposed by the contractor

Y Equal Opportunity

The Contract must al all times during the term of the contract be in compliance with a I federal state

and local laws rules and regulations relating to the nondiscrimination clause containe in Section 202

Executive Order 11246 as amended by Executive Order 11375 relative to equal Empl yment

Opportunity for all person without regard to race color religion sex or national origi and the

implementing rules and regulations proscribed by the Secretary of Labor are incorpor ted into the terms

and conditions of this ITN

Z Governmental Action

It is mutually agreed that if at any time during the term of the contractual agreement he Contractor is

required to make extensive program changes as a direct result of any determination r action by any

applicable Federal State or Local Government authority the University will be willin to negotiate any

cost increase necessitated by such changes subject to availability of funds Any nego iated price

increase may not be implemented until a contract amendment signed by both parties is processed

through the Florida State University Facilities Purchasing Department

AA Travel

Travel expenses included in any contractpurchase order resulting from this ITN must e in accordance

with Section 112061 Florida Statutes

DCSI 010811 ElECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION 14220-24

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

BB Parties to the Contract

Parties to the contract will be the University and the contractor Payment will only be ade to the

contractor and in the name as it appears on the Proposal submitted and the resulting ontract

Cc Contractors Insurance

The Contractor shall not commence performance in connection with the contract unti he has obtained

all the following types of insurance and such insurance has been approved by the purc aser nor shall

the Contractor allow any subcontractor to commence work on his subcontract until all similar insurance

required for the subcontractor has been so obtained and approved All insurance poli ies shall be with

insurers qualified and doing business in Florida and with an AM Best rating of no les than AX The

purchaser shall be furnished proof of coverage of insurance by certificates of insuranc accompanying

the contract documents and shall name the Florida State University and Florida Board f Trustees as an

additional name insured The insurer shall provide 30 days written notice to the certi cate holder if a

policy is to be canceled before the expiration date thereof

The purchaser shall be exempt from and in no way liable for any sums of money that may represent a

deductible in any insurance policy The payment of such deductible shall be the sole r sponsibilityof

the Contract andor Subcontractor providing such insurance

1 Workers Compensation Insurance

The Contractor shall secure and maintain during the life of this agreement Workers mpensation

Insurance for all his employees connected with the work of this project and in case a y work is sublet

the Contractor shall require the subcontractor similarly to provide Workers Compens tion Insurance for

all the latters employee unless such insurance shall comply fully with the Florida Wor ers

Compensation Law In case any class of employees engaged in hazardous work under this contract at

the site of the project is not protected under Workers Compensation statute the Co tractor shall

provide and cause each subcontractor to provide adequate insurance satisfactory to he purchaser for

protection of his employees not otherwise protected

2 Contractors Public Liability and Property Damage Insurance

The Contractor shall secure and maintain during the life of this agreement COMPREH NSIVE GENERAL

L1ABNILITY AND COMPREHENSIVE AUTOMOBILE LIABILITY INSURANCE as shall protec him from claims

for damages personal injury including accidental death as well as claims for propert damages which

may arise from operations under this agreement whether such operations be by him If or by anyone

directly or indirectly employed by him and the amounts of such insurance shall be th minimum limit as

follows

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-25

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

1 Body Injury Liability $1000000 each acci nt

2 Auto Property Damage Liability $ 500000 each accid nt

3 Property Damage Liability- $1000000 each acci ent

(other than automobile) $1000000 aggregate operation

$1000000 aggregate protective

$1000000 aggregate contractual

Insuring clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended to provide coverage

on an OCCURRENCE basis

3 xcu (Explosion collapse underground damage) -the contractors liability P icy shall provide

xcu coverage for those classifications in which they are excluded

4 Contractual Liability - work contracts - The contractors liability policy shall co er such contracts

when they are affected

5 Subcontractors Public Liability and Property Damage Insurance

The Contractor shall require each of his subcontractors to secure and maintain during he life of this

contract insurance of the type specified above and insures the activities of his subco ractors in his

policy as specified above

Qualifications

All insurance poliCies shall be with insurers qualified and doing business in Florida

Proof of Insurance

Proof of insurance for all of the specified types and limits in the form of original Certif cates of Insurance

shall be delivered to the Facilities Purchasing Department within ten (10) days of exe tion of the

contract In lieu of original certificates certified copies of the actual policies may be f rnished

Whether certificates or policies are furnished the Florida State University and the Bo rd of Trustees

shall be deSignated as additional named insured Each such copy or certificate shall c ntain a valid

provision or endorsement that the policy may not be canceled terminated changed r modified

without giving thirty (30) days written advance notice thereof to the Universitys repr sentative A

renewal policy or certificate shall be delivered to the University at least thirty (30) da s prior to the

expiration date of each expiring policy If at any time any of the policies shall be or b come

unsatisfactory to the University as to form or substance or if any of the carriers issui g such policies

shall be or become unsatisfactory to the University Contractor shall promptly obtain a new and

satisfactory policy in replacement upon such written notice from the University

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-26

DIFFENBAUGH BUILDING PHASE I ELEVATOR NO 24516 FLORIDA

Original Copy

If determined necessary by the Universitys representative the Contractor shall delive

Universitys representative upon demand the original of any policy shall be returned t

Deductibles

The University shall be exempt from and in no way liable for any sums of money that

deductible in any insurance policy The payment of such deductible shall be the sole r

the Contractor andor subcontractor providing the insurance

DD Liability

The following Special Conditions supersedes General Conditions Number 21 Liability

to Negotiation Commodities Acknowledgment form

Contractors entire liability and the Universitys exclusive remedy shall be as follows

In all situations involving performance or non-performance under this Agreement th

be entitled to actual damages to the limits set forth in this provision

Contractors liability for damages to the University for any cause whatsoever and reg

TATE UNIVERSITY

to the

Contractor

may represent a

sponsibility of

n the Invitation

University shall

rdless of the form

of action whether in contract or in tort including negligence shall be limited to the gr ater of $100000

or the contract price stated herein for damages that are the subject of matter of or a e directly related

to the cause of action The foregOing limitation of liability will apply to

bull the payment of the cost of damage awards pertaining to patent and copyrigh indemnity or to

bull claims for re-procurement costs or the cost of cover pursuant to Rule 6C220 5(20) of the

Florida Administrative Code or to

bull claims for personal injury or damage to real or person property caused by Sel rs tortuous

conduct

Contractor shall hold and save the University harmless for any and all suits and judgm nts against the

State for personal injury or damage to real or personal property caused by Contracto s tortuous

conduct in the performance of this Agreement provided that

bull the University promptly notifies the Contractor in writing of any claim and

bull the Contractor shall be given the opportunity at its option to participate an associate with the

University in the control defense and trial of any claim and any related settle ent negotiations

and provided further that with respect to any claim or portion thereof for hich Contractor

agrees at the initiation of such claim that Contractor shall save an hold the U iversity harmless

Contractor shall have the sole control of the defense trial and any related se lement

negotiations and

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-27

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

bull the University fully cooperates with the Contractor in the defense of any claim

In no event however will Contractor be liable for

bull any damages caused by the Universitys failure to perform the Universitys res onsibilities or

for

bull any lost profits or other consequential damages even if Seller has been

advised of the possibility of such damages or for

bull any claim against the University by any other party e ept as provided

in the hold harmless provision of the preceding parag aph of this

provision and except as provided in Paragraph 18 of t e General

Conditions Patents and Royalties on the Invitation 0 Negotiation

Commodities Acknowledgment form or for

bull any damage caused by performance or non-performa ce of machine or

programming located outside the United State or Pue 0 Rico

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-28

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

SPECIAL TERMS AND CONDITIONS Payment shall be made in accordance with s 215422 FS which provides that agencies have 5 working days to inspect ampapprove goods ampservices unless bid specifications r the PO specifies otherwise If payment is not available within 40 days measured from t e latter of the date the invoice is received or the goods or services are received inspected an approved a separate interest penalty set by the Comptroller pursuant to s 5503 FS will b due and payable in addition to the invoice amount To obtain the applicable interest rate please contact the University Facilities Payables and Disbursements Section at (850) 644-047 Invoices returned to a vendor due to preparation errors will result in a payment elay Interest penalties of less than $1 will not be paid unless the vendor requests payment The payment period does not begin until all terms of the contract (including shi ping and billing instructions exactly as they are specified on the purchase order) hav been met and a properly completed invoice is provided the University The university reserve all administrative contractual and legal remedies against the contractor or vendor ho breaches any of the contract terms The employment of unauthorized aliens by any contractor is considered a viola ion of Section 274A(e) of the Immigration and Nationality Act If the contractor knowingly emp oys unauthorized aliens such violation shall be cause for cancellation of this purch se order Acceptance of this order serves as certification that the vendor or its principals (a) are not presently debarred suspended proposed for debarment declared ineligible 0 voluntarily excluded from covered transactions by any federal department or agency (b) ve not within a three-year period preceding this proposal been convicted of or had a civil judg ent rendered against them for commission of fraud or a criminal offense in connection with 0 taining attempting to obtain or performing a public (federal state or local) transaction r contract under a public transaction violation of federal or state antitrust statutes or commissio of embezzlement theft forgery bribery falsification or destruction of records rna ing false statements or receiving stolen property (c) are not presently indicted for or oth rwise criminally or civilly charged by a government entity (federal state or local) with commissi n of any of the offenses enumerated in paragraph (b) of this certification and (d) have not wit in a three-year period preceding this applicationproposal had one or more public transactions federal state or local) terminated for cause or default 52249-5 (a)-(f) Hazardous Material Identification and Material Safety Data When subcontract involves hazardous material Utilization of Small Business Concerns and Small Disadvantaged Business Concerns Walsh-Healey Public Contracts Act 52219-8 52222-20 Employment if the subcontract amount 52203-7001

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-29

Page 28: Invitation to Bid (ITB) til the dates - FSU Facilities · Invitation to Bid (ITB) ... Elevator renovation work includes, but is not limited to, ... hands-free telephone instrumen

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

BB Parties to the Contract

Parties to the contract will be the University and the contractor Payment will only be ade to the

contractor and in the name as it appears on the Proposal submitted and the resulting ontract

Cc Contractors Insurance

The Contractor shall not commence performance in connection with the contract unti he has obtained

all the following types of insurance and such insurance has been approved by the purc aser nor shall

the Contractor allow any subcontractor to commence work on his subcontract until all similar insurance

required for the subcontractor has been so obtained and approved All insurance poli ies shall be with

insurers qualified and doing business in Florida and with an AM Best rating of no les than AX The

purchaser shall be furnished proof of coverage of insurance by certificates of insuranc accompanying

the contract documents and shall name the Florida State University and Florida Board f Trustees as an

additional name insured The insurer shall provide 30 days written notice to the certi cate holder if a

policy is to be canceled before the expiration date thereof

The purchaser shall be exempt from and in no way liable for any sums of money that may represent a

deductible in any insurance policy The payment of such deductible shall be the sole r sponsibilityof

the Contract andor Subcontractor providing such insurance

1 Workers Compensation Insurance

The Contractor shall secure and maintain during the life of this agreement Workers mpensation

Insurance for all his employees connected with the work of this project and in case a y work is sublet

the Contractor shall require the subcontractor similarly to provide Workers Compens tion Insurance for

all the latters employee unless such insurance shall comply fully with the Florida Wor ers

Compensation Law In case any class of employees engaged in hazardous work under this contract at

the site of the project is not protected under Workers Compensation statute the Co tractor shall

provide and cause each subcontractor to provide adequate insurance satisfactory to he purchaser for

protection of his employees not otherwise protected

2 Contractors Public Liability and Property Damage Insurance

The Contractor shall secure and maintain during the life of this agreement COMPREH NSIVE GENERAL

L1ABNILITY AND COMPREHENSIVE AUTOMOBILE LIABILITY INSURANCE as shall protec him from claims

for damages personal injury including accidental death as well as claims for propert damages which

may arise from operations under this agreement whether such operations be by him If or by anyone

directly or indirectly employed by him and the amounts of such insurance shall be th minimum limit as

follows

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-25

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

1 Body Injury Liability $1000000 each acci nt

2 Auto Property Damage Liability $ 500000 each accid nt

3 Property Damage Liability- $1000000 each acci ent

(other than automobile) $1000000 aggregate operation

$1000000 aggregate protective

$1000000 aggregate contractual

Insuring clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended to provide coverage

on an OCCURRENCE basis

3 xcu (Explosion collapse underground damage) -the contractors liability P icy shall provide

xcu coverage for those classifications in which they are excluded

4 Contractual Liability - work contracts - The contractors liability policy shall co er such contracts

when they are affected

5 Subcontractors Public Liability and Property Damage Insurance

The Contractor shall require each of his subcontractors to secure and maintain during he life of this

contract insurance of the type specified above and insures the activities of his subco ractors in his

policy as specified above

Qualifications

All insurance poliCies shall be with insurers qualified and doing business in Florida

Proof of Insurance

Proof of insurance for all of the specified types and limits in the form of original Certif cates of Insurance

shall be delivered to the Facilities Purchasing Department within ten (10) days of exe tion of the

contract In lieu of original certificates certified copies of the actual policies may be f rnished

Whether certificates or policies are furnished the Florida State University and the Bo rd of Trustees

shall be deSignated as additional named insured Each such copy or certificate shall c ntain a valid

provision or endorsement that the policy may not be canceled terminated changed r modified

without giving thirty (30) days written advance notice thereof to the Universitys repr sentative A

renewal policy or certificate shall be delivered to the University at least thirty (30) da s prior to the

expiration date of each expiring policy If at any time any of the policies shall be or b come

unsatisfactory to the University as to form or substance or if any of the carriers issui g such policies

shall be or become unsatisfactory to the University Contractor shall promptly obtain a new and

satisfactory policy in replacement upon such written notice from the University

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-26

DIFFENBAUGH BUILDING PHASE I ELEVATOR NO 24516 FLORIDA

Original Copy

If determined necessary by the Universitys representative the Contractor shall delive

Universitys representative upon demand the original of any policy shall be returned t

Deductibles

The University shall be exempt from and in no way liable for any sums of money that

deductible in any insurance policy The payment of such deductible shall be the sole r

the Contractor andor subcontractor providing the insurance

DD Liability

The following Special Conditions supersedes General Conditions Number 21 Liability

to Negotiation Commodities Acknowledgment form

Contractors entire liability and the Universitys exclusive remedy shall be as follows

In all situations involving performance or non-performance under this Agreement th

be entitled to actual damages to the limits set forth in this provision

Contractors liability for damages to the University for any cause whatsoever and reg

TATE UNIVERSITY

to the

Contractor

may represent a

sponsibility of

n the Invitation

University shall

rdless of the form

of action whether in contract or in tort including negligence shall be limited to the gr ater of $100000

or the contract price stated herein for damages that are the subject of matter of or a e directly related

to the cause of action The foregOing limitation of liability will apply to

bull the payment of the cost of damage awards pertaining to patent and copyrigh indemnity or to

bull claims for re-procurement costs or the cost of cover pursuant to Rule 6C220 5(20) of the

Florida Administrative Code or to

bull claims for personal injury or damage to real or person property caused by Sel rs tortuous

conduct

Contractor shall hold and save the University harmless for any and all suits and judgm nts against the

State for personal injury or damage to real or personal property caused by Contracto s tortuous

conduct in the performance of this Agreement provided that

bull the University promptly notifies the Contractor in writing of any claim and

bull the Contractor shall be given the opportunity at its option to participate an associate with the

University in the control defense and trial of any claim and any related settle ent negotiations

and provided further that with respect to any claim or portion thereof for hich Contractor

agrees at the initiation of such claim that Contractor shall save an hold the U iversity harmless

Contractor shall have the sole control of the defense trial and any related se lement

negotiations and

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-27

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

bull the University fully cooperates with the Contractor in the defense of any claim

In no event however will Contractor be liable for

bull any damages caused by the Universitys failure to perform the Universitys res onsibilities or

for

bull any lost profits or other consequential damages even if Seller has been

advised of the possibility of such damages or for

bull any claim against the University by any other party e ept as provided

in the hold harmless provision of the preceding parag aph of this

provision and except as provided in Paragraph 18 of t e General

Conditions Patents and Royalties on the Invitation 0 Negotiation

Commodities Acknowledgment form or for

bull any damage caused by performance or non-performa ce of machine or

programming located outside the United State or Pue 0 Rico

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-28

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

SPECIAL TERMS AND CONDITIONS Payment shall be made in accordance with s 215422 FS which provides that agencies have 5 working days to inspect ampapprove goods ampservices unless bid specifications r the PO specifies otherwise If payment is not available within 40 days measured from t e latter of the date the invoice is received or the goods or services are received inspected an approved a separate interest penalty set by the Comptroller pursuant to s 5503 FS will b due and payable in addition to the invoice amount To obtain the applicable interest rate please contact the University Facilities Payables and Disbursements Section at (850) 644-047 Invoices returned to a vendor due to preparation errors will result in a payment elay Interest penalties of less than $1 will not be paid unless the vendor requests payment The payment period does not begin until all terms of the contract (including shi ping and billing instructions exactly as they are specified on the purchase order) hav been met and a properly completed invoice is provided the University The university reserve all administrative contractual and legal remedies against the contractor or vendor ho breaches any of the contract terms The employment of unauthorized aliens by any contractor is considered a viola ion of Section 274A(e) of the Immigration and Nationality Act If the contractor knowingly emp oys unauthorized aliens such violation shall be cause for cancellation of this purch se order Acceptance of this order serves as certification that the vendor or its principals (a) are not presently debarred suspended proposed for debarment declared ineligible 0 voluntarily excluded from covered transactions by any federal department or agency (b) ve not within a three-year period preceding this proposal been convicted of or had a civil judg ent rendered against them for commission of fraud or a criminal offense in connection with 0 taining attempting to obtain or performing a public (federal state or local) transaction r contract under a public transaction violation of federal or state antitrust statutes or commissio of embezzlement theft forgery bribery falsification or destruction of records rna ing false statements or receiving stolen property (c) are not presently indicted for or oth rwise criminally or civilly charged by a government entity (federal state or local) with commissi n of any of the offenses enumerated in paragraph (b) of this certification and (d) have not wit in a three-year period preceding this applicationproposal had one or more public transactions federal state or local) terminated for cause or default 52249-5 (a)-(f) Hazardous Material Identification and Material Safety Data When subcontract involves hazardous material Utilization of Small Business Concerns and Small Disadvantaged Business Concerns Walsh-Healey Public Contracts Act 52219-8 52222-20 Employment if the subcontract amount 52203-7001

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-29

Page 29: Invitation to Bid (ITB) til the dates - FSU Facilities · Invitation to Bid (ITB) ... Elevator renovation work includes, but is not limited to, ... hands-free telephone instrumen

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

1 Body Injury Liability $1000000 each acci nt

2 Auto Property Damage Liability $ 500000 each accid nt

3 Property Damage Liability- $1000000 each acci ent

(other than automobile) $1000000 aggregate operation

$1000000 aggregate protective

$1000000 aggregate contractual

Insuring clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended to provide coverage

on an OCCURRENCE basis

3 xcu (Explosion collapse underground damage) -the contractors liability P icy shall provide

xcu coverage for those classifications in which they are excluded

4 Contractual Liability - work contracts - The contractors liability policy shall co er such contracts

when they are affected

5 Subcontractors Public Liability and Property Damage Insurance

The Contractor shall require each of his subcontractors to secure and maintain during he life of this

contract insurance of the type specified above and insures the activities of his subco ractors in his

policy as specified above

Qualifications

All insurance poliCies shall be with insurers qualified and doing business in Florida

Proof of Insurance

Proof of insurance for all of the specified types and limits in the form of original Certif cates of Insurance

shall be delivered to the Facilities Purchasing Department within ten (10) days of exe tion of the

contract In lieu of original certificates certified copies of the actual policies may be f rnished

Whether certificates or policies are furnished the Florida State University and the Bo rd of Trustees

shall be deSignated as additional named insured Each such copy or certificate shall c ntain a valid

provision or endorsement that the policy may not be canceled terminated changed r modified

without giving thirty (30) days written advance notice thereof to the Universitys repr sentative A

renewal policy or certificate shall be delivered to the University at least thirty (30) da s prior to the

expiration date of each expiring policy If at any time any of the policies shall be or b come

unsatisfactory to the University as to form or substance or if any of the carriers issui g such policies

shall be or become unsatisfactory to the University Contractor shall promptly obtain a new and

satisfactory policy in replacement upon such written notice from the University

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-26

DIFFENBAUGH BUILDING PHASE I ELEVATOR NO 24516 FLORIDA

Original Copy

If determined necessary by the Universitys representative the Contractor shall delive

Universitys representative upon demand the original of any policy shall be returned t

Deductibles

The University shall be exempt from and in no way liable for any sums of money that

deductible in any insurance policy The payment of such deductible shall be the sole r

the Contractor andor subcontractor providing the insurance

DD Liability

The following Special Conditions supersedes General Conditions Number 21 Liability

to Negotiation Commodities Acknowledgment form

Contractors entire liability and the Universitys exclusive remedy shall be as follows

In all situations involving performance or non-performance under this Agreement th

be entitled to actual damages to the limits set forth in this provision

Contractors liability for damages to the University for any cause whatsoever and reg

TATE UNIVERSITY

to the

Contractor

may represent a

sponsibility of

n the Invitation

University shall

rdless of the form

of action whether in contract or in tort including negligence shall be limited to the gr ater of $100000

or the contract price stated herein for damages that are the subject of matter of or a e directly related

to the cause of action The foregOing limitation of liability will apply to

bull the payment of the cost of damage awards pertaining to patent and copyrigh indemnity or to

bull claims for re-procurement costs or the cost of cover pursuant to Rule 6C220 5(20) of the

Florida Administrative Code or to

bull claims for personal injury or damage to real or person property caused by Sel rs tortuous

conduct

Contractor shall hold and save the University harmless for any and all suits and judgm nts against the

State for personal injury or damage to real or personal property caused by Contracto s tortuous

conduct in the performance of this Agreement provided that

bull the University promptly notifies the Contractor in writing of any claim and

bull the Contractor shall be given the opportunity at its option to participate an associate with the

University in the control defense and trial of any claim and any related settle ent negotiations

and provided further that with respect to any claim or portion thereof for hich Contractor

agrees at the initiation of such claim that Contractor shall save an hold the U iversity harmless

Contractor shall have the sole control of the defense trial and any related se lement

negotiations and

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-27

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

bull the University fully cooperates with the Contractor in the defense of any claim

In no event however will Contractor be liable for

bull any damages caused by the Universitys failure to perform the Universitys res onsibilities or

for

bull any lost profits or other consequential damages even if Seller has been

advised of the possibility of such damages or for

bull any claim against the University by any other party e ept as provided

in the hold harmless provision of the preceding parag aph of this

provision and except as provided in Paragraph 18 of t e General

Conditions Patents and Royalties on the Invitation 0 Negotiation

Commodities Acknowledgment form or for

bull any damage caused by performance or non-performa ce of machine or

programming located outside the United State or Pue 0 Rico

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-28

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

SPECIAL TERMS AND CONDITIONS Payment shall be made in accordance with s 215422 FS which provides that agencies have 5 working days to inspect ampapprove goods ampservices unless bid specifications r the PO specifies otherwise If payment is not available within 40 days measured from t e latter of the date the invoice is received or the goods or services are received inspected an approved a separate interest penalty set by the Comptroller pursuant to s 5503 FS will b due and payable in addition to the invoice amount To obtain the applicable interest rate please contact the University Facilities Payables and Disbursements Section at (850) 644-047 Invoices returned to a vendor due to preparation errors will result in a payment elay Interest penalties of less than $1 will not be paid unless the vendor requests payment The payment period does not begin until all terms of the contract (including shi ping and billing instructions exactly as they are specified on the purchase order) hav been met and a properly completed invoice is provided the University The university reserve all administrative contractual and legal remedies against the contractor or vendor ho breaches any of the contract terms The employment of unauthorized aliens by any contractor is considered a viola ion of Section 274A(e) of the Immigration and Nationality Act If the contractor knowingly emp oys unauthorized aliens such violation shall be cause for cancellation of this purch se order Acceptance of this order serves as certification that the vendor or its principals (a) are not presently debarred suspended proposed for debarment declared ineligible 0 voluntarily excluded from covered transactions by any federal department or agency (b) ve not within a three-year period preceding this proposal been convicted of or had a civil judg ent rendered against them for commission of fraud or a criminal offense in connection with 0 taining attempting to obtain or performing a public (federal state or local) transaction r contract under a public transaction violation of federal or state antitrust statutes or commissio of embezzlement theft forgery bribery falsification or destruction of records rna ing false statements or receiving stolen property (c) are not presently indicted for or oth rwise criminally or civilly charged by a government entity (federal state or local) with commissi n of any of the offenses enumerated in paragraph (b) of this certification and (d) have not wit in a three-year period preceding this applicationproposal had one or more public transactions federal state or local) terminated for cause or default 52249-5 (a)-(f) Hazardous Material Identification and Material Safety Data When subcontract involves hazardous material Utilization of Small Business Concerns and Small Disadvantaged Business Concerns Walsh-Healey Public Contracts Act 52219-8 52222-20 Employment if the subcontract amount 52203-7001

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-29

Page 30: Invitation to Bid (ITB) til the dates - FSU Facilities · Invitation to Bid (ITB) ... Elevator renovation work includes, but is not limited to, ... hands-free telephone instrumen

DIFFENBAUGH BUILDING PHASE I ELEVATOR NO 24516 FLORIDA

Original Copy

If determined necessary by the Universitys representative the Contractor shall delive

Universitys representative upon demand the original of any policy shall be returned t

Deductibles

The University shall be exempt from and in no way liable for any sums of money that

deductible in any insurance policy The payment of such deductible shall be the sole r

the Contractor andor subcontractor providing the insurance

DD Liability

The following Special Conditions supersedes General Conditions Number 21 Liability

to Negotiation Commodities Acknowledgment form

Contractors entire liability and the Universitys exclusive remedy shall be as follows

In all situations involving performance or non-performance under this Agreement th

be entitled to actual damages to the limits set forth in this provision

Contractors liability for damages to the University for any cause whatsoever and reg

TATE UNIVERSITY

to the

Contractor

may represent a

sponsibility of

n the Invitation

University shall

rdless of the form

of action whether in contract or in tort including negligence shall be limited to the gr ater of $100000

or the contract price stated herein for damages that are the subject of matter of or a e directly related

to the cause of action The foregOing limitation of liability will apply to

bull the payment of the cost of damage awards pertaining to patent and copyrigh indemnity or to

bull claims for re-procurement costs or the cost of cover pursuant to Rule 6C220 5(20) of the

Florida Administrative Code or to

bull claims for personal injury or damage to real or person property caused by Sel rs tortuous

conduct

Contractor shall hold and save the University harmless for any and all suits and judgm nts against the

State for personal injury or damage to real or personal property caused by Contracto s tortuous

conduct in the performance of this Agreement provided that

bull the University promptly notifies the Contractor in writing of any claim and

bull the Contractor shall be given the opportunity at its option to participate an associate with the

University in the control defense and trial of any claim and any related settle ent negotiations

and provided further that with respect to any claim or portion thereof for hich Contractor

agrees at the initiation of such claim that Contractor shall save an hold the U iversity harmless

Contractor shall have the sole control of the defense trial and any related se lement

negotiations and

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-27

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

bull the University fully cooperates with the Contractor in the defense of any claim

In no event however will Contractor be liable for

bull any damages caused by the Universitys failure to perform the Universitys res onsibilities or

for

bull any lost profits or other consequential damages even if Seller has been

advised of the possibility of such damages or for

bull any claim against the University by any other party e ept as provided

in the hold harmless provision of the preceding parag aph of this

provision and except as provided in Paragraph 18 of t e General

Conditions Patents and Royalties on the Invitation 0 Negotiation

Commodities Acknowledgment form or for

bull any damage caused by performance or non-performa ce of machine or

programming located outside the United State or Pue 0 Rico

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-28

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

SPECIAL TERMS AND CONDITIONS Payment shall be made in accordance with s 215422 FS which provides that agencies have 5 working days to inspect ampapprove goods ampservices unless bid specifications r the PO specifies otherwise If payment is not available within 40 days measured from t e latter of the date the invoice is received or the goods or services are received inspected an approved a separate interest penalty set by the Comptroller pursuant to s 5503 FS will b due and payable in addition to the invoice amount To obtain the applicable interest rate please contact the University Facilities Payables and Disbursements Section at (850) 644-047 Invoices returned to a vendor due to preparation errors will result in a payment elay Interest penalties of less than $1 will not be paid unless the vendor requests payment The payment period does not begin until all terms of the contract (including shi ping and billing instructions exactly as they are specified on the purchase order) hav been met and a properly completed invoice is provided the University The university reserve all administrative contractual and legal remedies against the contractor or vendor ho breaches any of the contract terms The employment of unauthorized aliens by any contractor is considered a viola ion of Section 274A(e) of the Immigration and Nationality Act If the contractor knowingly emp oys unauthorized aliens such violation shall be cause for cancellation of this purch se order Acceptance of this order serves as certification that the vendor or its principals (a) are not presently debarred suspended proposed for debarment declared ineligible 0 voluntarily excluded from covered transactions by any federal department or agency (b) ve not within a three-year period preceding this proposal been convicted of or had a civil judg ent rendered against them for commission of fraud or a criminal offense in connection with 0 taining attempting to obtain or performing a public (federal state or local) transaction r contract under a public transaction violation of federal or state antitrust statutes or commissio of embezzlement theft forgery bribery falsification or destruction of records rna ing false statements or receiving stolen property (c) are not presently indicted for or oth rwise criminally or civilly charged by a government entity (federal state or local) with commissi n of any of the offenses enumerated in paragraph (b) of this certification and (d) have not wit in a three-year period preceding this applicationproposal had one or more public transactions federal state or local) terminated for cause or default 52249-5 (a)-(f) Hazardous Material Identification and Material Safety Data When subcontract involves hazardous material Utilization of Small Business Concerns and Small Disadvantaged Business Concerns Walsh-Healey Public Contracts Act 52219-8 52222-20 Employment if the subcontract amount 52203-7001

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-29

Page 31: Invitation to Bid (ITB) til the dates - FSU Facilities · Invitation to Bid (ITB) ... Elevator renovation work includes, but is not limited to, ... hands-free telephone instrumen

TATE UNIVERSITYDIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA

bull the University fully cooperates with the Contractor in the defense of any claim

In no event however will Contractor be liable for

bull any damages caused by the Universitys failure to perform the Universitys res onsibilities or

for

bull any lost profits or other consequential damages even if Seller has been

advised of the possibility of such damages or for

bull any claim against the University by any other party e ept as provided

in the hold harmless provision of the preceding parag aph of this

provision and except as provided in Paragraph 18 of t e General

Conditions Patents and Royalties on the Invitation 0 Negotiation

Commodities Acknowledgment form or for

bull any damage caused by performance or non-performa ce of machine or

programming located outside the United State or Pue 0 Rico

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-28

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

SPECIAL TERMS AND CONDITIONS Payment shall be made in accordance with s 215422 FS which provides that agencies have 5 working days to inspect ampapprove goods ampservices unless bid specifications r the PO specifies otherwise If payment is not available within 40 days measured from t e latter of the date the invoice is received or the goods or services are received inspected an approved a separate interest penalty set by the Comptroller pursuant to s 5503 FS will b due and payable in addition to the invoice amount To obtain the applicable interest rate please contact the University Facilities Payables and Disbursements Section at (850) 644-047 Invoices returned to a vendor due to preparation errors will result in a payment elay Interest penalties of less than $1 will not be paid unless the vendor requests payment The payment period does not begin until all terms of the contract (including shi ping and billing instructions exactly as they are specified on the purchase order) hav been met and a properly completed invoice is provided the University The university reserve all administrative contractual and legal remedies against the contractor or vendor ho breaches any of the contract terms The employment of unauthorized aliens by any contractor is considered a viola ion of Section 274A(e) of the Immigration and Nationality Act If the contractor knowingly emp oys unauthorized aliens such violation shall be cause for cancellation of this purch se order Acceptance of this order serves as certification that the vendor or its principals (a) are not presently debarred suspended proposed for debarment declared ineligible 0 voluntarily excluded from covered transactions by any federal department or agency (b) ve not within a three-year period preceding this proposal been convicted of or had a civil judg ent rendered against them for commission of fraud or a criminal offense in connection with 0 taining attempting to obtain or performing a public (federal state or local) transaction r contract under a public transaction violation of federal or state antitrust statutes or commissio of embezzlement theft forgery bribery falsification or destruction of records rna ing false statements or receiving stolen property (c) are not presently indicted for or oth rwise criminally or civilly charged by a government entity (federal state or local) with commissi n of any of the offenses enumerated in paragraph (b) of this certification and (d) have not wit in a three-year period preceding this applicationproposal had one or more public transactions federal state or local) terminated for cause or default 52249-5 (a)-(f) Hazardous Material Identification and Material Safety Data When subcontract involves hazardous material Utilization of Small Business Concerns and Small Disadvantaged Business Concerns Walsh-Healey Public Contracts Act 52219-8 52222-20 Employment if the subcontract amount 52203-7001

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-29

Page 32: Invitation to Bid (ITB) til the dates - FSU Facilities · Invitation to Bid (ITB) ... Elevator renovation work includes, but is not limited to, ... hands-free telephone instrumen

DIFFENBAUGH BUILDING PHASE 1 ELEVATOR NO 24516 FLORIDA TATE UNIVERSITY

SPECIAL TERMS AND CONDITIONS Payment shall be made in accordance with s 215422 FS which provides that agencies have 5 working days to inspect ampapprove goods ampservices unless bid specifications r the PO specifies otherwise If payment is not available within 40 days measured from t e latter of the date the invoice is received or the goods or services are received inspected an approved a separate interest penalty set by the Comptroller pursuant to s 5503 FS will b due and payable in addition to the invoice amount To obtain the applicable interest rate please contact the University Facilities Payables and Disbursements Section at (850) 644-047 Invoices returned to a vendor due to preparation errors will result in a payment elay Interest penalties of less than $1 will not be paid unless the vendor requests payment The payment period does not begin until all terms of the contract (including shi ping and billing instructions exactly as they are specified on the purchase order) hav been met and a properly completed invoice is provided the University The university reserve all administrative contractual and legal remedies against the contractor or vendor ho breaches any of the contract terms The employment of unauthorized aliens by any contractor is considered a viola ion of Section 274A(e) of the Immigration and Nationality Act If the contractor knowingly emp oys unauthorized aliens such violation shall be cause for cancellation of this purch se order Acceptance of this order serves as certification that the vendor or its principals (a) are not presently debarred suspended proposed for debarment declared ineligible 0 voluntarily excluded from covered transactions by any federal department or agency (b) ve not within a three-year period preceding this proposal been convicted of or had a civil judg ent rendered against them for commission of fraud or a criminal offense in connection with 0 taining attempting to obtain or performing a public (federal state or local) transaction r contract under a public transaction violation of federal or state antitrust statutes or commissio of embezzlement theft forgery bribery falsification or destruction of records rna ing false statements or receiving stolen property (c) are not presently indicted for or oth rwise criminally or civilly charged by a government entity (federal state or local) with commissi n of any of the offenses enumerated in paragraph (b) of this certification and (d) have not wit in a three-year period preceding this applicationproposal had one or more public transactions federal state or local) terminated for cause or default 52249-5 (a)-(f) Hazardous Material Identification and Material Safety Data When subcontract involves hazardous material Utilization of Small Business Concerns and Small Disadvantaged Business Concerns Walsh-Healey Public Contracts Act 52219-8 52222-20 Employment if the subcontract amount 52203-7001

DCSI 010811 ELECTRIC OIL-HYDRAULIC PASSENGER ELEVATOR RENOVATION ORK 14220-29