solicitation itq -687 -1 installation ... - miami-dade county › apps › isd › dpmww › ... ·...

83
Solicitation ITQ - 687 - 1 Installation, Maintenance, and Modernization of Elevators Solicitation Designation: Private Miami - Dade County Solicitation ITQ-687-1 Miami-Dade County 6/15/2018 8:21 AM p. 1

Upload: others

Post on 25-Jun-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

55

66

Solicitation ITQ-687-1

Installation, Maintenance, and Modernization of Elevators

Solicitation Designation: Private

Miami-Dade County

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 1

Page 2: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

5

6

Solicitation ITQ-687-1

Installation, Maintenance, and Modernization of Elevators

Solicitation Number    ITQ-687 -1

Solicitation Title    Installation, Maintenance, and Modernization of Elevators

Solicitation Start Date Jun 15, 2018 10:21:11 AM EDT

Solicitation End Date Jul 17, 2018 6:00:00 PM EDT

Question & Answer

End Date Jul 11, 2018 12:00:00 PM EDT

Solicitation Contact    Brian Webster

Procurement Contracting Officer 2

ISD - Procurement Management Services

305 -375 -2676

[email protected]

Solicitation Contact    Jesus Lee

305 -375 -4264

[email protected]

Solicitation Contact    Vanessa Lauchaire

Procurement Contracting Manager

ISD - Procurement Management Services

305 -375 -4263

[email protected]

Contract Duration    See Bid Documents

Contract Renewal    Not Applicable

Prices Good for    60 days

Solicitation Comments The purpose of this Invitation to Quote (ITQ) is to secure sealed quotes from Bidders to furnish all materials, tools, equipment,

labor, services, permits, and licenses necessary for the full maintenance and for the modernization of the following

equipment, but not limited to: elevators, escalators, dumbwaiters, manlifts, moving walks, conveyors, cranes, traveling

sidewalks, people movers, merchandise movers, wheelchair lifts, and all related equipment located at Miami -Dade County

owned or leased buildings..

See Attachment A “Work Scope” , for the work scope, and Attachment B “Bid Submittal Form ” , for the description of

conveyance equipment. The terms and conditions of Contract Number RTQ-00687 are applicable to this quotation.

This ITQ is only extended to those firms that have been previously deemed pre-qualified to participate in

spot market quotations.

Item Response Form

Item     ITQ-687 -1--01-01 - ITQ-687 -1

Quantity    1 each

Prices are not requested for this item.

Delivery Location          Miami -Dade County

Miami-Dade County

  111 NW 1st Street

  Suite 1300

  Miami FL  33128

Qty 1

DescriptionComplete pricing submission by completing Attachment B 

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 2

Page 3: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

5

6

Solicitation ITQ-687-1

Installation, Maintenance, and Modernization of Elevators

Solicitation Number    ITQ-687 -1

Solicitation Title    Installation, Maintenance, and Modernization of Elevators

Solicitation Start Date Jun 15, 2018 10:21:11 AM EDT

Solicitation End Date Jul 17, 2018 6:00:00 PM EDT

Question & Answer

End Date Jul 11, 2018 12:00:00 PM EDT

Solicitation Contact    Brian Webster

Procurement Contracting Officer 2

ISD - Procurement Management Services

305 -375 -2676

[email protected]

Solicitation Contact    Jesus Lee

305 -375 -4264

[email protected]

Solicitation Contact    Vanessa Lauchaire

Procurement Contracting Manager

ISD - Procurement Management Services

305 -375 -4263

[email protected]

Contract Duration    See Bid Documents

Contract Renewal    Not Applicable

Prices Good for    60 days

Solicitation Comments The purpose of this Invitation to Quote (ITQ) is to secure sealed quotes from Bidders to furnish all materials, tools, equipment,

labor, services, permits, and licenses necessary for the full maintenance and for the modernization of the following

equipment, but not limited to: elevators, escalators, dumbwaiters, manlifts, moving walks, conveyors, cranes, traveling

sidewalks, people movers, merchandise movers, wheelchair lifts, and all related equipment located at Miami -Dade County

owned or leased buildings..

See Attachment A “Work Scope” , for the work scope, and Attachment B “Bid Submittal Form ” , for the description of

conveyance equipment. The terms and conditions of Contract Number RTQ-00687 are applicable to this quotation.

This ITQ is only extended to those firms that have been previously deemed pre-qualified to participate in

spot market quotations.

Item Response Form

Item     ITQ-687 -1--01-01 - ITQ-687 -1

Quantity    1 each

Prices are not requested for this item.

Delivery Location          Miami -Dade County

Miami-Dade County

  111 NW 1st Street

  Suite 1300

  Miami FL  33128

Qty 1

DescriptionComplete pricing submission by completing Attachment B 

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 3

Page 4: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

Page 1 of 24

INVITATION TO QUOTE (ITQ) NO: ITQ687- 1 for RFQ-00687 ITQ CLOSE DATE/TIME: July 17, 2018 / 6:00PM ITQ TITLE: Installation, Maintenance, and Modernization of Elevators CONTACT PERSON: Brian Webster CONTACT PHONE/ EMAIL: 305-375-2676 ISSUING DEPARTMENT: Miami-Dade County Internal Services Department Rev: 6/13/18 Procurement Management Services

SECTION 1 – GENERAL TERMS AND CONDITIONS GENERAL TERMS AND CONDITIONS:

All general terms and conditions of Miami-Dade County Procurement Contracts are posted online. Bidders/Proposers that receive an

award through Miami-Dade County's competitive procurement process must anticipate the inclusion of these requirements in the

resultant Contract. These standard general terms and conditions are considered non-negotiable subject to the County's final approval.

All applicable terms and conditions pertaining to this solicitation and resultant contract may be viewed online at the Miami-Dade County

Procurement Management website by clicking on the below link:

http://www.miamidade.gov/procurement/library/boilerplate/general-terms-and-conditions-r18-1.pdf

NOTICE TO ALL BIDDERS: Electronic bids are to be submitted through a secure mailbox at BidSync (www.bidsync.com) until the date and time as indicated in this

Solicitation document. It is the sole responsibility of the Bidder/Proposer to ensure their proposal reaches BidSync before the Solicitation

closing date and time. There is no cost to the Bidder/Proposer to submit a proposal in response to a Miami-Dade County solicitation

via BidSync. Electronic proposal submissions may require the uploading of electronic attachments. The submission of attachments

containing embedded documents or proprietary file extensions is prohibited. All documents should be attached as separate files.

For information concerning technical specifications please utilize the question/answer feature provided by BidSync at www.bidsync.com

within the solicitation. Questions of a material nature must be received prior to the cut-off date specified in the solicitation. Material

changes, if any, to the solicitation terms, scope of services, or bidding procedures will only be transmitted by written addendum. (See

addendum section of BidSync site).

PLEASE NOTE THE FOLLOWING: No part of your proposal can be submitted via HARDCOPY, EMAIL, OR FAX. No variation in price

or conditions shall be permitted based upon a claim of ignorance. Submission of a proposal will be considered evidence that the

Bidder/Proposer has familiarized themselves with the nature and extent of the work, and the equipment, materials, and labor required.

The entire proposal response must be submitted in accordance with all specifications contained in the solicitation electronically.

It is the policy of Miami-Dade County that all elected and appointed County officials and County employees shall adhere to the Public

Service Honor Code (Honor Code). The Honor Code consists of minimum standards regarding the responsibilities of all public servants

in the County. Violation of any of the mandatory standards may result in enforcement action. (see Implementing Order 7-7)

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 4

Page 5: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

Page 2 of 24

SECTION 2 - SPECIAL TERMS AND CONDITIONS

GENERAL PROVISIONS

2.1. PURPOSE

The purpose of this Invitation to Quote (ITQ) is to secure sealed quotes from Bidders to furnish all materials, tools, equipment, labor, services, permits, and licenses necessary for the full maintenance and for the modernization of the following equipment, but not limited to: elevators, escalators, dumbwaiters, manlifts, moving walks, conveyors, cranes, traveling sidewalks, people movers, merchandise movers, wheelchair lifts, and all related equipment located at Miami-Dade County owned or leased buildings.. See Attachment A “Work Scope”, for the work scope, and Attachment B “Bid Price Form”, for the description of conveyance equipment. The terms and conditions of Contract Number RTQ-00687 are applicable to this quotation. This ITQ is only extended to those firms that have been previously deemed pre-qualified to participate in spot market quotations.

2.2. TERM The pre-qualification pool shall commence on the first calendar day of the month succeeding approval by the Board of County Commissioners, or designee, unless otherwise stipulated in the Blanket Purchase Order which is distributed by the County's Internal Services Department, Procurement Management Services Division, and contingent upon the completion and submittal of all required RTQ documents. The pre-qualification pool shall expire on the last day of the last month of the sixty (60) month period.

2.3. CONTRACTUAL DEFINITIONS

A. "Applicable Department" means the County department(s) using the service contract.

B. "Complaint" means any written charge/allegation presented to the Elevator Contract Administrator from Internal Services Department (ISD) alleging a practice prohibited by the Ordinance.

C. "Contracting O fficer" means the representative of the Procurement Management Services Department, assigned to

manage this solicitation.

D. “Contract Documents” or “Contract” means collectively; the Invitation to Quote, all associated addenda, and the Bidder’s bid proposal.

E. "County" means the government of Miami-Dade County. F. "Covered employee" means anyone employed by any Awarded Bidder, as further defined in County Code Section

2-8.9, either full or part time, as an employee with or without benefits that is providing covered services pursuant to the Awarded Bidder's contract with the County.

G. "Covered employer" means any and all Awarded Bidders and subcontractor Bidders of Awarded Bidders providing

covered services. The Awarded Bidder is any individual, business entity, corporation (whether for profit or not-for-profit), partnership, limited liability company, joint venture, or similar business that is conducting business in Miami-Dade County or any immediately adjoining county and meets the following criteria:

1. the Awarded Bidder is paid in whole or in part from the County's general fund, capital projects funds, special

revenue funds, or any other funds either directly or indirectly, for contracted covered service whether by competitive bid process, informal bids, requests for proposals, some form of solicitation, negotiation, or agreement, or any other decision to enter into a contract; and

2. the Awarded Bidder and any subcontractor is engaged in the business to provide covered services either

directly or indirectly for the benefit of the County; or

3. the Awarded Bidder is a General Aeronautical Service (GASP) Permittee or otherwise provides any of the

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 5

Page 6: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

Page 3 of 24

covered services defined herein at any Miami-Dade County Aviation Department facility including Miami International Airport pursuant to a permit, lease agreement or otherwise.

H. "Debar" means to exclude a Awarded Bidder, its individual officers, its principal shareholders, its qualifying agent

or its affiliated businesses from County contracting and subcontracting for a specific period of time, not to exceed five (5) years, pursuant to section 10-38 of the Code of Miami-Dade County.

I. Elevator Contracts Administrator” means the designated representative of ISD’s Office of Elevator Safety.

J. “Project Manager" means the person assigned under a contract, usually a Miami-Dade County Department Director

or their designee, who has primary responsibility to manage the contract and enforce contract requirements. 2.4. TECHNICAL DEFINITIONS

A. Elevator Contracts Administrator is the representative from the Internal Services Department, who is designated to

manage regulatory and contract performance compliance at the Office of Elevator Safety. The Elevator Contracts Administrator is designated to coordinate and monitor efforts of the Awarded Bidder. The ISD contract administrator is responsible for managing the contract on behalf of Miami-Dade County and has full authority to enforce compliance with the terms, conditions, provisions and work scope of this contract in conjunction with the contracting officer.

B. Elevator Contracts Supervisor is the representative from the Internal Services Department (ISD), Office of Elevator

Safety, 201 West Flagler Street, Miami, Florida 33130-1510, (305) 375-1555. The Elevator Contracts Supervisor assists the Elevator Contracts Administrator in coordinating and monitoring efforts of the Awarded Bidder.

C. "Elevator Equipment", “Conveyance Equipment”, “elevators”, or “the equipment” is a term used as a group designation

of all equipment described in the contract documents, and refers to any and/or all of the "Equipment to be Maintained" and may include any or all of the following, but not limited to: elevators, escalators, moving walks, dumbwaiters, man lifts, conveyers, cranes, traveling sidewalks, people movers, merchandise movers, wheelchair lifts, etc.

D. Critical Elevators are high-speed elevators, and/or serve buildings with more than three floors, and/or have a high

public traffic rate, and/or serve medical facilities. Critical elevators will be identified by the County, post award. E. Non-Critical Elevators: are low speed elevators serving buildings with no more than three floors, and/or which

are not necessary for the regular operation of said buildings. Non-critical Elevators will be identified by the County, post Award.

F. Call-Back Service is any service call or emergency call other than regular preventive maintenance calls. G. Regular Callback Service consists of responding (within 1-hour) to requests from the County by telephone or

other means during regular working hours (Monday through Friday 7:00 AM to 5:00 PM) of the elevator and/or escalator trade.

H. Stand-by Rate is the hourly rate applicable for performing a Standby Service, as defined by Paragraph I below.

I. Standby Service consists of providing a Mechanic at a project site to be available for a possible elevator shutdown during facility events, emergency situations such as inclement weather, and/or elevator operational conditions.

J. Interim Maintenance shall apply to conveyance equipment currently not in service. Interim Maintenance shall include

the same provisions as for full maintenance provided for in the bid specification except for call-backs, and with the understanding that covered units shall not be put into operation by the owner. See Paragraph 2.14 “Interim Maintenance” for additional requirements.

K. Overtime callback service consists of the Awarded Bidder responding to jobsite (within 2- hours) to requests from

the County by telephone to Company's answering service or call-center during other than regular working hours (Monday through Friday 7:00 AM to 5:00 PM).

L. Minor Work shall generally be considered as that which can be performed by one mechanic (i.e. call backs,

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 6

Page 7: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

Page 4 of 24

replacement of key switches, relays, trouble shooting, etc.), not requiring engineering and supervision. M. Major Work shall generally be considered as that which must be performed by a specialized team (Mechanic,

Technician, Adjuster, Helper, etc.), for the repair or replacement of hoist ropes, drive motors, re-wiring of entire controllers, (not component re-wire), etc.

N. Modernization shall be understood to be the process of conveyance equipment replacement or the upgrading of the controller and other critical parts in order to integrate new technology, improve performance, and improve safety.

O. Non-Proprietary Equipment when referenced, shall apply to minor or major work of equipment and shall mean that

the parts or components which are specified shall be non-proprietary and are made readily available for sale at reasonable market prices to any person or entity, without any restriction. This includes the access to purchase, lease or license of service tools, diagnostic memory cards, specialized service equipment, wiring diagrams, program changes and special maintenance and adjustment manuals.

P. Emergency is an unexpected situation or sudden occurrence involving the covered equipment of a serious nature

that demands immediate action and response by the Awarded Bidder. See Paragraph 2.12 “Service Calls”.

2.5. PRE-BID SITE INSPECTION Prior to the Bidder submitting its bid, it is advisable that the Bidder visit the site(s) of the proposed work and become familiar with any conditions which may in any manner affect the work to be done or affect the equipment, materials and labor required. Information regarding the time, date, and location of the site inspection is posted in BidSync. It is the County’s intent to afford Bidders an opportunity to perform a limited view spot check of the overall condition of typical equipment to be maintained. The Bidder is also advised to examine carefully the attachment(s), as part of this solicitation. The Bidder shall become thoroughly informed regarding any and all conditions and requirements that may in any manner affect the work to be performed under the contract. The County completed an inspection report of Kone equipment to be serviced by this contract. The complete survey report is available as Attachment G, with an active link to the reports. If the link is unavailable, post a notice in BidSync and access will be facilitated.

2.6. METHOD OF AWARD The County will execute multiple awards, by group. Each group will be awarded to the Bidder having submitted the lowest responsive and responsible bid in the aggregate for all bid items in a group. If a Bidder(s) fails to submit an offer for all items within a group, its offer for that specific group will be rejected. Groups are identified on the attachment titled “Bid Price Form”. Each group awarded, 1 through 6, will include standard rates quoted under Group 7. In accordance with Attachment B, bid groups are defined as follows: • Group 1: AVIATION

Equipment total: 102 • Group 2: AVIATION

Equipment total: 96 • Group 3: AVIATION

Equipment total: 123 • Group 4: INTERNAL SERVICES DEPARTMENT (HOUSING, CHILDREN'S COURTHOUSE, HICKMAN, JOSEPH

CALEB, OVERTOWN TRANSIT VILLAGE) Equipment total: 41

• Group 5: TRANSIT

Equipment total: 27

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 7

Page 8: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

Page 5 of 24

• Group 6: SEAPORT Equipment total: 42

• GROUP 7: ADDITIONAL CHARGES FOR EMERGENCY SERVICE AT EACH OF THE ABOVE LOCATIONS

Rate Total: 27

2.7. COMPETENCY OF BIDDER The importance of maintaining specified conveyance equipment in a safe and satisfactory operating condition demands that the Bidder, if other than the original manufacturer, be completely qualified to perform maintenance service work to equipment identified by the contract documents. A. Requirements (for all Groups)

Bidders shall demonstrate that they have available under their direct employment supervision the necessary organization and facilities to properly fulfill all the services and conditions required under the work scope. Bidder shall submit with its bid the following information, along with Attachment C “Bid submittal Checklist”:

1. A statement that the Bidder: 1) has maintained an organization capable of performing the work hereinafter described,

in continuous operation for at least the past five (5) years; 2) agrees to use trained personnel directly employed and supervised by the Bidder and that the personnel have adequate experience and possess adequate skills in maintenance of conveyance equipment similar to that in the County named buildings.

2. Submit the names of the key employees in the areas of supervision, management, and control of this contract. Identify

their functions in the company, title and number of years of service with the Bidder's firm and years of experience in the maintenance of conveyance equipment.

3. For each Technician, submit a Certificate of Competency as either a Certified Elevator Technician or Certified Elevator

Inspector, issued by Florida Department of Business Regulation, Division of Hotels and Restaurants, Bureau of Elevator Safety. Each Technician hired in the future shall have such a certificate before performing work under the contract and shall maintain their certification for the term of the contract. For the Mechanic(s), submit a current Certificate of Competency issued by the State of Florida, as a Certified Elevator Technician, or as a Certified Elevator Inspector as required by Florida Statute Chapter 399. Helpers and apprentice mechanics may be used solely as an assistant, and only under the direct supervision of a mechanic, as required by Florida Statute Chapter 399.

4. In accordance with the Code of Miami-Dade County, Florida, Section 10-3 (B), any person, firm, corporation or joint

venture who will tender a bid, at the time such bid is received by the County, shall hold a valid Registration for Elevator Maintenance Services work issued by the State of Florida Bureau of Elevator Safety, qualifying said person, firm, corporation or joint venture to perform the work proposed. If work for other trades is required in conjunction with this Solicitation and will be performed by a subcontractor(s), an applicable Certificate of Competency issued for the subcontractor(s) shall be submitted with the Bidder's bid. The County may at its option, allow the Bidder to supply a Certificate of Competency to the County during the bid evaluation period.

5. Provide a written list of the source of major replacement parts such as (but not limited to) rotating elements, worms

and gears commutator bars, field coils, and armatures for drive machines. Indicate which of the parts are routinely available at your facilities and the approximate length of time it would take to obtain those parts. The lead time for all such parts shall not exceed five (5) business days.

6. If group supervisory control or solid state or microprocessor control systems are included in the equipment covered

by the work scope, the Bidder must have at least five (5) years of experience with similar Control systems and must provide with its bid a detailed written statement of such experience, including the name of company of building serviced, name of representative responsible for supervising the contract for such company or building and complete description of elevator characteristics. A letter of reference on said company or building letterhead shall be submitted with the bid. This requirement may be waived at the discretion of the County Elevator Contracts Administrator for original manufacturer(s) of said equipment.

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 8

Page 9: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

Page 6 of 24

7. If the work scope includes the modernization of equipment that was originally installed by various manufacturers at different sites, the operational significance of this equipment is such that the Bidder shall demonstrate to the satisfaction of the County, that the Bidder has sufficient engineering and technical experience with the modernization of this vintage and type of equipment. i. List five (5) projects of a similar nature performed within the last ten (10) years. ii. List the names, addresses and phone numbers of the principals/owners of the above. iii. List the scope of work performed at each location. iv. List the original name, manufacturers of equipment and vintage of equipment at each location in 'i' above. v. List whether the Bidder still maintains the equipment.

8. Bidder's shall have access to a motor repair shop capable of rewinding field coils, brake coils and armatures for use

in elevators and/or escalators similar to those included in the work scope or Bidder is to supply the name and address of a separate business or company, which they may subcontract with for this service. Separate trade, machine, and motor repair shops shall be considered subcontractors. Spare parts may be supplied by a manufacturer "Parts Lending" program. See Parts Lending Program requirements of Section 3. A copy of the Parts Lending agreement between the Bidder and the Manufacturer, or successors to the firm, must accompany the bid. If the original manufacturer is no longer in business, a Parts Lending Plan will be required with the component manufacturers.

B. Local Facilities

1. Bidder shall maintain an office within the geographic boundaries of Miami-Dade, Broward, Monroe, and Palm Beach

Counties, Florida and shall identify the current or planned location and address of the office that will serve this contract. Bidders not located in the state of Florida at the time bids become due, shall: 1) present proof of having acquired a business license in the state of Florida within thirty days following notification of being the apparent low Bidder for a group; 2) shall identify the location of its office within sixty (60) days following receipt of its business license (supported by a lease or proof of purchase of a facility); and 3) establish an office as required with ninety (90) days following contract award.

2. Bidder shall identify the current or planned location and address of the warehouse or other similar facility that will

serve this contract. This facility shall be located at a distance that will ensure compliance with the required response

times for equipment being serviced, in accordance with Paragraph 2.12 “Service Calls”. If the Bidder does not have a

warehouse or similar facility established, as herein defined, at the time bids are due, the Bidder shall verify the location

of this facility within sixty (60) days following receipt of its business license (supported by a lease or proof of purchase

of a facility). The local facility, which must be conveniently located for response times for the equipment being served,

has or is equipped with spare parts as herein after specified in Paragraph 3.13 "Parts".

Bidder shall provide a statement that its facilities are equipped with:

i. Machine shop facilities containing a minimum of two lathes, drill press, power hacksaw, milling machine and a ten-ton hydraulic press. One of the lathes shall be capable of handling stock 18" X 60".

ii. Turning tools capable of turning any hoisting machine and motor generator commutator. iii. Machine tools capable of turning main motor drive sheaves grooves on the machine. iv. Testing facilities with reversing ammeters, reversing voltmeters, and power sources capable of supplying voltages

from 0 to 600 volts AC or D.C. List any other testing equipment on hand for adequate testing and analysis in case of problems and for preventive maintenance. In lieu of the requirements of this paragraph above, the Bidder may have replacement parts, which would make these machines and tools unnecessary. The listing of the sources for parts is required. A "Parts Lending" program with manufacturer(s) of Original Equipment will be satisfactory.

C. Bid Price Form

Bidder shall submit pricing using Attachment B “Bid Price Form”, with its bid submission. The Bidder’s prices shall remain fixed for a period no less than one (1) year term of the contract, commencing on the award date. One copy of the form

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 9

Page 10: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

Page 7 of 24

shall be submitted in PDF (the official submission document) and a second copy of the form shall be submitted in Excel format for the purpose of data compilation.

2.8. CONTRACT PRICES

Bidder is required to submit pricing for the contract work, for item identified on Attachment B “Bid Price Form”.

2.8.1 Routine Monthly Maintenance

The monthly maintenance service rate is inclusive of all labor, material, and equipment to: 1) perform routine maintenance, in a manner and at a frequency as specified by the contract, and 2) repair each elevator, escalator, or moving walkway in manner that supports reliable operation of maintained equipment, which includes Minor Work and Major Work. The pricing components of routine monthly maintenance are:

1. Labor Rate

For the maintenance period specified by the ITQ, this rate shall be fully loaded, including labor, equipment, overhead and profit, travel time, and any other cost to the Awarded Bidder. This rate is defined as straight-time for all labor, except as may be noted on the Bid Price Form. The Awarded Bidder shall comply with minimum wage standards and any other applicable laws of the State of Florida.

2. Material Rate

For the maintenance period specified by the ITQ, this rate shall be inclusive of material required for the maintenance and repair of equipment to be maintained to ensure safe operation, as specified by this document.

2.8.2. Repair Required Due to Special Conditions

A. The Awarded Bidder shall be entitled to the direct payment of its labor and material for all work not associated with monthly maintenance, as a special condition. All rates defined by this paragraph shall be fully loaded, including labor, equipment, overhead and profit, travel time, and any other cost to the Awarded Bidder. Compensation for work under this provision is solely identified as Vandalism and Acts of God.

B. The County Facility Manager may direct the Awarded Bidder in writing to perform work, other than

maintenance. In the event the County directs other work, the County agrees to pay the Awarded Bidder for all required labor, material and equipment, as per Attachment B, as may be needed for items of work described below, authorized by the County:

1. Maintenance of: cabs, including wall panels, floor, finish of handrails; cab and hoistway door panels,

frames, sills; steel guide rail replacement; heat and smoke sensors; power feeder switches, their wiring and fusing; hydraulic cylinder and piping, if located underground; removal and/or refinishing of balustrades and trim moldings of escalators. If repair, and/or replacement, and/or refinishing of any of the above items are necessitated due to the act or omission of the Awarded Bidder, such cost shall be borne by the Awarded Bidder, at no cost to the County. The Awarded Bidder shall be obligated to advise the County within 24 hours from the discovery of any condition which may adversely affect the above equipment, the correction of which is not within the Awarded Bidder's control.

2. Repair or replacement that is necessitated by reason of negligence, accident, or misuse of equipment

and apparatus including door entrance, cars, fixtures or due to any other causes beyond the Awarded Bidder's control; installation of new attachments or features on the conveyance equipment that are non-existent on the date of this contract; modification to or modernization of existing equipment not otherwise included; or perform tests recommended or directed by insurance companies, state, municipal or other governmental authorities, which are either unscheduled at that time by the Awarded Bidder or not required by this contract.

C. All work under Paragraph 2.8.2 will require the Awarded Bidder to prepare and submit to the County an estimate

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 10

Page 11: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

Page 8 of 24

for labor, material, and equipment required in advance of the commencement work. Upon the written approval of the County Facility Manger, the total amount of the Awarded Bidder’s estimate, as approved by the County in writing, shall remain firm and fixed for the scope of work. In no event will the Awarded Bidder be due additional compensation in excess of the approved amount unless a change to site conditions is identified by the Awarded Bidder and is verified by the County. Upon the discovery of a differing site condition, the Awarded Bidder shall promptly notify the County’s Facility Manager. The County will issue a written determine of entitlement for additional compensation.

D. The established rate per hour for regular and overtime labor for Mechanics, Helpers, and Adjusters shall be

separated into Standby, Minor and Major work as defined by Paragraph 2.4. Rates shall be provided by the Bidder using Attachment B “Bid Price Form”.

If special condition repair service is required, the following applies: 1. Standard Labor Rate

Straight-time for all labor, except as may be noted on the Bid Price Form. The Awarded Bidder shall comply

with minimum wage standards and any other applicable laws of the State of Florida.

The Awarded Bidder shall provide the County representative with a written estimate of the cost of the repair

effort, inclusive of the rate and applicable hours. Upon the written approval of the County, the Awarded Bidder

shall be entitled to compensation in the amount approved by the County.

2. Stand By Labor Rate

As defined by Paragraph 2.4 (H). 3. Overtime Time Labor Rate (Sunday and Holidays)

This rate is defined as premium time for Sundays and holidays. All other requirements of Paragraph 2.8.2

(D)(1) above, shall apply.

4. Overtime Time Labor Rate (Nights, and other non-standard times (except Sundays and holidays)

This rate is defined as premium time for nights and other non-standard times, except Sundays and holidays.

All other requirements of Paragraph 2.8.2 (D)(1) above, shall apply.

5. Material Component

The Awarded Bidder shall be entitled to compensation equal to actual costs plus a markup as proposed by the Bidder, to be evidenced by a paid material invoice(s). The percentage of the material markup shall be recorded by the Bidder on Attachment B “Bid Price Form”, for a value not to exceed 20%.

2.9. PRICE ADJUSTMENT

Upon the request of the Awarded Bidder, the County may consider an adjustment to the labor and material costs for routine maintenance, on a year to year basis, as herein specified. It is understood and agreed that the Awarded Bidder will not be entitled to an adjustment, notwithstanding any objective criteria to the contrary, and that approval of a price adjustment is at the sole and absolute discretion of the County and is a matter of grace, not entitlement. It is the Awarded Bidder’s responsibility to request a price adjustment under this provision, on or before October 1 of the current year. The effective date for a price adjustment is January 1, of the following calendar year. In no event shall an Awarded Bidder be due a price adjustment within the initial 12 month period, commencing from the award date. Note, the first eligibility date for an adjustment may exceed a one year period. For an adjustment (labor and material) to commence on the eligibility date, the Awarded Bidder’s request for an adjustment shall be received, via email, by the County’s Contracting Officer by no later than October 1, of the current year. If no adjustment

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 11

Page 12: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

Page 9 of 24

request is received from the Awarded Bidder by October 1 of the current year, the County will assume that the Awarded Bidder has agreed to have its prices remain firm and fixed for the following calendar year. At time Miami-Dade County may consider adjustment to price based on, among other things: A. The Awarded Bidder shall provide the County’s Procurement Contracting Officer with the current year labor rate published

by the International Union of Elevator Constructors, Local #71 Mechanic Rate, Miami FL. The Awarded Bidder may be granted a rate increase equal to the percent of the change to the Local #71 Mechanic rate, Miami FL for the current year from the previous approved rate. In no event shall the net change for labor exceed three percent (3%).

B. Materials Components of the Maintenance Service Price is based on the Producer Price Index (PPI), Commodity NAICS

Code # 333921; Elevator and Moving Stairway Manufacturing. The Awarded Bidder may be granted a material rate increase equal to the percent of the change to the PPI for the current year from the PPI of previous approved rate, based on the month of October. In no event shall the net change for material exceed three percent (3%).

C. The Awarded Bidder’s performance history. D. The County’s ability to accommodate the requested price adjustment. E. Any other factor deemed relevant by the County’s Contracting Officer.

2.10. INSURANCE

Awarded Bidder shall indemnify and hold harmless the County and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorneys’ fees and costs of defense, which the County or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of this Agreement by the Awarded Bidder or its employees, agents, servants, partners principals or subcontractors. Awarded Bidder shall pay all claims and losses in connection therewith and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the County, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney’s fees which may issue thereon. Awarded Bidder expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by Awarded Bidder shall in no way limit the responsibility to indemnify, keep and save harmless and defend the County or its officers, employees, agents and instrumentalities as herein provided. The Awarded Bidder shall furnish to the Internal Services Department / Procurement Management Services, 111 NW 1st Street, Suite 1300, Miami, Florida 33128-1989, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below:

A. Worker’s Compensation Insurance for all employees of the Contractor as required by Florida Statute 440. B. Commercial General Liability Insurance on a comprehensive basis, in an amount not less than $10,000,000 combined

single limit per occurrence for bodily injury and property damage. Policy must be endorsed to include coverage for Products and Completed Operations. Miami-Dade County must be shown as an additional insured with respect to this coverage.

C. Automobile Liability Insurance covering all owned, non-owned and hired vehicles used in connection with the work, in an

amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage.

All insurance policies required above shall be issued by companies authorized to do business under the laws of the State of Florida, with the following qualifications:

The company must be rated no less than “A-” as to management, and no less than “Class VII” as to financial strength,

by Best’s Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent, subject to the approval of the County Risk Management Division.

or

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 12

Page 13: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

Page 10 of 24

The company must hold a valid Florida Certificate of Authority as shown in the latest “List of All Insurance Companies Authorized or Approved to Do Business in Florida” issued by the State of Florida Department of Financial Services. *Under no circumstances are Awarded Bidders permitted on the Aviation Department, Aircraft Operating Airside (A.O.A) at Miami International Airport without increasing automobile coverage to $5 million. Only vehicles owned or leased by a company will be authorized. Vehicles owned by individuals will not be authorized. $1 million limit applies at all other airports.

NOTE: CERTIFICATE HOLDER MUST READ: MIAMI-DADE COUNTY

111 NW 1ST STREET SUITE 2340 MIAMI, FL 33128 2.11. WORKING HOURS – REGULAR TIME AND OVERTIME SERVICE PROVISIONS

A. The mechanic shall report to the Project Manager or designated County representative upon arrival and departure from

County facilities. B. The Awarded Bidder shall perform all work required by this contract including examination, cleaning, adjustment,

lubrication, repairs and replacement during regular working hours of the conveyance equipment trade. Shut downs approximately 15 minutes to an hour are permitted to perform non-emergency inspections and repairs, and routine maintenance; except as otherwise noted. Scheduled Shut-Down for major work and longer than an hour in duration may be at overtime rates between 6:00 P.M. and 7:00 A.M. weekdays, or on weekends and holidays, and require prior approval from the Project Manager.

The Awarded Bidder shall conduct monthly tests of elevator portion of emergency power operation and firefighter service Phase I and II if so equipped. Maintain log of tests and results as specified in Attachment A, Paragraph 3.7(J).

C. There are some facilities where all scheduled shutdown maintenance and repair must be performed after normal working

hours, during non-peak hours. These facilities will be identified on the Bid Price Form. All scheduled work requiring shut-down of this identified equipment except emergencies and major repairs which exceed eight (8) hours, shall be performed after normal hours, on a schedule to be determined by the Project Manager or designee. Major repair work, which exceeds the normal agreed upon after hour's shift, if still on overtime, shall be compensated to the Awarded Bidder as described in Paragraph 2.8.2.

D. This contract includes emergency, minor adjustments and call-back service during regular working hours and other than

regular working hours, at no additional charge. E. The Awarded Bidder shall provide regular and overtime call back service when requested in writing by the Project Manager

or designated representative. F. If the County requests the Awarded Bidder to perform overtime repairs covered in the contract, the current established

regular time rate shall be absorbed by the Awarded Bidder. The County will compensate for overtime hours at the current established overtime rate less the regular rate.

G. If the County requests the performance of regular or overtime call-back service to make adjustment or repair work for

which the contract does not provide, the Awarded Bidder will be compensated for the time required to perform the work plus travel time to the project site only at the current established regular or overtime rate.

H. If Minor or Major Work repairs that is covered in the contract become required during Standby Service, as defined by

Paragraph 2.4., no additional compensation will be due to the Awarded Bidder for work during regular time. The County will however compensate the Awarded Bidder for overtime by providing compensation as the differential between the established overtime rate less and the regular time rate. Work covered in the contract is defined by Paragraph 2.8.1.

If Minor or Major work repairs are required, which are not covered in the contract, during Standby Service, the Awarded Bidder will be compensated for the time required to perform the work at the current established regular or overtime rate. Work not covered in the contract is defined by Paragraph 2.8.2.

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 13

Page 14: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

Page 11 of 24

J. The established charge per hour for regular and overtime labor for Mechanics, Helpers, and Adjusters shall be as stipulated

by the Awarded Bidder in the space provided on Attachment B “Bid Price Form”.

2.12. SERVICE CALLS The Awarded Bidder shall respond to service calls twenty-four (24) hour per day, seven (7) days a week. During regular working hours, Monday through Friday 7:00 AM to 5:00 PM, the service call response time shall be within one (1) hour after telephonic, verbal, or electronic notification by the County. During other than regular working hours, the service call response time shall be within two (2) hours after notification by the County. Field crews must be equipped with a smart phone or other communication and hand held computing device for immediate contact and/or dispatch.

2.13. PRICING FOR REPAIR AND MODERNIZATION A. Repairs

The Awarded Bidder shall perform repairs needed to ensure all Conveyance Equipment is restored to a state of safe and reliable service, in accordance with industry standards and all applicable codes. An assessment of existing conditions and repair work shall commence upon contract award. Within 30 days after the execution of the contract, the Awarded Bidder shall submit an inspection and repair schedule for review and approval by the County. Upon the County’s approval of the Inspection and Repair Schedule, the Awarded Bidder shall inspect equipment, as scheduled, and subsequently prepare and submit an estimate for repair, if repairs are required. The County will review the estimate, and upon mutual agreement of the repair effort and the associated costs by the parties, work will commence on a Time and Material basis. If the Awarded Bidder believes it will exceed the amount of the approved estimate due to unforeseen site conditions, the Awarded Bidder shall notify the County prior to expending no more that 50% of the approved repair budget and correcting the unforeseen site condition. At the time of notification, the County will verify the condition. The parties shall either agree to a revised estimate for repair and the extra work effort shall commence or the Awarded Bidder will continue the repair effort for the original scope of repairs.

B. Modernization

Modernization shall be understood to be the process of conveyance equipment replacement or the upgrading of the controller and other critical parts in order to integrate new technology, improve performance, and improve safety. In the event the County orders the modernization of conveyance equipment, the Awarded Bidder(s) prequalified to participate in the pool established by RTQ-00687, shall provide a firm fixed bid price for the modernization work, as specified by an Invitation to Quote. The Awarded Bidder’s price shall be inclusive of all labor, material, equipment, overhead and profit, and other costs required to perform the work as specified. This offer shall be stated in the Bid Proposal. If this offer is not stated in the Bid Proposal, the Proposal shall be considered non-responsive and ineligible for award. The County reserves the right to accept or reject this offer. If the County accepts this offer it shall be understood that the Bidder agrees to enter into a contract for parts and repairs, which are required in conjunction with the modernization work. This Contract shall be in effect for a period to be determined at the time of the request for bids. The County reserves the right to solicit modernization work at a standalone project, via an open and public solicitation.

2.14. INTERIM MAINTENANCE

Interim Maintenance shall apply to conveyance equipment currently not in service. Interim Maintenance, also known as caretaker service, is to provide for the care and minimal operation of equipment, which is completed, but not put into operation by owner or certified by Building and Zoning. This category of work will also include existing conveyance equipment, which is no longer needed in operation for a protracted period of time, but will be restored to operation when needed. Interim Maintenance shall include the same provisions as full maintenance provided for in the work scope, except for call-backs, and with the understanding that covered equipment will not be put into operation by the owner. It is also understood that the equipment during this period is within the full control of the Awarded Bidder for starting, running, scheduling routine maintenance, tests, etc. The Awarded Bidder shall be fully responsible for the equipment including deterioration due to lack of

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 14

Page 15: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

Page 12 of 24

use. Units may be added and deleted from the list of equipment scheduled for Interim Maintenance during the term of the contract, at prices quoted on the Proposal Submittal Form.

2.15. LABOR, MATERIALS, AND EQUIPMENT SHALL BE SUPPLIED BY THE BIDDER Unless otherwise provided in Section 3, Attachment A, of this Solicitation entitled "Technical Specifications", the Awarded Bidder shall furnish all labor, material and equipment necessary for satisfactory contract performance. When not specifically identified in the work scope, such materials and equipment shall be of a suitable type and grade for the purpose. All material, workmanship, and equipment shall be subject to the inspection and approval of the County's Project Manager.

2.16. SUBCONTRACTORS

A. Nothing contained in the work scope shall be construed to create any contractual relationship between any sub-Awarded Bidder and the County.

B. The Awarded Bidder shall be as fully responsible to the County for the acts and omissions of the sub-Awarded Bidders

and persons employed by them as they are for acts and omissions of persons directly employed the Awarded Bidder. 2.17. CONTRACT ENFORCEMENT

In order to assure that Miami-Dade County receives the quality of work and response time necessary to ensure the safety of the passengers of the covered equipment, and achieve the maximum designed life cycle of the covered equipment, the contract administrator may impose a penalty for failure to perform work in accordance with the contract. These penalties may be: 1) deducted from the Awarded Bidder’s monthly invoice amount due; or 2) identified in writing to the Awarded Bidder with a demand for payment, made payable to Miami-Dade County. A. Monetary penalties for failure to perform are assessed as follows:

**Late Response to Service Call $25/hr. up to $250/day, per occurrence, per day

**No Response to Service Call $250/day, per occurrence Unit out of service for more than 48 hours, unless approved by Project Manager $250/day, per occurrence *Non Performance (See note below) $1,000 per occurrence

Failure to perform Category 1 and 5 tests as scheduled without 24 hour notice

Awarded Bidder shall bear costs published in OES Private Inspection Fee Schedule

Failure to complete all scheduled monthly maintenance tasks in entirety (MCP)

$100/hour for MCP designated hours to perform tasks

Shut Down due to Lack Parts or Manpower $500 per occurrence Mean Time Between Failures >5%, per Para. 3.13 $5,000 per occurrence

Note: *Non-performance will be inclusive of, but not limited to, similar failure of equipment more than three (3) times, for a total down time of five (5) hours for elevators, and ten (10) hours for escalators, excluding response time, during a calendar year. Failure to take corrective action on statutory inspection reports by the inspectors and sending mandatory compliance reports as stipulated in the “Elevator Inspection Report and Order Requiring Correction” shall be construed to be non-performance. Failure to provide documentation may also be deemed as non-performance.

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 15

Page 16: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

Page 13 of 24

B. Damages for Delay are assessed as follows:

1. Time is of the essence in this Contract. The Awarded Bidder is firmly obligated to complete scheduled monthly maintenance services, in accordance with the approved Maintenance Control Program. Inasmuch as the damage and loss to the County that result from the failure of the Awarded Bidder to meet such date(s) will include items of loss or damage, which are not susceptible to accurate estimation, the damages for delay in the case of such failure on the part of the Awarded Bidder shall be liquidated in the amount of $100.00. The amount for Liquidated Damages shall apply for each calendar day of unexcused delay in meeting each date for the monthly maintenance of equipment, for each individual item covered by the contract.

2. With regard to the Awarded Bidder’s failure to perform scheduled monthly maintenance, the County will also

reserve the right to independently contract for maintenance services. Payment for such services will not be paid by the County to the Awarded Bidder. In the event the amount of the independent contract exceeds the contract rate for maintenance, the Awarded Bidder shall be obligated to compensate the County for the difference in cost.

2.18. TERMINATION FOR FAILURE TO MAINTAIN SAFE OPERATING CONDITIONS

The importance of the elevators and/or escalators covered by these specifications demands that they be maintained in satisfactory and safe operating condition in accordance with the requirements of the specifications and be kept capable of providing their original maximum capacity, speed and performance. Miami-Dade County reserves the right to make such tests when advisable, to ascertain that the requirements of these conditions are being fulfilled. Should it be found that the standards herein specified are not being satisfactorily maintained, Miami-Dade County may immediately demand in writing that the Awarded Bidder place the elevator and/or escalator equipment in condition to meet these requirements. In addition to the terms and conditions of Paragraph 1.26 “Termination for Default”, the Awarded Bidder's failure to comply with such a demand within 48 hours will constitute a circumstance under which Miami-Dade County may terminate the contract.

2.19. NOTICE OF DEFAULT/OPPORTUNITY TO CURE If an Event of Default occurs, the County may so notify the Awarded Bidder ("Default Notice"), specifying the basis(es) for such default, and advising the Awarded Bidder that, unless such default is rectified to the satisfaction of the County within seven (7) days from such Default Notice, the Awarded Bidder shall be in default; except that, at its sole discretion, the County may extend such seven (7) day period for such additional period as the County shall deem appropriate without waiver of any of its rights hereunder. The Default Notice shall specify the date the Awarded Bidder is to discontinue all Work (the "Termination Date"), and thereupon, unless rescinded by the County, the Awarded Bidder shall discontinue the Work upon the Termination Date.

2.20. REMEDIES IN THE EVENT OF DEFAULT A. Upon Awarded Bidder's default, specifically related to modernization work, the County shall have the right to

either complete the Work with its own forces and/or other Awarded Bidders. The County, in connection with its right to complete the Work, may take possession of and use any or all of the materials, plant, tools, equipment, supplies and property of every kind provided by the Awarded Bidder, and/or procure other materials, plant, tools, equipment, supplies and property for the completion of same, and to charge the expense of said labor, materials, plant, tools, equipment, supplies and property to the Awarded Bidder.

B. The County may also bring any suit or proceeding for specific performance, for injunctive relief, to recover

damages, to obtain any other relief or for any other purpose proper under the law and under this Contract. C. The County may in its sole discretion waive a default by the Awarded Bidder, but no such waiver, and no failure

by the County to take action in respect to any default, shall be deemed a waiver of any subsequent default. D. If the County makes a determination pursuant to Paragraph 2.19, hold the Awarded Bidder in default and/or

terminate the Contract for cause, and it is determined subsequently for any reason whatsoever that either such determination was improper, unwarranted or wrongful, then any such termination shall be deemed for all purposes to have been a termination for convenience in accordance with Paragraph 1.25 “Termination for

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 16

Page 17: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

Page 14 of 24

Convenience." The Awarded Bidder agrees that it shall be entitled to no damages, allowance or expenses of any kind other than as provided in Paragraph 1.25, in connection with any such termination.

2.21. MONTHLY INVOICES AND ITEMIZED INVOICES FOR EMERGENCY WORK AND ADDITIONAL WORK

The Awarded Bidder(s) shall submit monthly invoices which reflects appropriate purchase order number and work location by the tenth (10) calendar day of each month. These invoices shall be submitted to the County using the department(s) that requested the service through a purchase order. The invoices shall identify the service(s) rendered during the billing period. All invoices shall be accompanied with: service tickets, receipts for installed materials/equipment, and invoice(s) for approved subcontracted work. Service tickets shall be signed by the Awarded Bidder and the designated County representative, upon the completion of each service call. The Awarded Bidder shall identify requested emergency service not specified in the contract, the authorization and cost of this work must be approved by the County prior to the submission of the invoice. The date of the invoice shall not exceed thirty (30) calendar days from the completion of the emergency service. The invoice for emergency service shall itemize all costs of labor and materials, in addition to a full description of the work performed. Failure to comply with the above requirement will result in return of invoices, delay of payment and/or compensation.

2.22. MONTHLY INVOICE STIPULATIONS A. The Awarded Bidder shall not bill the County in advance of work being performed. In the event the Awarded Bidder

discovers it has billed County for work not performed, the Awarded Bidder shall immediately provide the County with the applicable credit(s) for same during the immediately following invoice period.

B. The County will adjust current billings by reduction, credits, set-offs or other administrative actions as a reconciliation for

prior County over payments caused by the Awarded Bidder. Over payments may be the result of amount(s) due to the County arising from penalties and/or damages assessed, in accordance with Paragraph 2.17, for non-performance, incomplete performance, and deficient performance.

2.23. BACK ORDERS SHALL NOT BE ALLOWED

The County shall not accept any back orders of deliveries from the Awarded Bidder. Accordingly, the Awarded Bidder is required to deliver all items to the County within the time specified in this solicitation; and no grace period shall be honored. In the event that the Awarded Bidder fails to deliver the goods within the time specified, the County reserves the right to cancel the order, seek the items from another Awarded Bidder for a different award group or via an independent contract, and charge the Awarded Bidder for any re-procurement costs.

2.24. WARRANTY SHALL BE ONE YEAR FROM DATE OF ACCEPTANCE The Awarded Bidder hereby acknowledges and agrees that all materials, except where recycled content is specifically requested, supplied by the Awarded Bidder in conjunction with this solicitation shall be new, warranted for their merchantability, and fit for a particular purpose. In the event any of the materials supplied to the County by the Awarded Bidder are found to be defective or do not conform to specifications, the County reserves the right to: (1) cancel the order and return such materials to the Awarded Bidder; or (2) require the Awarded Bidder to replace the materials at Awarded Bidder's expense. A. Type of Warranty Coverage Required

In addition to all other warranties that may be supplied by the Awarded Bidder, the Awarded Bidder shall warrant its products and/or service against faulty labor and/or defective material for a minimum period of one (1) year after the date of acceptance of the labor, materials and/or equipment by the County. This warranty requirement shall remain in force for the full one (1) year period; regardless of whether the Awarded Bidder is under contract with the County at the time of defect. Any payment by the County on behalf of the goods or services received from the Awarded Bidder does not constitute a waiver of these warranty provisions.

B. Correcting Defects Covered Under Warranty

The Awarded Bidder shall be responsible for promptly correcting any deficiency, at no cost to the County, within forty-eight (48) hours after the County notifies the Awarded Bidder of such deficiency in writing. If the Awarded Bidder fails to honor

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 17

Page 18: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

Page 15 of 24

the warranty and/or fails to correct or replace the defective work or items within the period specified, the County may, at its discretion, notify the Awarded Bidder, in writing, that the Awarded Bidder may be debarred as a County Awarded Bidder and/or subject to contractual default if the corrections or replacements are not completed to the satisfaction of the County forty-eight (48) hours of receipt of the notice. If the Awarded Bidder fails to satisfy the warranty within the period specified in the notice, the County may (a) place the Awarded Bidder in default of its contract, and/or (b) procure the products or services from another Awarded Bidder and charge the Awarded Bidder for any additional costs that are incurred by the County for this work or items; either through a credit memorandum or through invoicing.

C. Free Maintenance – Modernization Work

The Awarded Bidder shall provide one (1) year of maintenance services as part of this contract. THE GUARANTEE AGAINST DEFECTS SHALL BE THREE HUNDRED SIXTY-FIVE (365) CALENDAR DAYS. The Awarded Bidder shall, in addition to all other guarantees, be responsible for faulty labor and defective material and equipment within a period of three hundred sixty-five (365) calendar days after date of acceptance of the labor, material and/or equipment by the County. The Awarded Bidder shall promptly correct these deficiencies, without cost to the County, within two (2) calendar days after the County notifies the Awarded Bidder of such deficiencies in writing. Payment in full for the work does not constitute a waiver of guarantee.

2.25. ACCEPTANCE OF MATERIAL AND EQUIPMENT BY THE COUNTY A. Material and equipment (product) shall be maintained and delivered to the County in excellent condition. If a product does

not meet the manufacturer or County work scope, it will be returned to the Awarded Bidder as exchange for suitable product or for full credit at no additional cost to the County.

B. The Awarded Bidder hereby acknowledges and agrees that all products, except where recycled content is specifically

requested, supplied by the Awarded Bidder in conjunction with this Bid shall be new, warranted for their merchantability, and fit for a particular purpose. In the event any of the products supplied to the County by the Bidder are found to be defective or do not conform to the work scope, the County reserves the right to: a) cancel the order and return such products to the Bidder at the Bidder's expense; or b) require the Bidder to replace the products at the Bidder's expense.

2.26. ACCIDENT PREVENTION AND BARRICADES

Precautions shall be exercised at all times for the protection of persons and property. All Awarded Bidders and Subcontractors shall conform to all OSHA, State and County regulations while performing under the Terms and Conditions of this contract. Any fines levied by the above mentioned authorities because of inadequacies to comply with these requirements shall be borne solely by the Awarded Bidder responsible for it. Barricades shall be provided by the Awarded Bidder when work is performed in areas traversed by persons, or when deemed necessary by the County Project Manager. Note: Any Violation of required safety standards including failure to barricade will result in the following sanctions

imposed by the Contract Administrator: 1st. Offense: Warning to company and removal of responsible employee from County Facilities. 2nd. Offense: Up to $10,000.00 fine imposed on company and removal of responsible employee from County facilities. 3rd. Offense: Cancellation of contract or a fine up to equivalent to double the annual contract amount.

2.27. BACKGROUND CHECKS The County may require all employees of the Awarded Bidder to undergo a background check, suitable for access permission in risk subject facilities, such as the Airport, Seaport, County courthouses, police stations, State Attorney’s office complex and the like, prior to receiving clearance to work therein, as may be determined by the County. In order to avoid conflicts, any employee who knowingly cannot pass a background check of this nature, conducted by the County, will not be permitted in or on any County facility, as a representative of the Awarded Bidder. Employees who have been checked and cannot be permitted in those facilities will be brought to the attention of the official representative of the Awarded Bidder.

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 18

Page 19: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

Page 16 of 24

Employees of the Awarded Bidder, who have been arrested, charged or have injunctions or pending cases against them, are not permitted in any Courthouse, State Attorney office, Police Station or other such sensitive location, as an unescorted representative of the Awarded Bidder, whether they have been previously cleared or not.

2.28. OPERATIONS AT MIAMI-DADE TRANSIT FACILITIES (IF APPLICABLE) A. Routine maintenance requiring a shutdown shall not be performed during peak transit hours, as follows:

• 6:30 a.m. to 9:30 a.m. • 4:00 p.m. to 7:00 p.m.

B. If an elevator is shut down for routine maintenance during non-peak hours, the Mechanic shall assist handicapped

passengers in gaining access via the elevator, to the extent that such access is deemed safe. C. If routine maintenance requires the shutdown of equipment, whereby the elevator will be rendered unusable for handicap

access, County contact persons, who will be identified after the Award Date, shall be notified by a phone call or email prior to the shutdown.

2.29. OPERATIONS AT MIAMI-DADE AVIATION FACILITIES (IF APPLICABLE) A. Aviation Department Regulation

For services required at the airport, all operations at the Miami-Dade Aviation Department (MDAD) are under the direct

control of the Aviation Department and the Federal Aviation Administration. Special regulations apply to all personnel

working at these facilities. Awarded Bidders shall familiarize themselves with and abide by all applicable laws and

regulations at all airports. Awarded Bidder's personnel will be required to obtain Aviation Department identification cards

prior to commencing work and will be subject to extensive background check prior to issuance of the card. The employer

will be required to issue a written request for each employee. The Awarded Bidder will not be authorized to begin Work

until their required personnel is fully badged, including a picture MDAD ID with Customs Seal.

1. MDAD Identification Badges - Airport Operations Area Security

a. No Awarded Bidder or his employees shall commence any work at MDAD Airports without first obtaining a MDAD Authorized Identification Badge from Safety and Security/ID Section.

b. All personnel working at the Miami-Dade Aviation Department shall secure a Photo Identification Badge. c. All badges shall be worn on outer garments so as to be clearly visible. d. All badges shall be returned to the Safety and Security/ID Section upon completion of the project.

2. Aircraft Operations Area Security Training

Before a photo identification badge is issued, the individual requesting the badge must attend the Security Identification Display Area (SIDA) training and Aircraft Operations Area driving class provided by MDAD Operations Division. SIDA training is regularly provided by Safety and Security/ID Section.

B. Escorts at Aircraft Operations Area

When performing work at the MDAD, the Awarded Bidder shall report to the Aviation Department's Maintenance Division Building No. 3025 and be directed to the Awarded Bidder’s access gate and then will be escorted to and from each area of work that traverses the aircraft operating area. The Department shall monitor the placement of the Awarded Bidder's equipment at each location. Upon completion of the work, the Awarded Bidder shall call the Maintenance Office to arrange for inspection and escort out of the aircraft operating area.

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 19

Page 20: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

Page 17 of 24

Any violations of this section by the Awarded Bidder shall result in immediate cancellation of this Contract, in accordance with the following:

1. All drivers of motor vehicles who wish to drive on the Airport Operations Area (AOA) must first have a valid, current

appropriate Florida Driver’s License or other State License authorized to drive in the State of Florida. 2. Any authorized driver of a motor vehicle shall have a MDAD Identification Badge before entry will be permitted to the

AOA. 3. A driver with a Non-Photo I.D. Badge issued by Landside, must secure an AOA escort before being allowed to drive

on the ramp. 4. A driver with a Photo I.D. Badge shall be allowed to drive on the AOA only after attending and successfully completing

the AOA Driver Training Course. The privilege of a person to operate a motor vehicle on the AOA may be withdrawn by the Department because of violation of AOA driving rules or loss of driver’s license.

C. Ramp Permits

1. No vehicle will be permitted entry to the AOA without a Ramp Permit obtained from the AOA Division. 2. The vehicle shall be clearly marked with the Company name and logo. 3. The vehicle may only enter the AOA through designated Miami-Dade Aviation Department (MDAD) Guard Gates. 4. The vehicle shall have automobile liability insurance in the amount specified in Section 2 of these Specifications.

Proof of such insurance shall be provided to MDAD Airside Operations Division upon request. 5. Vehicles delivering materials to the site will be given temporary passes at the appropriate Guard Gate; such vehicles

shall not be permitted to operate within the AOA without MDAD Escort to be provided by MDAD's Operations Division. To obtain an Escort, the Awarded Bidder shall notify MDAD Airside Operations Division 24 hours in advance of such need. These passes shall be surrendered upon leaving the AOA. All vehicles shall be marked with the Company name to ensure positive identification while on the AOA.

D. Airport Operations Area – Right of Search

1. It is understood that the Department has a strong interest in maintaining good Airport Security and intends to implement increased security measures for companies having access to the Airport Operations Area (AOA) of the Airport.

2. The Awarded Bidder agrees that its vehicles, cargo, goods, and other personal property are subject to being searched

when attempting to enter, leave or be on the AOA. The Awarded Bidder further agrees, when required by the Department, that it shall not authorize any employee requiring regular access to the AOA as part of his regular duties, to enter the AOA, unless and until such employee has executed a written Consent to Search Form, which is accepted by the Department. Persons not executing such Consent to Search Form shall not be employed by the Awarded Bidder for any project.

3. It is further agreed that the Department has the right to prohibit an individual, agent or employee of the Awarded

Bidder or Sub-Awarded Bidder from entering the AOA, based upon facts which would lead a person of reasonable prudence to believe that such individual might be inclined to engage in theft, cargo tampering, aircraft sabotage or other unlawful activities. Any person denied access to the AOA or whose prior authorization has been revoked or suspended on such grounds shall be entitled to a review hearing before a designated representative of the Department within ninety (90) days follow the County’s receipt of a request for a hearing. Prior to such hearing, the person denied access to the AOA shall be advised, in writing, of the reasons for such denial.

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 20

Page 21: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

Page 18 of 24

4. The Awarded Bidder acknowledges and understands that these provisions are for the protection of all users of the AOA and is intended to reduce the incidence of thefts, cargo tampering, aircraft sabotage and other unlawful activities.

E. Holiday/High Season Restrictions

MDAD may, in its sole discretion, impose certain restrictions prohibiting the Awarded Bidder from performing cleandowns or other preventive maintenance tasks on units during the holiday/high traffic season. Restrictions may commence on the Monday preceding Thanksgiving through and continue through and including the Monday following New Year’s Day. (SB)

2.30. OPERATIONS AT HOUSING AGENCY FACILITIES (IF APPLICABLE)

Miami-Dade Public Housing and Community Development (PHCD) will be using this contract and since the acquisition and repair services for hydraulic parts that will be acquired under this solicitation will be purchased, in part or in whole with federal funding. It is hereby agreed and understood that Section 60-250-4, Section 60-7414.4 of Title 4 of the United State Code, which address Affirmative Action requirements for handicapped workers is incorporated into this solicitation and resultant contract by reference. A. Exemption to Certain Clauses

The contract to be awarded under this solicitation will be accessed by PHCD. As a Federally-funded department, certain clauses within this solicitation do not apply to that Department's allocation: Section I - Paragraph 1.11 (Local Preferences), Section I - Paragraph 1.28 (Office of Inspector General), Section I - Paragraph 1 .36 (County User Access Program (UAP)).

B. Minimum Wages Based on the Davis Bacon Act (Federal Funds Utilized)

Since this solicitation is being processed in conjunction with federal funding, the wage rate paid to all classifications of employees of the Awarded Bidder for the work under this solicitation shall not be less than the prevailing wage rates for similar classification of work in Dade County, Florida, as established in the Federal Area Wage Decision by the United Sates Department of Labor. Additionally, all federal regulations and statutes adopted by U .S. Department of Labor as a result of the Davis Bacon Act shall prevail during the term of this contract. Awarded Bidder(s) shall comply with the regulations of the Davis Bacon Act, pay wages in accordance with the act, submit to the County certify copies of their payroll whenever requested, allow the County to performs interviews to their work force and allow the County to inspect their payrolls as it may deem necessary , above agreement shall be used only when federal funds are utilized for specific project not exceeding $50,000.00 each.

C. Legal Requirement For Pollution Control

It is the intent of the work scope to comply with the Dade County Pollution Control Ordinance as stated in Chapter 24 of the Miami-Dade Code. This ordinance is made a part of the work scope by reference and may be obtained, if necessary, by the Bidder through the Regulatory and Economic Resources Department (RER), 111 NW 1s t Street, 29 th Floor, Miami, Florida 33128, at (786) 315-2000.

D. Section 3 of the HUD Act of 1968-Requirements for Public Housing and Community Development Projects:

1. The work to be performed under this contract is subject to the requirements of Section 3 of the Housing and Urban

Development Act of 1968, as amended, 12 U .S.C. 701u (Section 3). The purpose of Section 3 is to ensure that the employment and other economic opportunities generated by HUD assistance of HUD-assisted projects covered by Section 3 shall, to the greatest extent feasible, be directed to low and very low income persons, particularly persons who are recipients of HUD assistance for housing. (See attached Appendix 1).

2. The parties to this contract agree to comply with HUD's regulations in 24 CFR Part 135, which implement Section 3. As

evidenced by their execution of this contract, the parties to this contract certify that they are under no contractual or other impediment that would prevent them from complying with the Part 135 regulations.

3. The Awarded Bidder agrees to send to each labor organization or representative of workers with which the Awarded

Bidder has a collective bargaining agreement or other understanding, if any, a notice advising the labor

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 21

Page 22: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

Page 19 of 24

organization or worker's representative of the Awarded Bidder's commitment s under this section 3 clause, and will post copies of the notice in conspicuous places at the work site where both employees and applicants for training and employment positions can see the notice. The notice shall describe the Section 3 preference, shall set forth minimum number and job titles subject to hire, availability of apprenticeship and training positions, the qualifications for each; and the name and location of the person(s) taking applications for each of the positions; and the anticipated date the work shall begin.

4. The Awarded Bidder agrees to include this Section 3 clause in every subcontract subject to be in compliance with

regulations in 24 CFR Part 135, and agrees to take appropriate action, as provided in an applicable provision of the subcontract or in this Section 3 clause, upon a finding that the subcontractor Bidder is in violation of the regulations in 24 CFR Part 135. The Awarded Bidder will not subcontract with any subcontractor Bidder where the Awarded Bidder has notice or knowledge that the subcontractor Bidder has been found in violation of the regulations in 24 CFR Part 135.

5. The Awarded Bidder will certify that any vacant employment positions, including training positions, that are filled (1)

after the Awarded Bidder is selected but before the contract is executed; and (2) with persons other than those to whom the regulations of 24 CFR Part 135 require employment opportunities to be directed, were not filled to circumvent the Awarded Bidder's obligations under 24 CFR part 135.

6. Noncompliance with HUD's regulations in 24 CFR Part 135 may result in sanctions, termination of this contract for

default, and debarment or suspension from future HUD assisted contracts. 7. With respect to work performed in connection with Section 3 covered Indian housing assistance, Section 7(b) of the

Indian Self-Determination and Education Assistance Act (25 U.S.C. 450e) also applies to the work to be performed under this contract. Section 7(b) requires that to the greatest extent feasible (i) preference and opportunities for training and employment shall be given to Indians, and (ii) preference in the award of contracts and subcontracts shall be given to Indian organizations and Indian-owned Economic Enterprises Parties to this contract that are subject to the provisions of Section 3 and Section 7(b) agree to comply with Section 3 to the maximum extent feasible, but not in derogation of compliance with Section 7(b).

E. Required forms, see Attachment D “HUD Forms”:

HUD Instructions to Offerors Non-Construction (Form HUD-5369-B) This provision is designed to provide information to prospective Awarded Bidders about the solicitation stage of the procurement process. Terms and conditions which apply to the contract upon award are referred to as contract clauses. Form HUD-5369-B contains provisions to be included in all solicitations for non-construction work. Certifications and Representations of Offerors Non-Construction Contract (Form HUD- 5369-C) Form HUD-5369-C includes clauses required by OMS's common rule on bidding/offering procedures, implemented by HUD in 24 CFR 85.36,and those requirements set forth in Executive Order 11625 for small, minority, women-owned businesses, and certifications for independent price determination, and conflict of interest. General Conditions for Non-construction Contracts Section 1- (with or without Maintenance Work)(Form HUD-5370-C) This form is applicable to any contract agreement entered into between Miami-Dade County, as represented by PHCD, and the successful offeror(s) .Form HUD-5370-C includes clauses required by 24 CFR 85.36(i) necessary for non-construction contracts.

2.31. OPERATIONS AT SEAPORT FACILITIES (IF APPLICABLE)

For services required at the Seaport, all operations at the Miami-Dade County's Seaport Department (Seaport) are under the direct control of Seaport personnel. Interference with vessels and vehicular traffic must be kept to a minimum. Ship berthing areas and roadways shall not be closed or opened by or for the Awarded Bidder unless express permission is given to the Awarded Bidder by the Seaport Engineer. The Awarded Bidder shall: A. Plan the scheduling of its work in collaboration with the County Project Manager in order to insure safety for and, minimum

hindrance to, port operations. All equipment shall be withdrawn from work areas at the end of the workday in order to

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 22

Page 23: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

Page 20 of 24

eliminate immediate or potential hazard to traffic and facilities. Materials stored at the Seaport by the Awarded Bidder shall be serviced in a manner that minimizes any obstruction to water and ground traffic. All equipment and stored materials shall be marked by barriers with flashing lights at no additional cost to the County.

B. Exercise careful control during all phases of the work to prevent damage to Seaport utilities; including, but not limited to, overhead lights and buried cables. Before commencing work in any given area, the Awarded Bidder, working in conjunction with the Engineer and Seaport maintenance staff, shall endeavor to locate any possible utility conflicts. Should the Awarded Bidder damage any Seaport utility through negligence, it shall promptly repair the damage at its own expense.

C. A Mechanic is required to perform standby services on Saturday and Sunday of every week. The duration of standby services is five (5) hours per day, for a total of ten (10) hours per week. The weekly price for standby work shall be provided by the Bidder, see the Bid Price Form, Group 6. Additional time above ten (10) hours per week will be paid at the Standby hourly rate for a Mechanic, see the Bid Price Form, Group 7.

D. The Seaport may, at its sole discretion, impose certain restrictions prohibiting the Awarded Bidder from performing cleandowns or other preventive maintenance tasks on units located within cruise terminals, on days when such terminals are engaged in passenger loading and/or unloading operations. (SB)

2.32. ADDITIONAL EQUIPMENT MAY BE ADDED

This Solicitation identifies specific Conveyance Equipment to be serviced. It is hereby agreed and understood that any County department or agency’s Conveyance Equipment may be added to this contract at the sole option of the County, by means of any one of the following actions:

a) Solicit a price quote(s) from the Awarded Bidder(s) awarded to perform services at the facility, which Conveyance Equipment is being added. If this quote(s) is comparable with prices offered for similar services, the award shall be made to the Awarded Bidder(s).

b) Solicit a price quote(s) from Awarded Bidder(s) that are prequalified for inclusion in the pool, at the time of the solicitation. If this quote(s) is comparable with prices offered for similar services, the award(s) shall be made to the lowest responsible Awarded Bidder(s) meeting the wok scope requirements of this Invitation to Quote, which is in the best interest of the County, and a separate purchase order will be issued by the County.

When the County contract includes onsite resident labor as a base in the contract, as units are added as described above, the labor shall be increased proportionally to the maintenance and repair hours per onsite Resident Mechanic used in the base. When the number of hours for the added units does not equate to a full time added person, the County may request a full time person and may compensate the vendor for the difference in hours per month to the base, compared with the minimum hours per unit, at a rate based upon the hourly rate quoted in the bid. If units are deleted, and similar proportional reduction may be allowed. Upon the final mutual agreement of a price(s) by the parties for added Conveyance Equipment, the County will prepare an amended award sheet that identifies the addition. The County and the Awarded Bidder will sign the amended award sheet as formal acceptance of the change.

2.33. DELETION OF EQUIPMENT Although this Solicitation identifies specific facilities to be serviced, it is hereby agreed and understood that any County department or agency may delete Conveyance Equipment from the contract service requirements for any facility(ies) when such service is no longer required during the contract period; upon fourteen (14) calendar day’s written advanced notice to the Awarded Bidder. Upon the deletion of Conveyance Equipment, the award sheet will be amended accordingly. The County and the Awarded Bidder will sign the amended award sheet as formal acceptance of change.

2.34. COMPLIANCE WITH NATIONAL STANDARDS All items to be purchased under this bid shall be in accordance with all governmental standards, to include, but not limited to, those issued by the Occupational Safety and Health Administration (OSHA),the National Institute of Occupational Safety Hazards (NIOSH), and the National Fire Protection Association (NFPA).

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 23

Page 24: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

Page 21 of 24

2.35. LICENSES FOR TRADES In accordance with the provisions of Miami-Dade County's Charter, professional Awarded Bidders performing services in/or for Miami-Dade County must show that they have been duly licensed by the Qualifications Board of the above mentioned, prior to being awarded a contract by the County. All journeymen supplied to perform services in/and for Miami-Dade County must be licensed by the Miami-Dade County Building and Zoning Department, and carry their certification card when supplying services to the same.

2.36. LICENSES, PERMITS AND FEES The Awarded Bidder shall obtain and pay for all licenses, permits and inspection fees required for this contract; and shall comply with all laws, ordinances, regulations and building code requirements applicable to the work contemplated herein. Damages, penalties and or fines imposed on the County or the Awarded Bidder for failure to obtain required licenses, permits or fines shall be borne by the Awarded Bidder.

2.37. WORK ACCEPTANCE Completed work will be inspected by an authorized representative of the County. This inspection shall be performed to determine acceptance of work, appropriate invoicing, and warranty conditions.

2.38. CLEAN-UP All unusable materials and debris shall be removed from the premises by the end of each day, to the reasonable standard established by the County.

2.39. PRODUCTI ON I NSPECTION BY THE COUNTY (FOR MAJOR WORK ONLY)

The Awarded Bidder is required to conduct on-site production inspections at times, which are mutually convenient to the Awarded Bidder and the County's officials and shall be performed prior to the final assembly of the equipment in order to evaluate the placement of controls, structural changes and general construction techniques. The Awarded Bidder shall provide 48 hour notice to the County prior to the scheduling of these on-site production inspections. The County reserves the right to require modifications to the equipment if such modifications are necessary in order to bring the equipment into compliance with the bid specifications or the Awarded Bidder's proposal.

2.40. REPAIRS AND PARTS MANUALS TO BE PROVIDED (FOR MODERNIZATION & EQUIPMENT UPGRADE ONLY)

The Awarded Bidder shall supply the County with a minimum of four (4) comprehensive maintenance, repair and parts manuals which identify the component parts and which describe the appropriate process for maintaining and repairing the equipment purchased by the County in conjunction with this bid solicitation. The manuals shall be supplied prior to, or upon, delivery of the equipment. Final payment shall be withheld until such time as these manuals are received by the County.

2.41. DEFICIENCIES IN WORK TO BE CORRECTED BY THE BIDDER (FOR MODERNIZATION & MAJOR WORK)

The Awarded Bidder shall promptly correct all deficiencies and/or defects in work and/or any work that fails to conform to the Contract Documents; whether or not fabricated, installed or completed. All corrections shall be made within forty-eight (48) hours after such rejected defects, deficiencies, and/or non-conformances are verbally reported to the Awarded Bidder by the County's Project Manager. The Awarded Bidder shall bear all costs of correcting such rejected work. If the Awarded Bidder fails to correct the work within the period specified, the County may, at its discretion, notify the Awarded Bidder, in writing, that the Awarded Bidder is subject to contractual default provisions if the corrections are not completed to the satisfaction of the County within five (5) calendar days of receipt of the notice. If the Awarded Bidder fails to correct the work within the period specified in the notice, the County shall place the Awarded Bidder on default, obtain the services of another Awarded Bidder to correct the deficiencies, and charge the Awarded Bidder for these costs; either through a deduction from the final payment owed to the Awarded Bidder or through invoicing.

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 24

Page 25: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

Page 22 of 24

2.42. MANUFACTURER'S CATALOGUES - BROCHURES (FOR MODERNIZATION & MAJOR WORK) The product(s) requested with a price request from the County to perform modernization and major work may be other than the standard product(s) offered by available manufacturers. All supporting documentation submitted by the Awarded Bidder must meet the required specifications, including, but not limited to standard manufacturer's information sheets, catalogues, brochures, or cut sheets. Where standard product literature is submitted with the price quote for modernization and major work and such literature offers information that does not comply with work scope, the Bidder must state on their company stationary the differences between the Bidder’s proposed contract requirement and that specified by the County’s work request.

2.43. EQUIPMENT SHALL BE MOST RECENT MODEL AVAILABLE (MODERNIZATION ONLY) The equipment being offered by the Awarded Bidder shall be the most recent model available. Any optional components, which are required in accordance with the Bid Specifications, shall be considered standard equipment for purposes of this solicitation. Demonstrator models will not be accepted. Omission of any essential detail from the work scope does not relieve the Awarded Bidder from furnishing a complete unit. The unit shall conform to all applicable O.S.H.A., State, and Federal safety requirements. All components, including but not limited to assists, wiring, accessory mountings, parts, connectors and adjustments, are to be in accordance with current Society of Automotive Engineers standards and recommended practices. The engineering, materials and workmanship shall exhibit a high level of quality and appearance consistent with or exceeding industry standards.

2.44. FURNISH AND INSTALL REQUIREMENTS These specifications describe the various functions and classes of work required as necessary for the completion of the project. Any technical omissions of functions or classes within the sections of the work scope shall not relieve the Awarded Bidder from furnishing, installing or performing such work where required to the satisfactory completion of the project.

2.45. FURNISH AND SET IN PLACE REQUIREMENTS The Awarded Bidder shall be required to furnish the materials or products identified in these bid specifications as well as to set in place or install materials or products at the facility designated by the County. Upon the request of the County, the Awarded Bidder shall also be required to provide training to County personnel on the appropriate use of the materials or products if necessary.

2.46. MONITORING AND REPORTING VENDOR PERFORMANCE – COUNTY PROCEDURES

A. Awarded Bidder(s) performance

Awarded Bidder(s) performance is any action or inaction by an awarded Bidder(s) under a contract, purchase order or other binding agreement with Miami-Dade County. Any action or inaction by an awarded Bidder(s) which does not comply with the contractual terms and conditions will be considered non- performance and is to be documented and reported to ISD-PMS. Non-performance includes but is not limited to, late or non-deliveries, substandard or unacceptable goods and/or service levels and/or nonperformance, habitual under or over shipments, and unauthorized subcontracting or contract assignments. The user department shall appoint project managers, who shall be responsible for monitoring awarded Bidder(s) performance as it relates to the terms and conditions of the contract(s) and/or purchase order(s) issued. Awarded Bidder(s)(s) non-performance actions are to be documented and reported to ISD-PMS for appropriate action aimed at correcting Awarded Bidder(s) performance, placing the Awarded Bidder(s) on probation for a period of time, suspension from bidding on County contracts, Awarded Bidder(s) debarment, and/or contract termination.

B. Action by user department

The Awarded Bidder(s) should be contacted by telephone to discuss the problems being experienced. A mutual understanding should be reached, if possible, and a time frame for corrective action established. A meeting should be held with the Awarded Bidder(s) to help resolve problems whenever possible. Should the Awarded Bidder(s) continue

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 25

Page 26: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

Page 23 of 24

to not meet the requirements, the user department/division should complete the Awarded Bidder(s) non-performance form, or prepare a memo to ISD-PMS and attach any available documentation to substantiate the report, including a copy of any letters sent to the Awarded Bidder(s) or records of meetings (as applicable). Submit to the Internal Services Department, Procurement Management Services Division (ISD-PMS), a copy of the Awarded Bidder(s)’s non-performance form, or memo from user department, together with supporting documents, should be sent to ISD-PMS. The user department should retain a complete copy for its records.

C. Action by ISD-PMS

After receiving the Awarded Bidder(s) non-performance, ISD-PMS will review the documentation to determine the appropriated course of action. This action may include: calling the Awarded Bidder(s), sending Awarded Bidder(s) a “notice to cure”, or scheduling a meeting with the Awarded Bidder(s). Where progressive steps aimed at correcting Awarded Bidder(s) performance have proven futile, ISD- PMS may hold a hearing to determine the next course of action. The Awarded Bidder(s) and the user department will be present at this meeting when a representative from ISD-PMS will act as a hearing officer. After listening to all parties, the hearing officer may:

1. Establish a probation period for the Awarded Bidder(s) to correct all noncompliance problems 2. Terminate the contract for default, or 3. Find no action necessary

A copy of all written actions or documents are sent to the user department. The final decision and formal action will be filed in the contract folder for future use in determining Awarded Bidder(s) responsibility in future award recommendations.

2.47. AVAILABILITY OF CONTRACT TO OTHER COUNTY DEPARTMENTS It is hereby agreed and understood that any County department or agency may avail itself of this contract and purchase any and all items specified herein from the Awarded Bidder(s) at the contract price(s) established herein. Under these circumstances, a separate purchase order shall be issued by the County, which identifies the requirements of the additional County department(s) or agency (ies).

2.48. OMISSION FROM THE SPECI FICATIONS

The apparent silence of this specification and any addendum regarding any details or the omission from work scope of a detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail, and that only materials and workmanship complying with the highest standards of the industry shall be used. All interpretations of this specification shall be made upon the basis of this agreement.

2.49. PATENTS AND ROYALTIES

The Awarded Bidder, without exception, shall indemnify and save harmless the County and its employees from liability of any nature or kind, including cost and expenses for, or as a result of, any copyrighted, patented, or unpatented invention, process, or article manufactured by the Awarded Bidder. The Awarded Bidder has no liability when such claim is solely and exclusively due to the combination, operation, or use of any article supplied hereunder with equipment or data not supplied by Awarded Bidder, or is based solely and exclusively upon the County's alteration of the article. The purchaser will provide prompt written notification of a claim of copyright or patent infringement.

Further, if such a claim is made or is pending, the Awarded Bidder may, at its option and expense, procure for the purchaser the right to continue use of, replace or modify the article to render it non-infringing. (If none of the alternatives are reasonably available, the County agrees to return the article on request to the Awarded Bidder and receive reimbursement, if any, as may be determined by a court of competent jurisdiction.) If the Awarded Bidder uses any design, device, or materials covered by letters, patent or copyright, it is mutually agreed and understood without exception that the contract prices shall include all royalties or cost arising from the use of such design, device, or

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 26

Page 27: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

Page 24 of 24

materials in any way involved in the work. 2.50. PURCHASE OF OTHER I MATERIAL AND EQUIPMENT NOT LISTED WITHI N THI S SOLICITATI ON BASED

ON PRICE QUOTES

While the County has listed all major items within this solicitation, which are utilized by County departments in conjunction with their operations, there may be similar items that must be purchased by the County during the term of this contract. Under these circumstances, a County representative will contact the Awarded Bidder for a group to obtain a price quote for the similar items. The County reserves the right to award these similar items to the Awarded Bidder, or another Awarded Bidder of a different group, or to acquire the items through a separate solicitation.

2.51. TOXIC SUBSTANCES/FEDERAL "RIGHT TO KNOW" REGULATIONS The Federal "Right to Know" Regulation implemented by the Occupational Safety and Health Administration (OSHA) and the Florida "Right-to-Know" Law requires employers to inform their employees of any toxic substances to which they may be exposed in the workplace, and to provide training in safe handling practices and emergency procedures. It also requires notification to local fire departments of the location and characteristics of all toxic substances regularly present in the workplace. Accordingly, the Awarded Bidder(s) shall be required to provide two (2) complete sets of Material Safety Data Sheets to each User Department utilizing the awarded products. This information should be provided at the time when the initial delivery is made, on a department-by-department basis. Additionally, Awarded Bidder(s) may be requested to provide Material Safety Data Sheets to the Specification Specialist during the evaluation period.

2.52. DISCOVERY OF MEDICAL WASTE Cleaning pits is the elevator Awarded Bidder’s responsibility. If medical wastes are encountered in the pit, the elevator maintenance Awarded Bidder shall subcontract the cleaning of the pit to a qualified Awarded Bidder and bill the County cost plus 10%. The Awarded Bidder shall provide access to the pit at no charge. The elevator Awarded Bidder will back up billing with invoicing from the subcontractor Bidder. The work shall be done during regular working hours, in accordance with the union trade agreement.

ATTACHMENT A – SECTION 3 “WORK SCOPE” ATTACHMENT B – BID PRICE FORM ATTACHMENT C – BID SUBMITTAL CHECKLIST ATTACHMENT D – HUD-5369-B ATTACHMENT E – HUD-5369-C ATTACHMENT F – HUD-5370-C ATTACHMENT G – INSPECTION REPORT FOR KONE EQUIPMENT (AVAILABLE VIA THE LINK BELOW) https://www.dropbox.com/sh/md7luc8zj4chyec/AACJXjLJwaSFsNrb8IzKtfnha?dl=0

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 27

Page 28: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

ATTACHMENT A SOLICITATION NO.: ITQ687-1

Page 1 of 15 Revised 6/13/2018

SECTION 3 – WORK SCOPE

3.1 SCOPE OF WORK

It is the intention of Miami-Dade County to procure the service of a vendor to perform complete life-cycle repair

and maintenance services for elevators, escalators, dumbwaiters, manlifts, moving walks, conveyors, cranes, traveling

sidewalks, people movers, merchandise movers, and wheelchair lifts.

The Awarded Bidder shall:

A. furnish complete full maintenance service, for the described units of equipment in Miami-Dade County

(the County) owned or leased buildings, see Attachment A “Bid Proposal Form” for list of equipment to be

maintained and for locations; and

B. put into operation a continuing system, to be approved by the County, of preventive maintenance to provide

necessary, systematic, periodic service, maintenance, and repair for all of equipment listed on the Bid

Proposal Form.

3.2 SUBMITTALS

The Awarded Bidder shall deliver to the ISD Office of Elevator Safety, 15 days prior to commencement of the work,

the following documents:

A. Sample Maintenance checklist.

B. Schedule of maintenance for each type of equipment and the estimated hours per week, per unit for

inspections and preventive maintenance to be performed. The schedule of maintenance shall be

stipulated in the Maintenance Control Program, see Paragraph 3.3.

Note: Wiring diagrams as may be required under Paragraph 3.7 (N).

Submittals (For Modernization Phase Only)

A. Samples of all materials for finished display in sizes of 12" X 12". B. Shop drawings and layout drawings of equipment to be modernized. C. A straight-line progress schedule for the modernization work.

Upon completion of the major modernization, the Awarded Bidder shall submit to the project manager, the

following documents:

AA. Two complete sets of as-built straight line wiring diagrams for the entire elevator plant.

BB. Maintenance and Operation Manuals to include sequence of operation of the new control and drive

system.

CC. Parts manuals listing exploded view diagram components and parts.

DD. Certificates of Completion from the authority having jurisdiction and copies of all permits displaying final

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 28

Page 29: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

ATTACHMENT A SOLICITATION NO.: ITQ687-1

Page 2 of 15 Revised 6/13/2018

approvals. Final releases of lien from all suppliers and subcontractors.

EE. Certificate of Warranty for the entire system and related components.

Note: Wiring diagrams as may be required under Section 3.7(N).

3.3 MAINTENANCE CONTROL PROGRAM (MCP)

A written Maintenance Control Program (MCP) shall be prepared by the Awarded Bidder as a guideline to maintain equipment in compliance with Section 8.6 of the ASME A17.1 Safety Code for Elevator and Escalators (the Code). The MCP as written in ASME 8.6.1.2.1, shall specify examinations, tests, cleaning, lubrication, and adjustments to applicable components at regular intervals” and shall comply with the following, in accordance with ASME A17.1: A. A Maintenance Control Program for each unit shall be provided by the person(s) and/or firm maintaining the

equipment and shall be viewable on-site by elevator personnel at all times from time of acceptance inspection and test or from the time of equipment installation or alteration.

B. The MCP shall include, but not be limited to, the Code required maintenance tasks, maintenance procedures,

an examination and tests listed with the associated requirement. Where maintenance tasks, maintenance procedures, or examinations or tests have been revised in ASME 8.6, the MCP shall be updated.

C. The MCP shall reference On-Site Equipment Documentation and On-Site Maintenance Records that record the

completion of all associated maintenance tasks specified in ASME 8.6.1.4.1(a). D. Where the MCP is maintained remotely from the machine room, machinery space, control room, or control

space, instructions for on-site locating or viewing the MCP in hard copy and when directed by the County, in electronic format, shall be posted on the controller or by any means necessary for testing. The instructions shall be permanently legible with characters a minimum of 3mm (0.125 in.) in height. This is requirement is strictly extrapolated from the Code.

E. The specified scheduled maintenance intervals shall be based on the following:

1. “equipment age, condition, and accumulated wear” 2. “design and inherent quality of the equipment” 3. “usage” 4. “environmental conditions” 5. “improved technology” 6. “the manufacturer’s recommendations and original” 7. “equipment certification for any SIL rated devices or circuits” 8. “the manufacturer’s recommendations based on any ASME A17.7/CSA B44.7 approved components or

functions”

F. Procedures for tests; periodic inspections; maintenance; replacements; adjustments; and repairs for traction-loss detection means, broken-suspension-member detection means, residual-strength detection means, and related circuits shall be incorporated into and made part of the Maintenance Control Program.

G. The County, at their sole discretion, may require the Awarded Bidder to participate in a standardized MCP

software program provided the County in coordination with the Awarded Bidder, at no additional cost to the County. See Paragraph 3.4.

H. The MCP shall be pre-approved by the ISD Office of Elevator Safety’s Elevator Contracts Administrator (Elevator Contracts Administrator).

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 29

Page 30: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

ATTACHMENT A SOLICITATION NO.: ITQ687-1

Page 3 of 15 Revised 6/13/2018

3.4 COUNTY PROVIDED ELECTRONIC RECORD KEEPING AND MAINTENANCE CONTROL PROGRAM

Awarded Bidder understands they may be required by the County to perform maintenance tasks utilizing an electronic Maintenance Control Program (MCP) provided by the County. At County’s option and election, and at no additional cost to the County, the County may require the Awarded Bidder to use, and to require its workers to use, a County-provided web-based monitoring and record keeping application(s) designed to maintain in real time, records of contractually-required tasks and when those task have been completed. Notwithstanding the foregoing, the County shall not charge the Awarded Bidder for third-party licensing fees that the County may be charged for the use-licenses for said applications. All work performed in accordance with Paragraph 3.4 shall be performed with trained, licensed technicians (where required) who possess expertise, knowledge, capability, and perform their work in a workmanlike manner. The County’s electronic MCP requires the recording of repairs, replacements, and alterations detailed in ASME A17.1/CSA B44, Section 8.6 (Code). Additionally, Callbacks, Monthly Fireman’s Emergency Operation Checks, Annual Clean Downs, Category Testing, and any other code required record required in ASME A17.1/CSA B44, Section 8.6.On-Site Documentation.

3.5 ON-SITE DOCUMENTATION On-Site Documentation, as referenced in the MCP and as specified in ASME A17.1, shall be written and permanently kept on-site in the machine room, machinery space, control room, control space, or in the means necessary for test in hard copy for each unit for elevator personnel. The documentation specified in ASME A17.1 8.6.1.2.2(d) shall be on-site and available to the specified personnel. The On-Site Documentation shall include the following specified documents: A. Up-to-date wiring diagrams detailing circuits of all electrical protective devices and critical operating circuits

B. Procedures for inspections and tests not described in ASME A17.2 and procedures or methods required for

elevator personnel to perform maintenance, repairs, replacements, and adjustments, as follows:

1. all procedures specifically identified in the Code as required to be written (e.g., check out procedure for leveling; check out procedure for overspeed valve; and check out procedure for reversal stop switch, etc.)

2. unique maintenance procedures or methods required for inspection, tests, and replacement of SIL rated E/E/PES electrical protective devices and circuits

3. unique maintenance procedures or methods required for inspection, tests, and replacement of equipment applied under alternative arrangements shall be provided by the manufacturer or installer

4. unique maintenance procedures or unique methods required for inspection and test of equipment specified in an ASME A17.7/CSA B44.7, Code Compliance Document (CCD)

C. Written checkout procedures

1. to demonstrate E/E/PES function as intended 2. for elevator leveling speed with open doors 3. for hydraulic elevator overspeed valve 4. for escalator reversal stopping device 5. for escalator handrail retarding force

D. Written procedures for the following:

1. evacuation procedures for elevators by authorized persons and emergency personnel shall be available on-site

2. the procedure for cleaning of a car and hoistway transparent enclosures by authorized persons

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 30

Page 31: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

ATTACHMENT A SOLICITATION NO.: ITQ687-1

Page 4 of 15 Revised 6/13/2018

3.6 MINIMUM MAINTENANCE CHECK CHART SCHEDULE

Within 120 days after the Award Date, the Awarded Bidder shall prepare and use a checklist schedule of

maintenance, periodic testing, clean downs and other routine job functions required by these specifications for

the specific equipment maintained. This check schedule shall be pre-approved by the Elevator Contracts

Administrator and shall be in accordance with the manufacturer's recommendation to serve the purpose of its intent

(in the best interest of Miami-Dade County) to act as an on-site reminder for the technician(s) as they perform

Full Preventive Maintenance to achieve the full designed life cycle of the equipment, and to secure the safety

of the users of the equipment and of the people around it.

This pre-approved check chart schedule will not relieve the Awarded Bidder of their responsibility, liability and

obligation to provide the above named safety and permanence of the equipment in working and/or serviceable

condition.

Note: TO ESTABLISH A GUIDELINE, THE FOLLOWING EXAMINATION FREQUENCY AND LABOR ALLOWANCE SHALL BE OBSERVED, AS MINIMUMS REQUIRED (OR MORE FREQUENTLY AS RECOMMENDED BY MANUFACTURER), EXCEPT AS OTHERWISE NOTED.

PREVENTIVE MAINTENANCE FREQUENCY

EQUIPMENT TYPE

GENERAL ALL AVIATI ON

GOVERNMENT DEPARTMENT

FACILITIES EQUIPMENT

DTPW

METRORAIL

LINE UNITS ONLY

Hydraulic Elevators

Geared Traction Elevators

Monthly

Bi-Weekly

Monthly

Bi-Weekly

Bi-Weekly Weekly

(Bi-weekly = Once per 2 Weeks)

Gearless Traction Elevators Dumbwaiters Escalators & Moving Walks Dumbwaiter

Weekly

Monthly

Weekly

Bi-Weekly

Weekly

Monthly

Weekly

Bi-Weekly Weekly

MAINTENANCE AND REPAIR ALLOWANCE

Minimum Labor Allowance (per unit) Maintenance Repair

Hydraulic Elevators & Dumbwaiters

Hydraulic Freight Elevators Geared Traction Elevators

Gearless Traction Elevators

Escalators & Moving Walks

2 man/hour per month

2 man/hour per month 4 man/hour per month 4 man/hour per month 4 man/hour per month

1 man/hour per month

2 man/hour per month

4 man/hour per month

4 man/hour per month

4 man/hour per month

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 31

Page 32: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

ATTACHMENT A SOLICITATION NO.: ITQ687-1

Page 5 of 15 Revised 5/17/2018

MIAMI-DADE AVIATION DEPARTMENT ONLY MAINTENANCE AND REPAIR ALLOWANCE

Minimum Labor Allowance (per unit) Maintenance Repair

Hydraulic Elevator 1 man/hour per month 1 man/hour per month Geared Elevator 2 man/hour per month 2 man/hour per month Gearless Elevator 2 man/hour per month 2 man/hour per month Escalator 4 man/hour per month 4 man/hour per month Moving Walk 4 man/hour per month 4 man/hour per month Dumbwaiter 1 man/hour per month 1 man/hour per month

3.7 MAINTENANCE SERVICE

A. The Awarded Bidder shall regularly and systematically, in accordance with the MCP, examine each unit of elevator

and/or escalator equipment, its component parts and operation in accordance with the minimum maintenance pre-

approved checklist (see the MCP); and, as conditions warrant, adjust, lubricate, clean, repair or replace such parts

and mechanisms as necessary to render full maintenance care and keep the elevator and/or escalator

equipment in proper and safe operating condition. Extra care shall be taken to look for any cracked, defective,

or worn parts and replace in kind.

B. The Awarded Bidder shall maintain all elevators and/or escalators under this contract in first- class operating

condition to comply with all requirements of the current American Standard Safety Code for Elevators and

Escalators, A 17.1, and ANSl/ASME, Inspector's Manual, A 17.2, and all other applicable laws, regulations,

ordinances, codes, etc. The ANSl/ASME Standards and Inspector's manual shall be used as a guide to establish

that equipment under this contract is operating safely. Awarded Bidder shall also maintain all the requirements of

American with Disabilities Act pertaining to elevators and other contracted equipment. In order to conduct routine

annual code compliance inspections by the authority having jurisdiction, necessary manpower shall be provided

when requested.

C. The Awarded Bidder shall maintain the original efficiency, safety and rated speeds of the units including full

running speed, acceleration, deceleration, landing and leveling and floor-to- floor time including door opening and

closing time where power door operation exists, all per manufacturer's specifications and/or by code requirements.

Additionally, the Awarded Bidder shall maintain vibration and noise levels within acceptable industry standards for

each piece of equipment.

Sound and Vibration Levels

1. The operating elevator shall produce no noise louder than 55 dB in public spaces adjacent to the

elevator machinery or enclosure when measured three feet from the enclosure or elevator equipment.

Steady state noise levels within the elevator car at every point five feet above the floor shall be not

louder than 55 dB. Transient noises caused by elevator equipment operation, not including door

operation, shall not be louder than 60 dB in public spaces adjacent to the elevator enclosure or

equipment when measured three feet from the source of that noise, using a fast meter response.

The acoustic output level of the pumping unit shall not be louder than 86 dB, measured at the machine

room door. The elevator door, when opening and closing, shall produce noise not louder than 65 dB

when measured three feet from the elevator door and within the elevator car, using a fast response meter.

2. Escalators shall be maintained to operate at or below a 65 dB sound level, measured five (5) feet above

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 32

Page 33: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

ATTACHMENT A SOLICITATION NO.: ITQ687-1

Page 6 of 15 Revised 5/17/2018

the escalator at any location, with the escalator operating normally, either free-running or under load. For

multiple escalator installation, the noise measurements shall be made with only one (1) escalator unit in

operation, but with the entire installation complete and in operating condition. An ambient level not to

exceed 49 dB shall be maintained prior to units being turned on.

3. Escalator shall be tested for vibration levels. A maximum velocity reading of four-tenths (0.4) of an inch

per second shall not be exceeded. The metering device used to perform the test shall be a Bruel and

Kjaer Model No. 2516 Integrating Vibration Meter or equal as selected by the County. Readings shall be

taken throughout the exposed travel of steps.

D. In accordance with the MCP and as conditions warrant, the Awarded Bidder shall; clean, adjust, repair and/or

replace, including, but not limited to: parts of the machine, brakes, motors, generators, controllers, selectors, signal

panels, operating switches and devices in the hoistway, door and gate operators, door protective and monitoring

system, car frame, safeties, governors and tension frames, buffers, counterweights, compensators, platforms, wiring,

valve unit, pumping unit, plunger, packing, external gearing, drive chain, handrail, handrail drive chain, handrail

brush guards, handrail guides and rollers, alignment devices, steps, step treads, step wheels, step chains, step

axle bushings, step tracks, comb and floor plates, upper drive, upper drive hearings, tension sprockets and

bearings, upper and lower Newell wheel bearings, start/direction switch, skirt switches, brake switch,

underspeed/overspeed switch, drive, belt/drive chain, step up-thrust switch, push button assembly, drive unit

reducer or shaft, brake, track, turnaround, skirt panel, deck, glass, belt or drive chain, combfinger(s) controller,

conduits, wiring, annunciator panel, indicators and key stop switch relay, handrail return switch, step demarcation

lights, lighting receptacles, lubrication system, etc.

E. Component parts to be used in repairing or replacing the foregoing items of equipment include, but are not limited

to: worms, gears, thrust bearings, roller or ball bearings, sleeve bearings, pins, brake linings, generator and

motor windings, commutators, armatures brush holders, slow down and limit switches, direction switches, leveling

switches, load-weighing devices, interlocks, locks and contacts, resistors, rectifiers, springs, magnet frames,

segments, brushes, conductor cables, tapes, chains, tubes, condensers, timers, capacitors and shunts, printed

circuits, solid state electronic cards, valves, valve units, pistons, solenoids, pumps, hydraulic packing, drive

belts/timing belts, underspeed/overspeed switches, direction switches, revolution counters, lights and light guards,

steps and step assembly components, step chains, step links, rollers, wheels, handrails, balustrades, combplates,

combfingers, etc.

F. Adjustments to the electric circuits and the sequence of operation of the components shall be in accordance with

the engineering tolerance established by the manufacturer of the equipment and the maintenance of mechanical

clearances in accordance with the manufacturer's engineering standard tolerance.

G. Keep the guide rails clean and properly lubricated. When roller-type guides are involved, rail lubricant shall not

be used. Periodically tighten rail bracket and fishplate bolts on critical elevators, re-alignment of guide rails if

necessary.

H. At least once per year or more, as required to prevent the build-up of lint and dirt, the Awarded Bidder shall brush

lint and dirt from the guide rails, overhead beams and sheaves, counterweight frames, car tops, bottom of

platforms, pit equipment, machine-room floor and hoist way door hangers and tracks; on escalators and moving

walks, remove half of steps and interior side panels and thoroughly clean interior, including, but not limited to,

drip pans, steps, truss, and all moving components, etc.

I. Wire suspension ropes shall be replaced as required to maintain an adequate factor of safety, in accordance with

the Elevator Safety Code. The Awarded Bidder shall maintain equal tension between individual wire suspension

ropes in each set of suspension ropes, and lubricate wire suspension ropes in accordance with wire rope

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 33

Page 34: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

ATTACHMENT A SOLICITATION NO.: ITQ687-1

Page 7 of 15 Revised 5/17/2018

manufacturer's recommendations.

Rust or rouge will not be tolerated for wire ropes on this equipment. If noted on any inspection, the Awarded Bidder shall remedy the condition permanently within thirty (30) days from written notice. Wire ropes must be replaced prior to wear below minimums required by ANSI A17.1 and ANSI A17.2.

J. At a frequency specified in the Maintenance Control Plan, the Awarded Bidder shall examine all safety devices and

governors and make annual safety tests; also make inspections and safety tests as required by the current

American Standard Safety Code for Elevators, Dumbwaiters and Escalators, to include five (5) year full load and

full speed tests. Upon completion of the annual safety test, a written report must be retained and a copy forwarded

to the Elevator Contracts Administrator within five (5) days following the test.

The Awarded Bidder shall conduct monthly tests of elevator portion of emergency power operation and firefighter

service Phase I and II, if so equipped. Maintain log of tests and results as specified in Paragraph 3.11 (C), and

as required by State Law. Provide copies of these reports to the Elevator Contracts Administrator, on-site,

immediately following tests.

Note: The Awarded Bidder shall notify the Elevator Contracts Administrator phone (305) 375-1577, a minimum

of 48 hours in advance of regularly scheduled safety tests, including pressure tests and full load tests, of the time

and place of the test. All periodic tests are required by ASME A 17.1 and State Law, to be witnessed by a

Certified Elevator Inspector, which shall be coordinated by the Awarded Bidder, at no cost to the County. The

Elevator Contracts Administrator or designated representative may or may not be present during the test.

K. Keep the exterior of the machine and all other parts of the equipment subject to rust, (including, but not

limited to; rails, brackets, controller cabinets, duct, carton, toe guards, pit equipment, counterweights, etc.) except

where otherwise noted, painted and presentable at all times. The motor windings and controller coils are to

be treated with insulating compound to maintain the insulation as required by equipment manufacturers’ and industry

standards.

L. Maintain the conveyance Signal System, devices and fixtures and fixture cover plates (and finish of). Signal

system equipment includes the elevator intercommunication systems, signal buttons, direction indicator lights,

position indicators, hall lanterns, mechanical lanterns, mechanical and electrical dials, signal bells, buzzers and

gongs.

M. Maintain all operating accessories of cab and hoist way doors and gates and keep them in proper adjustment,

including, but not limited to; fans, lighting fixtures (including ballasts), illumination light bulbs and tubes in the

cab, key switches, emergency car lights and batteries and hoist way door unlocking devices. The Awarded Bidder

shall also tighten bolts to maintain secure fastening of the handrails of elevator cabs, in accordance with the

Maintenance Control Plan.

N. The Awarded Bidder shall furnish as-built wiring diagrams provided by the manufacturer, and two sets of the

latest up-dated wiring diagrams designated by the manufacturer specifically for the job and unit to be maintained

and noted on each page as such. No wiring diagrams will be accepted unless the name of the building or

manufacturer's corresponding contract number appears on them. Two sets of wiring diagrams must be furnished

for each group of elevators, one (1) set may be a copy if it is clear, legible, complete, and of the same size

as those furnished by the manufacturer. If there is more than one (1) group of elevators in the building, then two

(2) sets are to be furnished to each group with each set of diagrams properly showing the manufacturer's

designations for each corresponding group.

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 34

Page 35: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

ATTACHMENT A SOLICITATION NO.: ITQ687-1

Page 8 of 15 Revised 5/17/2018

The Awarded Bidder must present proof that the wiring diagrams have been ordered within 30 days after the

contract award and must have possession of same within 60 days. One is for the machine room. The remaining

set is for the ISD Office of Elevator Safety files. Both sets are to be submitted to the Office of Elevator Safety

for affixation of a County stamp, ten (10) days prior to installation. Awarded Bidders not adhering to the above

specifications will be considered in default of the contract.

0. In the event that job conditions require variations or adjustments to the wiring diagram, the Awarded Bidder

shall obtain certification from the manufacturer indicating there is no compromise to safety circuits or

efficiency of the operation. (See Note # 2 below.) In addition, the Awarded Bidder shall notify the Project

Manager of these changes and shall provide as-built drawings in a timely manner. The drawings are the

property of the County and will be kept in the machine room and the ISD Office of Elevator Safety files, at all

times.

Note #1: These as-built diagrams and any appendix reflecting changes thereto do not necessarily

represent the current circuitry.

Note #2: Failure to provide above certification shall be considered default of the contract.

P. For Hydraulic Elevators, in addition to the foregoing, the Awarded Bidder shall furnish all labor, materials and

equipment necessary to keep the hydraulic pumping equipment in top working order; including, but not limited

to: inspection of the system noting controller operation, adjustment, repair or replacement of electrical circuitry,

oil levels, hydraulic lines, pump operating frequency, pit cylinder condition, keeping the pit and all drip pans

free of oil accumulation, dirt, and debris

Q. The Awarded Bidder must have in-house capabilities to produce, via a microcomputer based traffic analyzer a

report indicating the location and duration of traffic demand for elevators in a given group of elevators and a

quality of service report monitoring service delays and equipment functions and/or malfunctions. As a part of

this contract, the County reserves the right to request that a Traffic Analysis be performed on any piece of

equipment. A complete data diskette and a full written report of actual conditions are to be submitted to the

Elevator Contracts Administrator and/or Project Manager.

R. All lubricants, chemicals and other industrial discard shall be disposed of as per laws, requirements, standards

and rules established by the Environmental Protection Agency, the Miami-Dade County Regulatory and Economic

Resources Department, and/or any other local, state or national authority/institution.

3.8 CLEAN DOWN REQUIREMENTS

A. The Awarded Bidder shall replace all worn or broken parts at the time of a clean down. With respect to escalators and moving walks, Awarded Bidder shall do so prior to re-installing the escalator steps or moving walk pallets and prior to seeking the contractually required post-clean down inspection.

B. The Awarded Bidder shall complete and submit to the County a clean down Completion Checklist Forms and written

notification of all clean down completions. Upon completion of any contractually-required unit clean down, Awarded Bidder shall immediately notify the user department’s project manager/Facility Manager in writing: i) that said unit’s annual clean down has been completed, ii) that all observed worn or broken parts have been replaced, and iii) a completed clean down Completion Checklist form to the project manager/Facility Manager, the form of which shall be provided to the Awarded Bidder by the Office of Elevator Safety.

C. Upon completion of any contractually-required clean down, Awarded Bidder shall submit a written request for clean

down inspection to the applicable user department representative.

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 35

Page 36: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

ATTACHMENT A SOLICITATION NO.: ITQ687-1

Page 9 of 15 Revised 5/17/2018

D. Upon Awarded Bidder’s receipt of or access to the clean down inspection report, Awarded Bidder shall promptly cure

any deficiencies and code violations noted in the report, including, without limitation, promptly replacing any worn or broken parts noted in same;

E. Regarding escalators and moving walk clean downs, to effectuate proper cleaning, Awarded Bidder shall remove a

minimum of 50% of the escalator steps and moving walk pallets or a higher percentage (up to 100%) as may be required to facilitate proper cleaning of the unit.

F. The County retained QEI shall have final say regarding unit cleanliness and re the percentage of steps or pallets that

need to be removed.

3.9 SEMI-ANNUAL AUDIT AND REQUIRED ANNUAL VENDOR SUPERVISOR CONDUCTED UNIT SURVEYS

Using a unit survey form to be provided by the Office of Elevator Safety, which may, at the County’s sole discretion, include hard copies and/or electronic formats (with electronic submission requirements) submitted to the applicable project manager, Awarded Bidder shall conduct semi-annual unit surveys of all units, one of which must be conducted by a vendor retained QEI familiar with the subject contract requirements and specifications, which surveys must identify any observed Code violations and contract deficiencies. The QEI-conducted survey must be conducted at least six weeks prior to the annual inspection conducted by the Office of Elevator Safety and any maintenance related code violations and contract deficiencies shall be cured by the Awarded Bidder whenever practicable prior to the annual inspection date, it being the intent that failed annual inspections be avoided and kept to an absolute minimum.

3.10 AWARDED BIDDER'S PERSONNEL

A. All service mechanics shall be equipped with an individually signaled paging service receiver or two-way

radio or cellular telephone or other suitable two-way communication device while on duty. Each employee shall

have and wear photo identification issued by the Awarded Bidder complete with the name and license number of

the Awarded Bidder.

B. The Awarded Bidder shall maintain and use a separate and exclusive repair crew trained in elevator and/or

escalator repair. Repairs shall generally be performed by repair crews, not by maintenance mechanics. All

repairs shall be scheduled through the Project Manager.

C. The Awarded Bidder shall maintain and use a separate and exclusive periodic test crew( s) properly trained and

equipped to perform elevator and/or escalator periodic tests, such as escalator brake torque, side skirt index,

elevator annual and five year full load safety tests. Staffing of test crews shall be sufficient not to interrupt

maintenance or testing at various other sites. Specially assigned crews shall not be diverted to other sites or

departments except in case of emergency with the Project Manager approval. Periodic tests shall generally be

performed by test crews, not by maintenance mechanics. All periodic tests shall be scheduled through the Project

Manager and shall be witnessed by a Florida Certified Elevator Inspector working for the authority having

jurisdiction at Miami-Dade County.

D. The Awarded Bidder shall provide, maintain and use a "lock box" system for each machine room. The County

will provide a key to each machine room door lock for placement into the "lock box". All Awarded Bidder's

personnel are to possess keys (keyed alike) to the lock box to facilitate access to County equipment by all

necessary Awarded Bidder personnel.

3.11 RECORDS MANAGEMENT

The Awarded Bidder shall submit in written format, documents identified by this paragraph by no later than the 10th day of

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 36

Page 37: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

ATTACHMENT A SOLICITATION NO.: ITQ687-1

Page 10 of 15 Revised 5/17/2018

each month. In the interest of efficiency and to minimize paperwork, the County will accept the Awarded Bidder reports on electronic media (ie. compact disk, flash drive) providing that the Awarded Bidder provides the County the necessary software to read and if necessary copy the data to paper. A. Service Receipts

The Awarded Bidder shall submit monthly (with their invoice) to the Project Manager, a copy of the mechanic's service receipt indicating the date, time and nature of service performed. These service receipts shall be signed by a responsible County employee at the time the work is performed, and a copy of this service receipt or time ticket shall be given to the responsible County employee signing the document at the time of signing, for site records. Firms using electronic media for company internal storage and transmittal of time shall provide a hard copy of the time ticket to the Project Manager or designee, via email, at the completion of each day or service performed, as applicable.

In the event the mechanic cannot get the signature of a responsible County employee to give credit for the extra time expended in an emergency call response and/or repairs, they will leave a copy of the service receipt in the machine room and/or complete log book provided by the County, and so advise the project manager as soon as possible.

B. Survey Reports

The Awarded Bidder shall perform a complete survey of the equipment bi-annually, in January and July, to insure compliance with the contract and determine the condition of equipment. The Awarded Bidder shall submit above bi-annual supervisor's inspection report, to the Elevator Contracts Administrator and Project Manager, due at the completion of each month for those surveys completed in the prior month, during the contract year. The inspection/survey report must be performed and signed by the Awarded Bidder's Maintenance Supervisor. Forms may be obtained from the Elevator Contracts Administrator. If the Awarded Bidder fails to perform the required survey and/or submit the written report of conditions in a timely manner (sixty days past due date), the County reserves the right to perform the survey with their personnel or to contract it to a third party consultant, the cost of which will be deducted from monies due to the Awarded Bidder as a part of this contract, as determined by the Elevator Contracts Administrator.

C. Monthly Logs

The Awarded Bidder shall provide the Project Manager with a monthly log, due by the 10th of each month, of all callbacks, repairs and minor adjustments made, in addition to the scheduled preventive maintenance work. This log shall consist of the time the complaint was registered, the nature of the complaint, the correction of the problem and the amount of time required correcting the problem. For hydraulic elevators, the log book shall also be used to record all oil usage for each elevator. The record shall reflect all items required by code to be recorded, and shall include all oil stored on site, all oil recovered and the re-use or disposal of same, dates of each new transaction of oil usage (add, recover, dispose) and the name of the technician entering the information.

The Awarded Bidder shall provide the Project Manager with a monthly log of all monthly tests of the elevator

portion of emergency power operation and firefighter service Phase I and II as required by Florida Statute 399,

Florida Administrative Code 61C-5 and/or Florida Building Code, and as promulgated by American Society of

Mechanical Engineers A17.1, supplements and addenda and A17.2.

At the County's discretion, the logbook may be maintained either in the machine room or other designated area

allowed by code. The Awarded Bidder shall complete the log on each routine visit.

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 37

Page 38: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

ATTACHMENT A SOLICITATION NO.: ITQ687-1

Page 11 of 15 Revised 5/17/2018

D. Check Chart

The Awarded Bidder shall maintain on the job site and have available for inspection at all times, a check chart

indicating the service routine that has been performed on the most recent visit. Copies of check charts will be

submitted to the Elevator Contracts Administrator on the anniversary of each contract year and at the time of

conclusion of the contract. A copy may be required upon demand by the Elevator Contracts Administrator. A

copy of this chart wil l be displayed in the Elevator Machine room or a specified location in the case of escalators.

Check chart information may be stored and retained via electronic media, provided that the County is provided

with the necessary software to access and retrieve data for all time periods.

E. Safety Test Reports

The Awarded Bidder shall perform periodic safety tests on all elevators, moving walks, and other equipment

included in the latest edition of American Society of Mechanical Engineers (ASME) A 17.1. Tests are to include

all semi-annual, annual, and five (5) year safety, governor and buffer tests as specified in Paragraph 3.7 (J). The

Awarded Bidder shall perform monthly tests of the elevator portion of emergency power operation and firefighter

service Phase I and II as required by ASME A17.1, supplements and addenda, and A17.2. In the case of five

(5) year safety tests, a written report conforming to ASME A17.1 and A 17.2 reflecting results of the test shall

be submitted to the Elevator Contracts Administrator following the test for County records. For other tests a copy

of a report for each test will be left in the elevator log book referenced in Paragraph 3.11 (C) of the

contract/solicitation. Documentation required by ASME A17.1 shall be provided in all cases, without exception.

F. Witnessing of Tests

The ASME A 17.1 and Florida Statutes Chapter 399 by adoption of ASME A 17.1, requires all periodic safety

tests on elevator, escalator, moving walk, and other equipment, to be witnessed by a "Qualified Elevator Inspector"

from the County. The Awarded Bidder shall provide a schedule of tests to be performed, to the authority having

jurisdiction, the Miami-Dade County Internal Services Department Office of Elevator Safety, prior to the tests being

performed, so the authority may provide a witness.

G. Inspection/Audit

The County reserves the right to inspect any of the Awarded Bidder's local or regional facilities and records, for

the purposes of insuring compliance with the requirements of this contract, at any time during normal working

hours, by the Elevator Contracts Administrator or authorized designee.

H. Submittal of Records

Records which are required to be submitted to the County within Paragraph 3.5 “On-Site Documentation”, are to

be submitted in written form, except as otherwise noted, and submitted to the Project Manager or their designee.

Records requested in the timelines specified shall be adhered to, i.e.; annual, bi-annual, quarterly, monthly,

weekly and daily. Failure to conform to this submittal schedule may result in a delay to payment due to non-

performance.

3.12 TOOLS

Upon the request of the County, prior to the start of work, the Awarded Bidder shall provide written evidence of their ability

to execute efficient and timely repairs of the elevator and/or escalator equipment. Part of this evidence shall be a list of

their inventory of special tools used in the maintenance and repair of the elevator and/or escalator equipment covered

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 38

Page 39: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

ATTACHMENT A SOLICITATION NO.: ITQ687-1

Page 12 of 15 Revised 5/17/2018

under this contract. A minimum list, in addition to the common tools of the elevator and/or escalator trade shall be

provided. The Awarded Bidder shall complete a list of the tools that they have either on the service trucks or in their

shop. Tools which they do not physically have must be reported where they are available for Mechanic's use.

3.13 PARTS (SPARE)

A. The Awarded Bidder shall furnish and maintain at the location of the equipment, a parts list. The parts list shall include

the description and quantity of parts, as a minimum inventory for replacement, the original manufacturer's

recommended stock of parts. Parts must be listed in each manufacturer's renewal parts book for each elevator

and/or each escalator. These replacement parts shall be stored in a steel cabinet provided by the Awarded Bidder

and located in the County's elevator machine room or other designated location. Awarded Bidder shall maintain an

accurate and up-to-date inventory control record indicating the date and quantities of each charge-out and re-order

of replacement parts. The Project Manager and/or Elevator Contracts Administrator, will advise on the missing

language, and their representative shall have access to both the inventory control records and the actual parts

inventory at all times for the purpose of examining and insuring the Awarded Bidder's compliance. At the termination

of the contract, the stock replacement parts and parts cabinet shall remain the property of the Awarded Bidder,

and shall be removed from the site.

Note: The Elevator Contracts Administrator or designated representative shall have access to the Awarded

Bidder's local facilities for purposes of verifying the local inventory, at any time during normal working

hours.

B. It shall be the responsibility of the Awarded Bidder to supply original replacement parts or parts that have been

approved as equal or of superior quality by the manufacturer to maintain basic feature functions as installed.

Note: Miami-Dade County shall not be charged for replacement parts that are no longer production items or

are otherwise deemed obsolete. If a component, for which there is not an available OEM replacement,

fails due to obsolescence, the Awarded Bidder shall replace the entire component or assembly at their

sole expense, including redesigned model assemblies. Total replacement may include, but not be limited

to, hydraulic valves, controllers, door operators, generators, timers, motors, etc.

C. The Awarded Bidder at the discretion of the County shall maintain at the job site or their local facilities, a supply

of major components and parts to include all motors and other components such as field coils, rotating elements,

stators armatures and bearings. The Awarded Bidder shall also maintain brake coils, bearings, packing seals,

pumps, pump motors, printed circuit boards and solid state components for use as spare parts in emergency repairs.

These spare parts and components shall be of the same voltage and electrical characteristics, size and metallic

compound as was originally installed. A "Parts Lending" plan is an acceptable alternative and recommended as

explained in the next paragraph.

In the case of Critical Elevators, the Awarded Bidder, if other than the original manufacturer, agrees to provide

a fully executed "Parts Lending Plan" which is an agreement between the Awarded Bidder and the Manufacturer

"or successors to the firm, (in the event of acquisition or merger" of the original elevator and/or escalator and/or

its parts) to lend at once a needed replacement part from the spare parts inventory of the manufacturer, giving

at the same time, the manufacturing order to replace that part to said inventory of the manufacturer.

D. The equipment maintained under this contract is of the utmost importance to Miami-Dade County.

1. Facilities (equipment) that is classified as "Critical": If a part or component fails for which the Awarded Bidder

does not have an on-hand (local-stock) replacement, the Awarded Bidder shall immediately have a spare-

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 39

Page 40: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

ATTACHMENT A SOLICITATION NO.: ITQ687-1

Page 13 of 15 Revised 5/17/2018

lending replacement or permanent replacement shipped via the most expedient method (air-express or

similar) by no later than the following working day. If a component or part is identified as requiring

replacement prior to failure, the Awarded Bidder shall have a spare-lending or permanent replacement o n -

site prior to commencement of repair to minimize down time.

2. Facilities that are classified as "Non-Critical": (Replacement parts or components needed that may not be

in local stock may be shipped by the most reasonable means, (Time/value) in order to restore that elevator

to service Major components identified as requiring replacement/repair prior to failure, must have an available

shop for repair or replacement on-site, to restore the elevator to operation while minimizing down time.

Note: Some Critical County facilities are provided with County-owned major component parts such as valves,

motors, pumps, etc. for use only at these facilities for emergency replacement.

As these parts are used, the replaced component shall be rebuilt or otherwise replaced with identical

replacement and re-stocked in the designated faci l i ty warehouse at the expense of the Awarded Bidder.

3.14 LUBRICANTS

The lubricants used shall comply with the specifications for lubricants recommended by the equipment manufacturer for

the particular device to be lubricated. Oils and grease shall be of approved manufacture. Rope lubricants shall conform

to manufacturer's recommendation and ANSl/ASME Inspector's Manual A17.2 Lubricants shall be stored in proper

containers. All spent lubricants and chemicals shall be disposed of in a proper, legal manner.

3.15 MEASUREMENT OF PERFORMANCE

A. Reliability: Each individual elevator and escalator shall be capable of reliable operation, meeting the following

modes of operation and loading criteria:

1. 7,600 operating hours per year.

2. 90% of full load capacity for peak periods for one (1) hour duration, twice daily.

3. Availability of not less than 98% for each escalator, and 99% for each elevator. (Availability is defined as

the total period of normal operational time the elevator is available for use over a time period

in (1) above.)

B. Mean Time Between Failures (MTBF): Each escalator and elevator shall be maintained in a manner to achieve

the highest mean time between failure possible, utilizing the most advanced maintenance method and equipment

available.

1. MTBF = T = Actual Operating hours

F = Number of failures in actual operating time

Failures shall be determined exclusive of shutdowns due to vandalism, overloading, and

activation of safety devices by external cause.

2. A digital timer, if required, shall be installed on each escalator to measure total elapsed running time, and shall

not measure if the stop switch or safety switch is activated. The number of actual operating hours shall be

determined by measuring the actual versus available hours. The normal non-operating hours of transit will be

excluded. Elevators that will be equipped with a digital timer, installed by the Awarded Bidder, will be connected

similarly to measure the total actual operating hours versus total available hours, not including transit non-operating

hours.

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 40

Page 41: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

ATTACHMENT A SOLICITATION NO.: ITQ687-1

Page 14 of 15 Revised 5/17/2018

3. Elevators shall be equipped with a digital counter, if required, installed by the Awarded Bidder, to count the

number of starts and stops of the elevator.

4. A reading will be taken by the 10th of each month, by the Mechanic performing routine maintenance, and shall be

verified at random by the project manager or their designee. The elapsed time and/or trips shall be recorded at

each call back or repair, on the mechanic's time ticket.

3.16 MODERNIZATION OF ELEVATORS

Upon special request, the County may require upgrade of a wide variety of types of equipment requiring varying degrees of

modernization. In some cases the entire elevator plant may require modernization, in other cases only some major components

may require modernization. Separate specifications shall be provided for each elevator or include what is required for each

component for the types of equipment. The modernizations of elevators at each facility for each agency may be specified

individually or as group.

The supplemental modernization specifications identify the scope of work for each elevator or group of elevators. The

specifications shall be descriptive and as explicit as possible, and accurately describe the work. If the specifications omit

information or requirements that the Awarded Bidder believes should be addressed, resulting from the pre-bid inspection(s), the

Awarded Bidder shall submit its question(s) in writing to the Project Manager, as soon as possible or by the time limit set for in

the solicitation, which must occur prior to bids being due.

The modernization and operation of elevators of agencies and facilities is a critical function. The modernization of elevators will

require that during the progress of work, one elevator is removed from service during the modernization of that unit. It is imperative

that the remaining duplex or group elevators in that connected bank be left in operation unimpeded to provide passenger service

to the building. Loss of service to the building will not be tolerated. There are times during the progress of the second elevator

where tie in of duplexing operation and the removal of existing hall buttons may interrupt service. The Awarded Bidder

shall either perform this work during a single after hours shift, or provide a second independent hall button riser to

accommodate a smooth uninterrupted transition to duplex operation.

3.17 SPECIAL REQUIREMENTS FOR HURRICANE SEASON

Hurricane season is June 1 to November 30. For projects that are undergoing major repair or modernization, the Awarded Bidder is responsible for parts, components and materials which are stored on the job site, not yet installed on the equipment. While every reasonable precaution will be taken to protect property, the County has some facilities which are prone to major flooding, due to design and/or location. In those cases, the Awarded Bidder shall take measures to secure their work site and protect the County's equipment and facility, in the area of their work, and their equipment stored at the facility, or remove the equipment, parts, components and materials not yet installed, upon the issuance of a Hurricane Warning by the National Hurricane Center for the location of the subject facility. The County shall not be liable for any damage done to equipment, parts, components and materials not yet installed.

3.18 NON-PROPRIETARY

Prior to the commencement of work, the County shall provide to the Awarded Bidder, a Non-Proprietary Equipment Affidavit that

must be notarized and fully executed. Following the completion of work, the Awarded Bidder shall provide three (3) bound sets

of printed instructions for use of any tool that may be necessary to perform diagnostic evaluations, systems adjustment and I or

programmable software changes on any unit of the microprocessor based elevator control equipment. The Awarded Bidder shall

provide access codes, passwords and other proprietary information that is necessary to interface with the microprocessor control

equipment. In addition, the Awarded Bidder shall provide step by step adjusting, programming and troubleshooting procedures

as pertain to the microprocessor control equipment, a composite listing of the individual settings chosen for the variable software

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 41

Page 42: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

ATTACHMENT A SOLICITATION NO.: ITQ687-1

Page 15 of 15 Revised 5/17/2018

parameters stored on the software programs of both motion and dispatch controllers.

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 42

Page 43: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

Miami-Dade County 1 of 23

Item No. Unit Description/Location State Serial # DC# Type # of units

Standard Time (Labor) -

Monthly Preventative

Maintenance and

Repair

Overtime (Labor) -

Monthly Preventative

Maintenance and

Repair

Material - Monthly

Preventative

Maintenance and Repair

Extended Unit Price -

Standard Time

1 Cc. D Gate 26 AA/TSA Offices (C. Beanery) 72470 10151 Gearless Ele 1 -$ -$ -$ -$

2 Cc. D Gate 29 Domestic/Sterile 72473 10154 Gearless Ele 1 -$ -$ -$ -$

3 Cc. D Gate 30 (Tower) 72475 10156 Gearless Ele 1 -$ -$ -$ -$

4 Cc. D Gate 28/29 Domestic/Sterile 72528 10211 Gearless Ele 1 -$ -$ -$ -$

5 Admiral Club (Service Car) 72529 10212 Gearless Ele 1 -$ -$ -$ -$

6 Cc. D Gate 30 Sterile 72530 10213 Gearless Ele 1 -$ -$ -$ -$

7 MFS Station 72531 10214 Gearless Ele 1 -$ -$ -$ -$

8 Cc. D Gate 37/38 Domestic/Sterile 72538 10221 Gearless Ele 1 -$ -$ -$ -$

9 APM Station 4 Domestic 74325 10886 Gearless Ele 1 -$ -$ -$ -$

10 APM Station 4 International 74327 10888 Gearless Ele 1 -$ -$ -$ -$

11 APM Station 4 International 74328 10889 Gearless Ele 1 -$ -$ -$ -$

12 APM Station 4 Domestic 74402 11045 Gearless Ele 1 -$ -$ -$ -$

13 Cc. D-25 To Baggage 74785 10544 Gearless Ele 1 -$ -$ -$ -$

14 Cc. D-25 To Baggage 74786 10545 Gearless Ele 1 -$ -$ -$ -$

15 Cc. D Gate 25 to Bag Clam 2-1 74787 10546 Gearless Ele 1 -$ -$ -$ -$

16 Cc. D Gate 24/25 Domestic/Sterile 74788 10547 Gearless Ele 1 -$ -$ -$ -$

Rev. 6/13/18

Elevator and Escalator Maintenance & Repair Services

VENDOR NAME:

GROUP 1

INVITATION TO QUOTE NO. ITQ687-1 "INSTALLATION, MAINTENANCE, AND MODERNIZATION OF ELEVATORS"

ATTACHMENT B - BID PRICE FORM

GROUP NAME: AVIATION

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 43

Page 44: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

Miami-Dade County 2 of 23

17 APM Station 3 International 74789 10548 Gearless Ele 1 -$ -$ -$ -$

18 A.A. Flight Service between D-25/26 74838 10623 Gearless Ele 1 -$ -$ -$ -$

19 APM Station 3 Domestic 75030 10998 Gearless Ele 1 -$ -$ -$ -$

20 APM Station 3 International 75033 11001 Gearless Ele 1 -$ -$ -$ -$

21 APM Station 3 Domestic 75034 11002 Gearless Ele 1 -$ -$ -$ -$

22 APM-D MSF Station 75093 11114 Gearless Ele 1 -$ -$ -$ -$

23 Cc. D- 25 Freight behind Books and Books 76029 12369 Gearless Ele 1 -$ -$ -$ -$

24 Cc. D Gate 30/31 FIS (Oversize bags) 76034 Gearless Ele 1 -$ -$ -$ -$

25 Cc. D FIS 76035 12571 Gearless Ele 1 -$ -$ -$ -$

26 Cc. D Gate 30/31 FIS Area 76245 Gearless Ele 1 -$ -$ -$ -$

27 Cc. D Gate 30/31 FIS Area 76246 Gearless Ele 1 -$ -$ -$ -$

28 Cc. D Gate 30/31 FIS Area 76247 Gearless Ele 1 -$ -$ -$ -$

29 Cc. D Gate 30/31 FIS Area 76248 Gearless Ele 1 -$ -$ -$ -$

30 Cc. D Gate 53 76332 12943 Gearless Ele 1 -$ -$ -$ -$

31 Cc. D Gate 60 Sterile 76333 12498 Gearless Ele 1 -$ -$ -$ -$

32 AA Offices (Eagle) 76334 12499 Gearless Ele 1 -$ -$ -$ -$

33 Cc. D Gate 53/55 Sterile 76335 12500 Gearless Ele 1 -$ -$ -$ -$

34 Cc. D Gate 60 Domestic 76336 12501 Gearless Ele 1 -$ -$ -$ -$

35 Cc. D Gate 45-47 74335 10867 Glass Esc 1 -$ -$ -$ -$

36 Cc. D Gate 43 74336 10758 Glass Esc 1 -$ -$ -$ -$

37 Cc. D Gate 36 68635.0 5881 Glass Esc 1 -$ -$ -$ -$

38 Cc. D Gate 36 Dom/Sterile 68636 5882 Glass Esc 1 -$ -$ -$ -$

39 Cc. D Gate 36 (2 to 3) 68639 5885 Glass Esc 1 -$ -$ -$ -$

40 Cc. D Gate 34-36 (3 to 2) 68640 5886 Glass Esc 1 -$ -$ -$ -$

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 44

Page 45: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

Miami-Dade County 3 of 23

41 Cc. D Gate 31-32 69662 7173 Glass Esc 1 -$ -$ -$ -$

42 Cc. D Gate 33-34 69663 7174 Glass Esc 1 -$ -$ -$ -$

43 Cc. D FIS 3 to 2 72474 10155 Glass Esc 1 -$ -$ -$ -$

44 Cc. D Gate 37/39 72476 10157 Glass Esc 1 -$ -$ -$ -$

45 Cc. D Gate 27 Sterile 72477 10158 Glass Esc 1 -$ -$ -$ -$

46 Cc. D Gate 28/29 Domestic/Sterile 72478 10159 Glass Esc 1 -$ -$ -$ -$

47 APM Station 3 Domestic 2 to 3 72479 10160 Glass Esc 1 -$ -$ -$ -$

48 APM Station 3 Domestic 2 to 3 72480 10161 Glass Esc 1 -$ -$ -$ -$

49 APM Station 3 Domestic 2 to 3 72481 10162 Glass Esc 1 -$ -$ -$ -$

50 APM Station 3 Domestic 2 to 3 72482 10163 Glass Esc 1 -$ -$ -$ -$

51 APM Station 3 International 3 to 5 72483 10164 Glass Esc 1 -$ -$ -$ -$

52 Cc. D Gate 29/30 FIS 3 to 2 72484 10165 Glass Esc 1 -$ -$ -$ -$

53 APM Station 4 Domestic 3 to 5 74407 11046 Glass Esc 1 -$ -$ -$ -$

54 APM Station 4 Domestic 3 to 5 74408 11047 Glass Esc 1 -$ -$ -$ -$

55 APM Station 4 International 3 to 5 74409 11048 Glass Esc 1 -$ -$ -$ -$

56 APM Station 4 International 3 to 5 74410 11049 Glass Esc 1 -$ -$ -$ -$

57 Cc. D Gate 48 3rd fl. Sterile 74429 11066 Glass Esc 1 -$ -$ -$ -$

58 Cc. D Gate 49/51 3rd fl. Sterile 74430 11065 Glass Esc 1 -$ -$ -$ -$

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 45

Page 46: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

Miami-Dade County 4 of 23

59 Cc. D Gate 45-47 Sterile 74435 11067 Glass Esc 1 -$ -$ -$ -$

60 Cc. D Gate 41-43 74436 11070 Glass Esc 1 -$ -$ -$ -$

61 Cc. D Gate 46-48 Sterile 74437 11068 Glass Esc 1 -$ -$ -$ -$

62 Cc. D Gate 42-44 74438 11069 Glass Esc 1 -$ -$ -$ -$

63 Cc. D FIS 2 to 3 74474 10479 Glass Esc 1 -$ -$ -$ -$

64 APM Station 2 Domestic 2 to 3 74475 10480 Glass Esc 1 -$ -$ -$ -$

65 APM Station 2 Domestic 2 to 3 74476 10481 Glass Esc 1 -$ -$ -$ -$

66 APM Station 2 Domestic 2 to 3 74477 10482 Glass Esc 1 -$ -$ -$ -$

67 APM Station 2 Domestic 2 to 3 74478 10483 Glass Esc 1 -$ -$ -$ -$

68 Cc. D Gate 24/25 Sterile 74479 10484 Glass Esc 1 -$ -$ -$ -$

69 Cc. D Gate 26-27 74480 10485 Glass Esc 1 -$ -$ -$ -$

70 Cc. D FIS 3 to 2 74481 10486 Glass Esc 1 -$ -$ -$ -$

71 APM Station 2 Domestic 2 to 3 74482 10487 Glass Esc 1 -$ -$ -$ -$

72 Cc. D Gate 15-17 (A to B infill) 74489 10488 Glass Esc 1 -$ -$ -$ -$

73 Cc. D Gate 15-17 (A to B infill) 74490 10336 Glass Esc 1 -$ -$ -$ -$

74 Cc. D Gate 39/40 Sterile 74825 10626 Glass Esc 1 -$ -$ -$ -$

75 APM Station 4 Domestic 2 to 3 74826 10627 Glass Esc 1 -$ -$ -$ -$

76 APM Station 4 Domestic 2 to 3 74827 10628 Glass Esc 1 -$ -$ -$ -$

77 APM Station 4 Domestic 2 to 3 74828 10629 Glass Esc 1 -$ -$ -$ -$

78 APM Station 4 Domestic 2 to 3 74829 10630 Glass Esc 1 -$ -$ -$ -$

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 46

Page 47: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

Miami-Dade County 5 of 23

79 APM Station 4 Domestic 3 to 5 74830 10631 Glass Esc 1 -$ -$ -$ -$

80 APM Station 4 Domestic 3 to 5 74831 10632 Glass Esc 1 -$ -$ -$ -$

81 APM Station 3 International 3 to 5 75022 10990 Glass Esc 1 -$ -$ -$ -$

82 APM Station 3 International 3 to 5 75023 10991 Glass Esc 1 -$ -$ -$ -$

83 Cc. D Gate 29/30 FIS 3 to 2 75024 10992 Glass Esc 1 -$ -$ -$ -$

84 APM Station 3 Domestic 3 to 5 75028 10996 Glass Esc 1 -$ -$ -$ -$

85 APM Station 3 Domestic 3 to 5 75029 10997 Glass Esc 1 -$ -$ -$ -$

86 APM Station 3 Domestic 3 to 5 75031 10999 Glass Esc 1 -$ -$ -$ -$

87 APM Station 3 Domestic 3 to 5 75032 11000 Glass Esc 1 -$ -$ -$ -$

88 APM Station 4 International 3 to 5 75076 11113 Glass Esc 1 -$ -$ -$ -$

89 Cc. D-25 to Baggage 2 to 1 75755 11989 Glass Esc 1 -$ -$ -$ -$

90 Cc. D-25 to Baggage 2 to 1 75756 11990 Glass Esc 1 -$ -$ -$ -$

91 Cc. D-25 to Baggage 2 to 1 75757 11991 Glass Esc 1 -$ -$ -$ -$

92 Cc. D Gate 60 American Eagle 1-2 76329 12491 Glass Esc 1 -$ -$ -$ -$

93 Cc. D Gate 60 American Eagle 2-1 76330 12492 Glass Esc 1 -$ -$ -$ -$

94 Cc. D American Eagle Sterile 1-3 76331 12493 Glass Esc 1 -$ -$ -$ -$

95 Cc. D Checkpoint (Sterile) 69654 7164 Hydro Ele 1 -$ -$ -$ -$

96 Cc. D Gate 31-32 69655 7165 Hydro Ele 1 -$ -$ -$ -$

97 Cc. D Gate 33-34 69656 7166 Hydro Ele 1 -$ -$ -$ -$

98 Cc. D Gate 19-Domestic 70563 8190 Hydro Ele 1 -$ -$ -$ -$

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 47

Page 48: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

Miami-Dade County 6 of 23

99 Cc. D Gate 17/19 70564 8191 Hydro Ele 1 -$ -$ -$ -$

100 Cc. D Gate 15-17 Sterile 70566 8193 Hydro Ele 1 -$ -$ -$ -$

101 Cc. D Gate 15 Admirals Club 70567 8194 Hydro Ele 1 -$ -$ -$ -$

102 Cc. D Gate 16/18 Concession 70568 8195 Hydro Ele 1 -$ -$ -$ -$

103 Cc. D Gate 16/18 Concession 70569 8196 Hydro Ele 1 -$ -$ -$ -$

104 Cc. D Gate 12 70571 8198 Hydro Ele 1 -$ -$ -$ -$

105 Cc. D Gate 10-12 70572 8199 Hydro Ele 1 -$ -$ -$ -$

106 Cc. D Gate 12-14 70573 8200 Hydro Ele 1 -$ -$ -$ -$

107 Cc. D Gate 10-12 70574 8201 Hydro Ele 1 -$ -$ -$ -$

108 Cc. D Gate 9/11 Domestic/Sterile 71703 9351 Hydro Ele 1 -$ -$ -$ -$

109 Cc. D Gate 5/7 Domestic/Sterile 71704 9352 Hydro Ele 1 -$ -$ -$ -$

110 Cc. D Gate 1-3 Domestic/Sterile 71705 9353 Hydro Ele 1 -$ -$ -$ -$

111 Cc. D Gate 4 Domestic/Sterile 71706 9354 Hydro Ele 1 -$ -$ -$ -$

112 Cc. D Gate 6 Domestic/Sterile 71707 9355 Hydro Ele 1 -$ -$ -$ -$

113 Cc. D Gate 3-5 71709 9357 Hydro Ele 1 -$ -$ -$ -$

114 Cc. D (3rd Floor) Gate 31 Sterile 69666 7177 MW 1 -$ -$ -$ -$

115 Cc. D (3rd Floor) Gate 31 Sterile 69667 7178 MW 1 -$ -$ -$ -$

116 Cc. D (3rd Floor) Gate 31-33 69670 7181 MW 1 -$ -$ -$ -$

117 Cc. D (3rd Floor) Gate 31-33 69671 7182 MW 1 -$ -$ -$ -$

118 Cc. D (3rd Floor) Gate 33-34 69674 7185 MW 1 -$ -$ -$ -$

119 Cc. D (3rd Floor) Gate 33-34 69675 7186 MW 1 -$ -$ -$ -$

120 Cc. D Freight @Miami Subs(old # 8187) 70570 8197 MW 1 -$ -$ -$ -$

121 Cc. D APM Gate 17/20 Sterile 70601.2 8230 MW 1 -$ -$ -$ -$

122 Cc. D Sterile 70602.2 8231 MW 1 -$ -$ -$ -$

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 48

Page 49: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

Miami-Dade County 7 of 23

123 Cc. D Gate 10 Domestic 2nd Floor 71711 9359 MW 1 -$ -$ -$ -$

124 Cc. D Gate 8/10 Domestic 2nd Floor 71712 9360 MW 1 -$ -$ -$ -$

125 Cc. D Gate 6/8 Sterile 2nd Floor 71713 9361 MW 1 -$ -$ -$ -$

126 Cc. D Gate 4 Domestic 2nd Floor 71714 9362 MW 1 -$ -$ -$ -$

127 Cc. D 3rd Floor Gate 8/10 Domestic 71715 9363 MW 1 -$ -$ -$ -$

128 Cc. D 3rd Floor Gate 8/10 Domestic 71716 9364 MW 1 -$ -$ -$ -$

129 Cc. D 3rd Floor Gate 6/8 Sterile 71717 9365 MW 1 -$ -$ -$ -$

130 Cc. D 3rd Floor Gate 6/8 Sterile 71718 9366 MW 1 -$ -$ -$ -$

131 Cc. D Gate 42/43 3rd fl. Sterile 74411 11054 MW 1 -$ -$ -$ -$

132 Cc. D Gate 41/43 3rd fl. Sterile 74412 11050 MW 1 -$ -$ -$ -$

133 Cc. D Gate 40 3rd fl. Sterile 74413 11051 MW 1 -$ -$ -$ -$

134 Cc. D Gate 49-51 3rd fl. Sterile 74439 11071 MW 1 -$ -$ -$ -$

135 Cc. D Gate 45-47 3rd fl. Sterile 74440 11072 MW 1 -$ -$ -$ -$

136 Cc. D Gate 44-46 74441 11073 MW 1 -$ -$ -$ -$

137 Cc. D Gate 27 3rd

Floor Sterile 76028 12437 MW 1 -$ -$ -$ -$

138 Cc. D Gate 25 3rd

Floor Sterile 76031 12438 MW 1 -$ -$ -$ -$

139 Cc. A Gate 10-09 70578 8205 Std Esc 1 -$ -$ -$ -$

140 Cc. D Gate 15 Admirals Club 2-3 70579 8206 Std Esc 1 -$ -$ -$ -$

141 Cc. D Gate 15 Admirals Club 3-2 70580 8207 Std Esc 1 -$ -$ -$ -$

142 Cc. A Gate 10-12 70581 8208 Std Esc 1 -$ -$ -$ -$

143 Cc. D Gate 10-12 70582 8209 Std Esc 1 -$ -$ -$ -$

144 Cc. D Gate 10 70588 8215 Std Esc 1 -$ -$ -$ -$

145 Cc. D Gate 11 Sterile 71719 9367 Std Esc 1 -$ -$ -$ -$

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 49

Page 50: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

Miami-Dade County 8 of 23

146 Cc. D Gate 5-7 Domestic/Sterile 71720 9368 Std Esc 1 -$ -$ -$ -$

147 Cc. D Gate 1-3 Domestic/Sterile 71721 9369 Std Esc 1 -$ -$ -$ -$

148 Cc. D Gate 2-4 Domestic/Sterile 71722 9370 Std Esc 1 -$ -$ -$ -$

149 Cc. D Gate 6-8 Domestic/Sterile 71723 9371 Std Esc 1 -$ -$ -$ -$

150 Terminal D (old #8183 AA Offices) 70485 8101 Traction Ele 1 -$ -$ -$ -$

151 Cc. D Gate 19-Domestic 70562 8189 Traction Ele 1 -$ -$ -$ -$

152 Cc. D Gate 11 Service 71710 9358 Traction Ele 1 -$ -$ -$ -$

153 Cc. D FIS 72471 10152 Traction Ele 1 -$ -$ -$ -$

154 Cc. D over size bagage 72472 10153 Traction Ele 1 -$ -$ -$ -$

155 Cc. D Gate 42-44 74323 10884 Traction Ele 1 -$ -$ -$ -$

156 Cc. D Gate 39/40 74324 10885 Traction Ele 1 -$ -$ -$ -$

157 Cc. D Gate 45-47 (Service) 74329 10890 Traction Ele 1 -$ -$ -$ -$

158 Cc. D Gate 49/51 74330 10891 Traction Ele 1 -$ -$ -$ -$

159 Cc. D Gate 48 74331 10892 Traction Ele 1 -$ -$ -$ -$

160 Cc. D Gate 45/47 74332 10893 Traction Ele 1 -$ -$ -$ -$

161 Cc. D Gate 46/48 74400 11053 Traction Ele 1 -$ -$ -$ -$

162 Cc. D Gate 41/43 74401 11044 Traction Ele 1 -$ -$ -$ -$

162 Total Group 1: -$

Item No. Unit Description/Location State Serial # DC# Type # of units

Standard Time (Labor) -

Monthly Preventative

Maintenance and

Repair

Overtime (Labor) -

Monthly Preventative

Maintenance and

Repair

Material - Monthly

Preventative

Maintenance and Repair

Extended Unit Price -

Standard Time

163 North Terminal 75020 10988 Gearless Ele 1 -$ -$ -$ -$

164 North Terminal 75021 10989 Gearless Ele 1 -$ -$ -$ -$

GROUP 2

GROUP NAME: AVIATION

Total Number of Elevators/Escalators:

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 50

Page 51: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

Miami-Dade County 9 of 23

165 MIA Station (Service Car) 76504 12505 Gearless Ele 1 -$ -$ -$ -$

166 MIC Station 76692 Gearless Ele 1 -$ -$ -$ -$

167 MIC Station 76693 Gearless Ele 1 -$ -$ -$ -$

168 H Lobby/Cc. J Bag Claim #5 North 74935 10795 Gearless Ele 1 -$ -$ -$ -$

169 H Lobby/Cc. J Bag Claim #5 Center 74936 10796 Gearless Ele 1 -$ -$ -$ -$

170 H Lobby/Cc. J Bag Claim #5 South 74937 10797 Gearless Ele 1 -$ -$ -$ -$

171 Cc. D Skyride 76608 Gearless Ele 1 -$ -$ -$ -$

172 Cc. D Skyride 76609 Gearless Ele 1 -$ -$ -$ -$

173 Cc. D Skyride 76610 Gearless Ele 1 -$ -$ -$ -$

174 Cc. H Lobby North-South 75136 11116 Gearless Ele 1 -$ -$ -$ -$

175 Cc. H Lobby North-Center 75137 11117 Gearless Ele 1 -$ -$ -$ -$

176 Cc. H Lobby North 75138 11118 Gearless Ele 1 -$ -$ -$ -$

177 Cc. J Lobby North 75141 11097 Gearless Ele 1 -$ -$ -$ -$

178 Cc. J Lobby South 75142 11098 Gearless Ele 1 -$ -$ -$ -$

179 Terminal D Post Office 70186 7755 Glass Esc 1 -$ -$ -$ -$

180 Terminal D Post Office 70187 7756 Glass Esc 1 -$ -$ -$ -$

181 MIC Station 1 to 4 76691 Glass Esc 1 -$ -$ -$ -$

182 Cc. D 1 to 2 76604 Glass Esc 1 -$ -$ -$ -$

183 Cc. D 2 to 1 76605 Glass Esc 1 -$ -$ -$ -$

184 Cc. D 2 to 3 76606 Glass Esc 1 -$ -$ -$ -$

185 Cc. D 3 to 2 76607 Glass Esc 1 -$ -$ -$ -$

186 South Terminal 75106 11255 Glass Esc 1 -$ -$ -$ -$

187 South Terminal 75107 11256 Glass Esc 1 -$ -$ -$ -$

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 51

Page 52: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

Miami-Dade County 10 of 23

188 South Terminal 75108 11257 Glass Esc 1 -$ -$ -$ -$

189 South Terminal 75109 11258 Glass Esc 1 -$ -$ -$ -$

190 South Terminal 75110 11259 Glass Esc 1 -$ -$ -$ -$

191 South Terminal 75111 11260 Glass Esc 1 -$ -$ -$ -$

192 South Terminal 75112 11261 Glass Esc 1 -$ -$ -$ -$

193 ST- H Lobby 1-2 Up 76049 Glass Esc 1 -$ -$ -$ -$

194 ST- H Lobby 2-1 Down 76050 Glass Esc 1 -$ -$ -$ -$

195 ST- H Lobby 2-1 Down 76051 Glass Esc 1 -$ -$ -$ -$

196 ST-H Lobby 3-2 Dn (by Caribe Mural) 76052 Glass Esc 1 -$ -$ -$ -$

197 ST-H Lobby 3-2 Up (by Caribe Mural) 76053 Glass Esc 1 -$ -$ -$ -$

198 Building 0861 (60) 65307 1215 Hydro Ele 1 -$ -$ -$ -$

199 Skyride Terminal D (1-4) 69030 6487 Hydro Ele 1 -$ -$ -$ -$

200 Skyride Terminal D (1-4) 69031 6488 Hydro Ele 1 -$ -$ -$ -$

201 Skyride Terminal D (1-3) 69032 6489 Hydro Ele 1 -$ -$ -$ -$

202 Skyride Terminal D (1-3) 69033 6490 Hydro Ele 1 -$ -$ -$ -$

203 Opa-Locka 69198 6683 Hydro Ele 1 -$ -$ -$ -$

204 Terminal C-D (3 to 4) 70631 8260 Hydro Ele 1 -$ -$ -$ -$

205 North Term Skyride D (B) 69273 6769 MW 1 -$ -$ -$ -$

206 North Term Skyride D (B) 69274 6770 MW 1 -$ -$ -$ -$

207 North Term Skyride D 69275 6771 MW 1 -$ -$ -$ -$

208 North Term Skyride D 69276 6772 MW 1 -$ -$ -$ -$

209 North Term Skyride D 69277 6773 MW 1 -$ -$ -$ -$

210 North Term Skyride D 69278 6774 MW 1 -$ -$ -$ -$

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 52

Page 53: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

Miami-Dade County 11 of 23

211 North TermSkyride D 69279 6775 MW 1 -$ -$ -$ -$

212 North TermSkyride D 69280 6776 MW 1 -$ -$ -$ -$

213 Skyride F 69281 6777 MW 1 -$ -$ -$ -$

214 Skyride F 69282 6778 MW 1 -$ -$ -$ -$

215 Skyride F-G 69283 6779 MW 1 -$ -$ -$ -$

216 Skyride F-G 69284 6780 MW 1 -$ -$ -$ -$

217 Skyride G 69285 6781 MW 1 -$ -$ -$ -$

218 Skyride G 69286 6782 MW 1 -$ -$ -$ -$

219 Skyride G-H 69287 6783 MW 1 -$ -$ -$ -$

220 Skyride G-H 69288 6784 MW 1 -$ -$ -$ -$

221 Skyride D (B) 69798 7313 MW 1 -$ -$ -$ -$

222 Skyride D (B) 69799 7314 MW 1 -$ -$ -$ -$

223 Terminal C-D Sterile 4th Floor 70618 8247 MW 1 -$ -$ -$ -$

224 Terminal C-D Sterile 4th Floor 70619 8248 MW 1 -$ -$ -$ -$

225 Dolphin Garage Center 71228 8869 MW 1 -$ -$ -$ -$

226 Dolphin Garage Center 71229 8870 MW 1 -$ -$ -$ -$

227 Dolphin Garage Center 71230 8871 MW 1 -$ -$ -$ -$

228 Dolphin Garage Center 71231 8872 MW 1 -$ -$ -$ -$

229 Skyride D B-A 71578 9225 MW 1 -$ -$ -$ -$

230 Skyride D A-B 71579 9226 MW 1 -$ -$ -$ -$

231 North Terminal 75025 10993 MW 1 -$ -$ -$ -$

232 North Terminal 75026 10994 MW 1 -$ -$ -$ -$

233 Terminal J 3rd

Floor/Skyride 75120 11123 MW 1 -$ -$ -$ -$

234 Terminal J 3rd

Floor/Skyride 75121 11124 MW 1 -$ -$ -$ -$

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 53

Page 54: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

Miami-Dade County 12 of 23

235 Terminal J 3rd

Floor/Skyride 75122 11121 MW 1 -$ -$ -$ -$

236 Terminal J 3rd

Floor/Skyride 75123 11122 MW 1 -$ -$ -$ -$

237 Terminal J 3rd

Floor/Skyride 75124 11125 MW 1 -$ -$ -$ -$

238 Terminal J 3rd

Floor/Skyride 75125 11126 MW 1 -$ -$ -$ -$

239 Terminal J 3rd

Floor/Skyride 75126 11127 MW 1 -$ -$ -$ -$

240 Terminal J 3rd

Floor/Skyride 75127 11128 MW 1 -$ -$ -$ -$

241 Terminal C-D Sterile 3rd to 4th Fl. 70624 8253 Std Esc 1 -$ -$ -$ -$

242 Terminal C-D Sterile 3rd to 4th Fl. 70625 8254 Std Esc 1 -$ -$ -$ -$

243 N.Term CU to Bag Claim 1 to 2 71692 9340 Std Esc 1 -$ -$ -$ -$

244 N. Term CU to Bag Claim 2 to 1 71693 9341 Std Esc 1 -$ -$ -$ -$

245 N.Term AA Credit Union 3 to 2 71694 9342 Std Esc 1 -$ -$ -$ -$

246 N. Term AA Credit Union 2 to 3 71695 9343 Std Esc 1 -$ -$ -$ -$

247 N.Terminal Auditorium 3 to 4 71696 9344 Std Esc 1 -$ -$ -$ -$

248 N.Terminal Auditorium 4 to 3 71697 9345 Std Esc 1 -$ -$ -$ -$

249 Dolphin Garage Northeast 71222 8863 Traction Ele 1 -$ -$ -$ -$

250 Dolphin Garage Northeast 71223 8864 Traction Ele 1 -$ -$ -$ -$

251 Dolphin Garage Center East 71224 8865 Traction Ele 1 -$ -$ -$ -$

252 Dolphin Garage Center East 71225 8866 Traction Ele 1 -$ -$ -$ -$

253 Dolphin Garage Southeast 71226 8867 Traction Ele 1 -$ -$ -$ -$

254 Dolphin Garage Southeast 71227 8868 Traction Ele 1 -$ -$ -$ -$

255 N.Term Auditorium/AA C U North 71573 9220 Traction Ele 1 -$ -$ -$ -$

256 N.Term Auditorium/AA C U Center 71574 9221 Traction Ele 1 -$ -$ -$ -$

257 N.Term Auditorium/AA C U South 71575 9222 Traction Ele 1 -$ -$ -$ -$

258 North Terminal 75027 10995 Traction Ele 1 -$ -$ -$ -$

96 Total Group 2: -$ Total Number of Elevators/Escalators:

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 54

Page 55: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

Miami-Dade County 13 of 23

Item No. Unit Description/Location State Serial # DC# Type # of units

Standard Time (Labor) -

Monthly Preventative

Maintenance and

Repair

Overtime (Labor) -

Monthly Preventative

Maintenance and

Repair

Material - Monthly

Preventative

Maintenance and Repair

Extended Unit Price -

Standard Time

259 Cc. H Offices/Cargo TSA 75152 11115 Gearless Ele 1 -$ -$ -$ -$

260 Cc. J Gate 5 West 74839 10624 Gearless Ele 1 -$ -$ -$ -$

261 Cc. J Domestic Lobby West 74958 10987 Gearless Ele 1 -$ -$ -$ -$

262 Cc. J Gate 3 East (Tower) 74962 10896 Gearless Ele 1 -$ -$ -$ -$

263 Cc. J Concession North 75060 11112 Gearless Ele 1 -$ -$ -$ -$

264 Bus Station Domestic S 75139 11095 Gearless Ele 1 -$ -$ -$ -$

265 Bus Station Domestic N 75140 11096 Gearless Ele 1 -$ -$ -$ -$

266 Cc. J Cargo by Rotunda W 75144 11100 Gearless Ele 1 -$ -$ -$ -$

267 Cc. J Cargo by Rotunda E 75145 11101 Gearless Ele 1 -$ -$ -$ -$

268 Cc. J Oversize Bag Lobby Sterile 75146 11102 Gearless Ele 1 -$ -$ -$ -$

269 Cc. J International Cargo 75147 11103 Gearless Ele 1 -$ -$ -$ -$

270 Cc. J Cargo Lobby South Check Point 75148 11104 Gearless Ele 1 -$ -$ -$ -$

271 Cc. J Cargo Lobby North Check Point 75149 11105 Gearless Ele 1 -$ -$ -$ -$

272 Cc. J Greeters West/Club America 75150 11106 Gearless Ele 1 -$ -$ -$ -$

273 Cc. J Greeters East/Club America 75151 11107 Gearless Ele 1 -$ -$ -$ -$

274 Cc. F Gate 10 Domestic 69073 6533 Glass Esc 1 -$ -$ -$ -$

275 Cc. F Gate 10 Domestic 69074 6534 Glass Esc 1 -$ -$ -$ -$

276 Cc. F Gate 16 Sterile 69075 6535 Glass Esc 1 -$ -$ -$ -$

277 Cc. F Gate 12 Sterile 69076 6536 Glass Esc 1 -$ -$ -$ -$

278 Cc. F Gate 15 Sterile 69077 6537 Glass Esc 1 -$ -$ -$ -$

GROUP 3

GROUP NAME: AVIATION

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 55

Page 56: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

Miami-Dade County 14 of 23

279 Cc. F Gate 20 Sterile 69078 6538 Glass Esc 1 -$ -$ -$ -$

280 Cc. F Gate 19 Sterile 69079 6539 Glass Esc 1 -$ -$ -$ -$

281 Cc. F Gate 23 Sterile 69080 6540 Glass Esc 1 -$ -$ -$ -$

282 Cc. J Gate 17 3rd

Floor Sterile 74978 10912 Glass Esc 1 -$ -$ -$ -$

283 Cc. J Gate 11-15 3rd

Floor Sterile 74979 10913 Glass Esc 1 -$ -$ -$ -$

284 Cc. J Gate 07-09 3rd

Floor Sterile 74980 10914 Glass Esc 1 -$ -$ -$ -$

285 Cc. J Gate 03-05 3rd

Floor Sterile 74981 10915 Glass Esc 1 -$ -$ -$ -$

286 Cc. J Gate 12-14 3rd

Floor Sterile 74982 10916 Glass Esc 1 -$ -$ -$ -$

287 Cc. J Gate 08-10 3rd

Floor Sterile 74983 10917 Glass Esc 1 -$ -$ -$ -$

288 Cc. J Gate 02-04 3rd

Floor Sterile 74984 10918 Glass Esc 1 -$ -$ -$ -$

289 Cc. J- 3rd

Floor Sterile 74985 10919 Glass Esc 1 -$ -$ -$ -$

290 Cc. J- 3rd

Floor Sterile 74986 10920 Glass Esc 1 -$ -$ -$ -$

291 Cc. J- 3rd

Floor Sterile 74987 10921 Glass Esc 1 -$ -$ -$ -$

292 Cc. J 74988 10922 Glass Esc 1 -$ -$ -$ -$

293 Cc. J 74989 10923 Glass Esc 1 -$ -$ -$ -$

294 Cc. J Gate 16 74990 10924 Glass Esc 1 -$ -$ -$ -$

295 Cc. J-2nd

Floor Free South 75113 11262 Glass Esc 1 -$ -$ -$ -$

296 Cc. J-2nd

Floor Free North 75114 11263 Glass Esc 1 -$ -$ -$ -$

297 Terminal J/H 3rd

Floor Sterile Corridor 75153 11108 Glass Esc 1 -$ -$ -$ -$

298 Terminal J/H 3rd

Floor Sterile Corridor 75154 11109 Glass Esc 1 -$ -$ -$ -$

299 Terminal J/H 3rd

Floor Sterile Corridor 75155 11110 Glass Esc 1 -$ -$ -$ -$

300 Terminal J/H 3rd

Floor Sterile Corridor 75156 11111 Glass Esc 1 -$ -$ -$ -$

301 Cc. F Gate 11 (Freight) 65491 1419 Hydro Ele 1 -$ -$ -$ -$

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 56

Page 57: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

Miami-Dade County 15 of 23

302 Cc. E Gate 07 68619 5856 Hydro Ele 1 -$ -$ -$ -$

303 Cc. E Gate 09 68620 5857 Hydro Ele 1 -$ -$ -$ -$

304 Cc. E Gate 11 68621 5858 Hydro Ele 1 -$ -$ -$ -$

305 Cc. E Gate 08 68622 5859 Hydro Ele 1 -$ -$ -$ -$

306 Cc. E Gate 06 68623 5860 Hydro Ele 1 -$ -$ -$ -$

307 Cc. E Gate 09 68624 5861 Hydro Ele 1 -$ -$ -$ -$

308 Cc. F Gate 11 69081 6541 Hydro Ele 1 -$ -$ -$ -$

309 Cc. F Gate 19 69082 6542 Hydro Ele 1 -$ -$ -$ -$

310 Cc. F Gate 19 69083 6543 Hydro Ele 1 -$ -$ -$ -$

311 Cc. F Gate 15 69084 6544 Hydro Ele 1 -$ -$ -$ -$

312 Cc. E Gate 02 69170 6641 Hydro Ele 1 -$ -$ -$ -$

313 Cc. E Gate 05 69171 6642 Hydro Ele 1 -$ -$ -$ -$

314 Cc. F Gate 10 69403 6908 Hydro Ele 1 -$ -$ -$ -$

315 Cc. F Gate 20 69404 6909 Hydro Ele 1 -$ -$ -$ -$

316 Terminal F-G Wrap 1st POD 70036 7596 Hydro Ele 1 -$ -$ -$ -$

317 Terminal F-G Wrap 2nd POD 70037 7597 Hydro Ele 1 -$ -$ -$ -$

318 Terminal F-G Wrap NW T/C 70038 7598 Hydro Ele 1 -$ -$ -$ -$

319 Terminal F-G Wrap South of Ck Pt G 70039 7599 Hydro Ele 1 -$ -$ -$ -$

320 Cc. G Bus Station 70040 7600 Hydro Ele 1 -$ -$ -$ -$

321 Cc. J Gate 15-17 74840 10625 Hydro Ele 1 -$ -$ -$ -$

322 Cc. J Gate 11-15 West 74949 10859 Hydro Ele 1 -$ -$ -$ -$

323 Cc. J Gate 15 East 74950 10860 Hydro Ele 1 -$ -$ -$ -$

324 Cc. J Gate 7-9 West 74960 10894 Hydro Ele 1 -$ -$ -$ -$

325 Cc. J Gate 9 East 74961 10895 Hydro Ele 1 -$ -$ -$ -$

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 57

Page 58: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

Miami-Dade County 16 of 23

326 Cc. J Gate 8-10 74963 10897 Hydro Ele 1 -$ -$ -$ -$

327 Cc. J Gate 12-14 74964 10898 Hydro Ele 1 -$ -$ -$ -$

328 Cc. J Gate 02-04 74965 10899 Hydro Ele 1 -$ -$ -$ -$

329 Cc. J Gate 05-07 West 74966 10900 Hydro Ele 1 -$ -$ -$ -$

330 Cc. J Gate 05-07 East 74967 10901 Hydro Ele 1 -$ -$ -$ -$

331 Cc. J Gate 5 East 74968 10902 Hydro Ele 1 -$ -$ -$ -$

332 Cc. J Gate 16 74969 10903 Hydro Ele 1 -$ -$ -$ -$

333 Cc. E 3rd Floor Sterile 69167 6638 MW 1 -$ -$ -$ -$

334 Cc. F Gate 07 3rd fl.Sterile 69949 7505 MW 1 -$ -$ -$ -$

335 Cc. F Gate 07 3rd fl.Sterile 69950 7506 MW 1 -$ -$ -$ -$

336 Cc. F Gate 03 3rd fl. Sterile 69951 7507 MW 1 -$ -$ -$ -$

337 Cc. F Gate 05 3rd fl. Sterile 69952 7508 MW 1 -$ -$ -$ -$

338 Cc. F Gate 03 3rd fl. Sterile 69953 7509 MW 1 -$ -$ -$ -$

339 Terminal E/F 3rd fl. Sterile Connector 69954 7510 MW 1 -$ -$ -$ -$

340 Terminal F/E 3rd fl. Sterile Connector 69955 7511 MW 1 -$ -$ -$ -$

341 Terminal D/E 3rd fl.SterileConnector 69956 7512 MW 1 -$ -$ -$ -$

342 Terminal E/D 3rd fl.Sterile Connector 69957 7513 MW 1 -$ -$ -$ -$

343 Cc. H Gate 8/10 3rd fl. Sterile 71067 8707 MW 1 -$ -$ -$ -$

344 Cc. H Gate 4/6 3rd fl. Sterile 71068 8708 MW 1 -$ -$ -$ -$

345 Cc. H Gate 4/6 3rd fl. Sterile 71069 8709 MW 1 -$ -$ -$ -$

346 Cc. H Gate 8/10 3rd fl. Sterile 71070 8710 MW 1 -$ -$ -$ -$

347 Cc. J 09-11 3rd

Floor Sterile 74970 10904 MW 1 -$ -$ -$ -$

348 Cc. J 11-09 3rd

Floor Sterile 74971 10905 MW 1 -$ -$ -$ -$

349 Cc. J 05-07 3rd

Floor Sterile 74972 10906 MW 1 -$ -$ -$ -$

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 58

Page 59: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

Miami-Dade County 17 of 23

350 Cc. J 07-05 3rd

Floor Sterile 74973 10907 MW 1 -$ -$ -$ -$

351 Cc. J - 2nd

Floor Domestic 74974 10908 MW 1 -$ -$ -$ -$

352 Cc. J - 2nd

Floor Domestic 74975 10909 MW 1 -$ -$ -$ -$

353 Cc. J - 2nd

Floor Domestic 74976 10910 MW 1 -$ -$ -$ -$

354 Cc. J - 2nd

Floor Domestic 74977 10911 MW 1 -$ -$ -$ -$

355 H-J 3rd

Floor Sterile 75128 11129 MW 1 -$ -$ -$ -$

356 H-J 3rd

Floor Sterile 75129 11130 MW 1 -$ -$ -$ -$

357 H-J 3rd

Floor Sterile 75130 11131 MW 1 -$ -$ -$ -$

358 H-J 3rd

Floor Sterile 75131 11132 MW 1 -$ -$ -$ -$

359 H-J 3rd

Floor Sterile 75132 11133 MW 1 -$ -$ -$ -$

360 H-J 3rd

Floor Sterile 75133 11134 MW 1 -$ -$ -$ -$

361 H-J 3rd

Floor Sterile 75134 11135 MW 1 -$ -$ -$ -$

362 H-J 3rd

Floor Sterile 75135 11136 MW 1 -$ -$ -$ -$

363 Satellite E Gate 25 65655 1588 Std Esc 1 -$ -$ -$ -$

364 Satellite E Gate 24 65656 1589 Std Esc 1 -$ -$ -$ -$

365 Satellite E Gate 35 65657 1590 Std Esc 1 -$ -$ -$ -$

366 Satellite E Gate 34 65658 1591 Std Esc 1 -$ -$ -$ -$

367 Cc. E Gate 09 68625 5862 Std Esc 1 -$ -$ -$ -$

368 Cc. E Gate 10/11 68626 5863 Std Esc 1 -$ -$ -$ -$

369 Cc. E Gate 08 68627 5864 Std Esc 1 -$ -$ -$ -$

370 Cc. E Gate 04 68628 5865 Std Esc 1 -$ -$ -$ -$

371 Cc. E Gate 05 (1-2) 69168 6639 Std Esc 1 -$ -$ -$ -$

372 Cc. E Gate 05 (2-3) INS 69169 6640 Std Esc 1 -$ -$ -$ -$

373 Cc. F Gate 09 69958 7514 Std Esc 1 -$ -$ -$ -$

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 59

Page 60: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

Miami-Dade County 18 of 23

374 Cc. F Gate 07 69959 7515 Std Esc 1 -$ -$ -$ -$

375 Cc. F Gate 05 69960 7516 Std Esc 1 -$ -$ -$ -$

376 Cc. F Gate 03 69961 7517 Std Esc 1 -$ -$ -$ -$

377 Cc. F Gate 03 Bus 69962 7518 Std Esc 1 -$ -$ -$ -$

378 Cc. J/H Connector East 75074 11119 Traction Ele 1 -$ -$ -$ -$

379 Cc. J/H Connector West 75075 11120 Traction Ele 1 -$ -$ -$ -$

380 Cc. J Interline/Concessions 75143 11099 Traction Ele 1 -$ -$ -$ -$

381 Terminal E Flagship Lounge 76241 12379 WCL 1 -$ -$ -$ -$

123 Total Group 3: -$

381

Item No. Unit Description/Location State Serial # DC# Type # of units

Standard Time (Labor) -

Monthly Preventative

Maintenance and

Repair

Overtime (Labor) -

Monthly Preventative

Maintenance and

Repair

Material - Monthly

Preventative

Maintenance and Repair

Extended Unit Price -

Standard Time

382

(Housing) 2,500 LBS, @FPM 6 stops/openings

Mfg. ID #CPS-80618-80619 6990, 6991 Hydraulic 2 -$ -$ -$ -$

383

(Hickman Bldg @ 275 NW 2 Street) 3000#

capacity and five (5) landings. Hydraulic 3 -$ -$ -$ -$

384

2500 lbs @125FPM, 2 stops/openings, Mfg. ID

CP-56977-56978-56979 6873, 6874, 6875 Hydraulic 3 -$ -$ -$ -$

385 Montgomery Escalator 40" @90 FPM 6876 1 -$ -$ -$ -$

386

2500 lbs @125FPM, 6 stops/openings, FL

41462, Mfg. ID CP-40530 Hydraulic 1 -$ -$ -$ -$

387

2500 lbs @ 125FPM, 6 stops/openings, FL

41460-41461 Mfg. ID CP-40531-40532 Hydraulic 2 -$ -$ -$ -$

388

2500 lbs @ 350FPM, 7 stops/openings, Mfg. ID

#132423 ADI-1-AD2-2 1997, 1998 Traction 2 -$ -$ -$ -$

389

Monospace, 3500 lbs @ 500 FPM 17

stops/openings, Mfg. ID#CT-8016772-76

110059, 110060,

110062, 110063,

110064 Traction 5 -$ -$ -$ -$

390

Monospace, 3500 lbs @ 500 FPM 17

stops/openings, Mfg. ID#CT-8016771 11061 Traction 1 -$ -$ -$ -$

GROUP: 4

Total Number of Equipment (Aviation):

Total Number of Elevators/Escalators:

GROUP NAME: INTERNAL SERVICES DEPARTMENT (HOUSING, CHILDREN'S COURTHOUSE, HICKMAN, JOSEPH CALEB, OVERTOWN TRANSIT VILLAGE)

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 60

Page 61: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

Miami-Dade County 19 of 23

391

Monospace, 2500 lbs @ 350 FPM 9

stops/openings, Mfg ID#CT-8016723-4 11305, 11306 Traction 2 -$ -$ -$ -$

392 Gearless, 4000 lbs, 13 stops each Electric 6 -$ -$ -$ -$

393 Gearless, 3500 lbs, 14 stop Electric 4 -$ -$ -$ -$

394 Gearless, 6000 lbs, 15 stop Electric 1 -$ -$ -$ -$

395 Gearless, 4500 lbs, 6 stop Electric 2 -$ -$ -$ -$

396 3500 lbs, 2 stop Hydraulic 1 -$ -$ -$ -$

397 900 lbs, 2 stop Dumbwaiter 1 -$ -$ -$ -$

398

1-20309950 .5m/s eco3000 SS#76902 ESC 2 -

20309951 .5m/s eco3000 SS#76903, ESC 3 -

20309952 .5m/s eco3000 SS#76904, ESC 4 -

20309953 .5m/s eco3000 SS#76905

76902, 76903,

76904, 76905

13076, 13077,

13078, 13079 Escalators 4 -$ -$ -$ -$

41 Total Group 4: -$ Total Number of Elevators/Escalators:

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 61

Page 62: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

Miami-Dade County 20 of 23

Item No. Unit Description/Location State Serial # DC# Type # of units

Standard Time (Labor) -

Monthly Preventative

Maintenance and

Repair

Overtime (Labor) -

Monthly Preventative

Maintenance and

Repair

Material - Monthly

Preventative

Maintenance and Repair

Extended Unit Price -

Standard Time

399 NE Bus - 3000 lbs @ 100FPM, 2 stops/openings 72669, 72670 6143, 6144 Hydraulic 2 -$ -$ -$ -$

400 Financial District 72701 7984 Hydraulic 1 -$ -$ -$ -$

401 Freedom Tower 72714 7997 Hydraulic 1 -$ -$ -$ -$

402 School Board 72726 8009 Hydraulic 1 -$ -$ -$ -$

403 Adrienne Arsht Center 72722 8005 Hydraulic 1 -$ -$ -$ -$

404 10th Street 72706 7989 Hydraulic 1 -$ -$ -$ -$

405 11th Street 72718 8001 Hydraulic 1 -$ -$ -$ -$

406 Brickell Mover 72703 7986 Hydraulic 1 -$ -$ -$ -$

407 Brickell Station 72704 7987 Hydraulic 1 -$ -$ -$ -$

408 Park West 75856 8000 1 -$ -$ -$ -$

409 Riverwalk 72712, 72713 7995, 7996 Traction 2 -$ -$ -$ -$

410 5th Street 72710 7993 Traction 2 -$ -$ -$ -$

411 Dadeland South 72791, 72730 8391, 8392 Escalator 2 -$ -$ -$ -$

412 Financial District 72702 7985 Escalator 1 -$ -$ -$ -$

413 Freedom Tower 72715 7985 Escalator 1 -$ -$ -$ -$

414 School Board 72727 8010 Escalator 1 -$ -$ -$ -$

415 Adrienne Arsht Center

72723, 72724,

72725 8006, 8007, 8008 Escalator 3 -$ -$ -$ -$

GROUP: 5

GROUP NAME: TRANSIT

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 62

Page 63: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

Miami-Dade County 21 of 23

416 10th Street 75857 7990 Escalator 1 -$ -$ -$ -$

417 11th Street 75858 8002 Escalator 1 -$ -$ -$ -$

418 Brickell Mover 75859 7988 Escalator 1 -$ -$ -$ -$

419 Park West 72716 7999 Escalator 1 -$ -$ -$ -$

27 Total Group 5: -$

Item No. Unit Description/Location State Serial # DC# Type # of units

Standard Time (Labor) -

Monthly Preventative

Maintenance and

Repair

Overtime (Labor) -

Monthly Preventative

Maintenance and

Repair

Material - Monthly

Preventative

Maintenance and Repair

Extended Unit Price -

Standard Time

420 Term 10 68943 Hydraulic 1 -$ -$ -$ -$

421 Term B/C 69861 Hydraulic 1 -$ -$ -$ -$

422 Term D 76879 Traction 1 -$ -$ -$ -$

423 Term F 71874, 71875 Hydraulic 2 -$ -$ -$ -$

424 Term F/G

71872, 71873,

71725 Hydraulic 3 -$ -$ -$ -$

425 Term G 71730, 71729 Hydraulic 2 -$ -$ -$ -$

426 Term J 69619, 76919

Hydraulic,

Traction 2 -$ -$ -$ -$

427 Parking Garage C

72910, 72911,

72912, 72913 Traction 4 -$ -$ -$ -$

428 Parking Garage G East 71536, 71537 Hydraulic 2 -$ -$ -$ -$

429 RCCL 1050 Bldg

69994, 69995,

69996, 69997 Traction 4 -$ -$ -$ -$

430 RCCL 1080 Bldg

70479, 70480,

70481, 70482 Traction 4 -$ -$ -$ -$

431 Term 2 68156 Escalator 1 -$ -$ -$ -$

432 Term 10 68944 Escalator 1 -$ -$ -$ -$

433 Term B/C 69862, 69863 Glass Escalators 2 -$ -$ -$ -$

Total Number of Elevators/Escalators:

GROUP: 6

GROUP NAME: SEAPORT

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 63

Page 64: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

Miami-Dade County 22 of 23

434 Term F

68157, 71871,

71870 Escalator 3 -$ -$ -$ -$

435 Term F/G

68158, 71868,

71869, 71728,

71724 Escalator 5 -$ -$ -$ -$

436 Term G

68159, 71726,

71727 Escalator 3 -$ -$ -$ -$

437 Term J 69620 Escalator 1 -$ -$ -$ -$

438

Standby Weekly Rate, in accordance with

Paragraph 2.27 of the Invitation to Quote. 4 -$ -$

42 Total Group 6: -$

491

Standby

(hourly rate)

Minor Repairs

(hourly rate)

Major Repairs

(hourly rate)

439 During regular working hours -$ -$ -$

440 During other than reg. working hrs and Saturdays -$ -$ -$

441 During Sundays and Holidays -$ -$ -$

442 During regular working hours -$ -$ -$

443 During other than reg. working hrs and Saturdays -$ -$ -$

444 During Sundays and Holidays -$ -$ -$

445 During regular working hours (Foreman/Adjustor) -$ -$ -$

446 During other than reg. working hrs and Saturdays -$ -$ -$

447 During Sundays and Holidays -$ -$ -$

INTERIM MAINTENANCE Unit

Standard Time

(Labor) -

Monthly

Preventative

Maintenance

and Repair

Overtime (Labor) -

Monthly

Preventative

Maintenance and

Repair

Material - Monthly

Preventative

Maintenance and

Repair

Extended Unit Price -

Standard Time

448 Standard Escalators each -$ -$ -$ -$

449 Glass Escalators each -$ -$ -$ -$

450 Hydraulic Passenger Elevators each -$ -$ -$ -$

ELEVATOR MECHANIC

Total Number of Elevators/Escalators:

ELEVATOR FOREMAN / ADJUSTER

ELEVATOR MECHANICS HELPER

Total Number of Equipment (Groups 1 through 6):

GROUP: 7

GROUP NAME: ADDITIONAL CHARGES FOR EACH OF THE ABOVE LOCATIONS

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 64

Page 65: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

Miami-Dade County 23 of 23

451 Traction Passenger Elevators each -$ -$ -$ -$

452 Moving Walks each -$ -$ -$ -$

453 Moving Ramps each -$ -$ -$ -$

454 Rate (Fixed for the contract term, not to exceed 20%) 0.00%

MATERIAL MARK UP RATE

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 65

Page 66: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

ATTACHMENT C – BID SUBMITTAL CHECKLIST SOLICITATION NO.: ITQ687-1

1

2.7 Competency of Bidder:

Bid Submittal Checklist Please confirm by initialing each box below:

A Bidder Qualification

1

A statement that the Bidder: 1) has maintained an organization capable of performing the work hereinafter described, in continuous operation for at least the past five (5) years; 2) agrees to use trained personnel directly employed and supervised by the Bidder and that the personnel have adequate experience and possess adequate skills in maintenance of conveyance equipment similar to that in the County named buildings X

2

Submit the names of the key employees in the areas of supervision, management, and control of this contract. Identify their functions in the company, title and number of years of service with the Bidder's firm and years of experience in the maintenance of conveyance equipment X

3

For each Technician, submit a Certificate of Competency as either a Certified Elevator Technician or Certified Elevator Inspector, issued by Florida Department of Business Regulation, Division of Hotels and Restaurants, Bureau of Elevator Safety. Each Technician hired in the future shall have such a certificate before performing work under the contract and shall maintain their certification for the term of the contract. For the Mechanic(s), submit a current Certificate of Competency issued by the State of Florida, as a Certified Elevator Technician, or as a Certified Elevator Inspector as required by Florida Statute Chapter 399. Helpers and apprentice mechanics may be used solely as an assistant, and only under the direct supervision of a mechanic, as required by Florida Statute Chapter 399 X

4

In accordance with the Code of Miami-Dade County, Florida, Section 10-3 (B), any person, firm, corporation or joint venture who will tender a bid, at the time such bid is received by the County, shall hold a valid Registration for Elevator Maintenance Services work issued by the State of Florida Bureau of Elevator Safety, qualifying said person, firm, corporation or joint venture to perform the work proposed. If work for other trades is required in conjunction with this Solicitation and will be performed by a subcontractor(s), an applicable Certificate of Competency issued for the subcontractor(s) shall be submitted with the Awarded Bidder's bid. The County may at its option, allow the Awarded Bidder to supply a Certificate of Competency to the County during the bid evaluation period X

5

Provide a written list source of major replacement parts such as (but not limited to) rotating elements, worms and gears commutator bars, field coils, and armatures for drive machines. Indicate which of the above parts are routinely available at your facilities and the approximate length of time it would take to obtain those parts. The lead time for all such parts shall not exceed five (5) business days X

6

If group supervisory control or solid state or microprocessor control systems are included in the equipment covered by the work scope, the Bidder must have at least five (5) years of experience with similar Control systems and must provide with its bid a detailed written statement of such experience, including the name of company of building serviced, name of representative responsible for supervising the contract for such company or building and complete description of elevator characteristics. A letter of reference on said company or building letterhead shall be submitted with the bid. This requirement may be waived at the discretion of the County Elevator Contracts Administrator for original manufacturer(s) of said equipment X

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 66

Page 67: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

ATTACHMENT C – BID SUBMITTAL CHECKLIST SOLICITATION NO.: ITQ687-1

2

7

If he work scope includes the modernization of equipment that was originally installed by various manufacturers at different sites. The operational significance of this equipment is such that the Bidder shall demonstrate to the satisfaction of the County, that the Bidder has sufficient engineering and technical experience with the modernization of this vintage and type of equipment. i. List five (5) projects of a similar nature performed within the last ten (10) years. ii. List the names, addresses and phone numbers of the principals/owners of the

above. iii. List the scope of work performed at each location. iv. List the original name, manufacturers of equipment and vintage of equipment at each

location in '1' above. v. List whether the Bidder still maintains the equipment. X

8

Bidder's shall have access to a motor repair shop capable of rewinding field coils, brake coils and armatures for use in elevators and/or escalators similar to those included in the work scope or Bidder is to supply the name and address of a separate business or company, which they may subcontract with for this service. Separate trade, machine, and motor repair shops shall be considered subcontractors. Spare parts may be supplied by a manufacturer "Parts Lending" program. See Parts Lending Program requirements of Section 3. A copy of the Parts Lending agreement between the Awarded Bidder and the Manufacturer, or successors to the firm, must accompany the bid. If the original manufacturer is no longer in business, a Parts Lending Plan will be required with the component manufacturers X

B Local Facilities

1

Bidder shall maintain an office within the geographic boundaries of Miami-Dade, Broward, Monroe, and Palm Beach Counties, Florida and shall identify the current or planned location and address of the office that will serve this contract. Bidders not located in the state of Florida at the time bids become due, shall: 1) present proof of having acquired a business license in the state of Florida within thirty days following notification of being the apparent low Bidder for a group; 2) shall identify the location of its office within sixty (60) days following receipt of its business license (supported by a lease or proof of purchase of a facility); and 3) establish an office as required with ninety (90) days following contract award.

Main Office Location Other Office Location

Address: Record Below Address: Record Below (if applicable)

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 67

Page 68: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

ATTACHMENT C – BID SUBMITTAL CHECKLIST SOLICITATION NO.: ITQ687-1

3

2

Bidder shall identify the current or planned location and address of the warehouse or other similar facility that will serve this contract. This facility shall be located at a distance that will ensure compliance with the required response times for equipment being serviced, in accordance with Paragraph 2.12 “Service Calls”. If the Awarded Bidder does not have a warehouse or similar facility established, as herein defined, at the time bids are due, the Awarded Bidder shall verify the location of this facility within sixty (60) days following receipt of its business license (supported by a lease or proof of purchase of a facility). The local facility, which must be conveniently located for response times for the equipment being served, has or is equipped with spare parts as herein after specified in Paragraph 3.11 "Parts". Bidder shall provide a statement that its facilities are equipped with: i. Machine shop facilities containing a minimum of two lathes, drill press, power hacksaw, milling machine and a

ten-ton hydraulic press. One of the lathes shall be capable of handling stock 18" X 60". ii. Turning tools capable of turning any hoisting machine and motor generator commutator. iii. Machine tools capable of turning main motor drive sheaves grooves on the machine. iv. Testing facilities with reversing ammeters, reversing voltmeters, and power sources capable of supplying

voltages from 0 to 600 volts AC or D.C. List any other testing equipment on hand for adequate testing and analysis in case of problems and for preventive maintenance. In lieu of the requirements of this paragraph above, the Bidder may have replacement parts, which would make these machines and tools unnecessary. The listing of the sources for parts is required. A "Parts Lending" program with manufacturer(s) of Original Equipment will be satisfactory.

Warehouse Location Other Warehouse Location (if applicable)

Address: Record Below Address: Record Below

References shall verify to the County’s satisfaction that the Bidder has sufficient experience and expertise in delivering/providing maintenance and repair services for elevators, escalators, moving walkways, and all related equipment. Bidders shall provide all of the specified information and documents with their submittal form as proof of compliance to the requirement of this solicitation. However, the County may, at its sole discretion and in its best interest, allow Bidders to complete, supplement, or supply the required documents.

Bidder Contact Name: (Print Name) Bidder Contact Name: (Sign Name) E-mail Address: Phone Number:

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 68

Page 69: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 69

Page 70: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 70

Page 71: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 71

Page 72: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 72

Page 73: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

General Conditions for Non-Construction U.S. Department of Housing and Urban

Contracts Development Office of Public and Indian Housing

Section I – (With or without Maintenance Work) Office of Labor Relations OMB Approval No. 2577-0157 (exp. 1/31/2017)

Public Reporting Burden for this collection of information is estimated to average 0.08 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Reports Management Officer, Office of Information Policies and Systems, U.S. Department of Housing and Urban Development, Washington, D.C. 20410-3600; and to the Office of Management and Budget, Paperwork Reduction Project (2577-0157), Washington, D.C. 20503. Do not send this completed form to either of these addressees.

Applicability. This form HUD-5370-C has 2 Sections. These Sections must be inserted into non-construction contracts as described below:

proposal submitted before final payment of the contract. (d) Failure to agree to any adjustment shall be a dispute under

clause Disputes, herein. However, nothing in this clause shall excuse the Contractor from proceeding with the

1) Non-construction contracts (without maintenance) contract as changed.

greater than $100,000 - use Section I; (e) No services for which an additional cost or fee will be

2) Maintenance contracts (including nonroutine charged by the Contractor shall be furnished without the prior written consent of the HA. maintenance as defined at 24 CFR 968.105) greater than

$2,000 but not more than $100,000 - use Section II; and 3) Maintenance contracts (including nonroutine 3. Termination for Convenience and Default

maintenance), greater than $100,000 – use Sections I and II. (a) The HA may terminate this contract in whole, or from time

to time in part, for the HA's convenience or the failure of the Contractor to fulfill the contract obligations (default). The HA shall terminate by delivering to the Contractor a written Notice of Termination specifying the nature, extent, and effective date of the termination. Upon receipt of the notice, the Contractor shall: (i) immediately discontinue all services affected (unless the notice directs otherwise); and (ii) deliver to the HA all information, reports, papers, and other materials accumulated or generated in performing

Section I - Clauses for All Non-Construction Contracts greater than $100,000

1. Definitions

The following definitions are applicable to this contract: (a) "Authority or Housing Authority (HA)" means the

Housing Authority. this contract, whether completed or in process. (b) "Contract" means the contract entered into between the

(b) If the termination is for the convenience of the HA, the HAshall be liable only for payment for services rendered

Authority and the Contractor. It includes the contract form, the Certifications and Representations, these contract clauses, and the scope of work. It includes all formal changes to any of those documents by addendum, Change

before the effective date of the termination. (c) If the termination is due to the failure of the Contractor to

Order, or other modification. fulfill its obligations under the contract (default), the HA may (i) require the Contractor to deliver to it, in the manner (c) "Contractor" means the person or other entity entering into

the contract with the Authority to perform all of the work and to the extent directed by the HA, any work as

required under the contract. described in subparagraph (a)(ii) above, and compensation be determined in accordance with the Changes clause, paragraph 2, above; (ii) take over the work and prosecute the same to completion by contract or otherwise, and the Contractor shall be liable for any additional cost incurred by the HA; (iii) withhold any payments to the Contractor, for the purpose of off-set or partial payment, as the case may

(d) "Day" means calendar days, unless otherwise stated. (e) "HUD" means the Secretary of Housing and Urban

development, his delegates, successors, and assigns, and the officers and employees of the United States Department of Housing and Urban Development acting for and on behalf of the Secretary.

be, of amounts owed to the HA by the Contractor.

2. Changes (d) If, after termination for failure to fulfill contract obligations

(a) The HA may at any time, by written order, and without

(default), it is determined that the Contractor had not failed, the termination shall be deemed to have been effected for the convenience of the HA, and the Contractor shall been titled to payment as described in paragraph (b) above.

notice to the sureties, if any, make changes within the general scope of this contract in the services to be performed or supplies to be delivered. (e) Any disputes with regard to this clause are expressly made

(b) If any such change causes an increase or decrease in the subject to the terms of clause titled Disputes herein.

hourly rate, the not-to-exceed amount of the contract, or the time required for performance of any part of the work under this contract, whether or not changed by the order, or otherwise affects the conditions of this contract, the HA shall make an equitable adjustment in the not-to-exceed amount, the hourly rate, the delivery schedule, or other

4. Examination and Retention of Contractor's Records

(a) The HA, HUD, or Comptroller General of the United States,

affected terms, and shall modify the contract accordingly.

or any of their duly authorized representatives shall, until 3 years after final payment under this contract, have access to and the right to examine any of the Contractor's directly pertinent books, documents, papers, or other records involving transactions related to this contract for the purpose of making audit, examination, excerpts, and transcriptions.

(c) The Contractor must assert its right to an equitable adjustment under this clause within 30 days from the dateof receipt of the written order. However, if the HA decidesthat the facts justify it, the HA may receive and act upon a

Section I - Page 1 of 6 form HUD-5370-C (01/2014)

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 73

Page 74: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

(b) The Contractor agrees to include in first-tier subcontracts under this contract a clause substantially the same as paragraph (a) above. "Subcontract," as used in this clause,

A breach of these Contract clauses may be grounds for termination of the Contract and for debarment or denial of participation in HUD programs as a Contractor and a subcontractor as provided in 24 CFR Part 24.

excludes purchase orders not exceeding $10,000. (c) The periods of access and examination in paragraphs (a)

and (b) above for records relating to: (i) appeals under the clause titled Disputes; (ii) litigation or settlement of claims arising from the

9. Assignment of Contract

performance of this contract; or, The Contractor shall not assign or transfer any interest in this contract; except that claims for monies due or to become due from the HA under the contract may be assigned to a bank, trust company, or other financial institution. If the Contractor is a partnership, this contract shall inure to the benefit of the surviving or remaining member(s) of such partnership approved by the HA.

(iii) costs and expenses of this contract to which the HA, HUD, or Comptroller General or any of their duly authorized representatives has taken exception shall continue until disposition of such appeals, litigation, claims, or exceptions.

5. Rights in Data (Ownership and Proprietary Interest)10. Certificate and Release

The HA shall have exclusive ownership of, all proprietary interest in, and the right to full and exclusive possession of all information, materials and documents discovered or produced by Contractor pursuant to the terms of this Contract, including but not limited to reports, memoranda or letters concerning the research and reporting tasks of this Contract.

Prior to final payment under this contract, or prior to settlement upon termination of this contract, and as a condition precedent thereto, the Contractor shall execute and deliver to the HA a certificate and release, in a form acceptable to the HA, of all claims against the HA by the Contractor under and by virtue of this contract, other than such claims, if any, as may be specifically excepted by the Contractor in stated amounts set forth therein.

6. Energy Efficiency

The contractor shall comply with all mandatory standards and policies relating to energy efficiency which are contained in the energy conservation plan issued in compliance with the Energy Policy and Conservation Act (Pub.L. 94-163) for the State in which the work under this contract is performed.

11. Organizational Conflicts of Interest

(a) The Contractor warrants that to the best of its knowledge

7. Disputes

and belief and except as otherwise disclosed, it does not have any organizational conflict of interest which is defined as a situation in which the nature of work under this contract and a contractor's organizational, financial, contractual or other interests are such that: (a) All disputes arising under or relating to this contract, except

for disputes arising under clauses contained in Section III, Labor Standards Provisions, including any claims for damages for the alleged breach there of which are not disposed of by agreement, shall be resolved under this

(i) Award of the contract may result in an unfaircompetitive advantage; or

(ii) The Contractor's objectivity in performing the contract

clause. work may be impaired.

(b) The Contractor agrees that if after award it discovers an organizational conflict of interest with respect to this contract or any task/delivery order under the contract, he or she shall make an immediate and full disclosure in writing to the Contracting Officer which shall include a description of the action which the Contractor has taken or intends to take to eliminate or neutralize the conflict. The HA may, however, terminate the contract or task/delivery order for the convenience of the HA if it would be in the best interest

(b) All claims by the Contractor shall be made in writing and submitted to the HA. A claim by the HA against the Contractor shall be subject to a written decision by the HA.

(c) The HA shall, with reasonable promptness, but in no event in no more than 60 days, render a decision concerning any claim hereunder. Unless the Contractor, within 30 days after receipt of the HA's decision, shall notify the HA in writing that it takes exception to such decision, the decision shall be final and conclusive. of the HA.

(d) Provided the Contractor has (i) given the notice within the (c) In the event the Contractor was aware of an organizationalconflict of interest before the award of this contract and intentionally did not disclose the conflict to the Contracting

time stated in paragraph (c) above, and (ii) excepted its claim relating to such decision from the final release, and (iii) brought suit against the HA not later than one year after receipt of final payment, or if final payment has not been made, not later than one year after the Contractor has had a reasonable time to respond to a written request by the HA that it submit a final voucher and release, whichever is earlier, then the HA's decision shall not be final or conclusive, but the dispute shall be determined on the

Officer, the HA may terminate the contract for default. (d) The terms of this clause shall be included in all

subcontracts and consulting agreements wherein the work to be performed is similar to the service provided by the prime Contractor. The Contractor shall include in such subcontracts and consulting agreements any necessary provisions to eliminate or neutralize conflicts of interest.

merits by a court of competent jurisdiction. (e) The Contractor shall proceed diligently with performance of

this contract, pending final resolution of any request for relief, claim, appeal, or action arising under the contract, and comply with any decision of the HA.

12. Inspection and Acceptance

(a) The HA has the right to review, require correction, if necessary, and accept the work products produced by the Contractor. Such review(s) shall be carried out within 30 days so as to not impede the work of the Contractor. Any 8. Contract Termination; Debarment

Section I - Page 2 of 6 form HUD-5370-C (01/2014)

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 74

Page 75: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

product of work shall be deemed accepted as submitted if the HA does not issue written comments and/or required corrections within 30 days from the date of receipt of such

"Local government" means a unit of government in a State and, if chartered, established, or otherwise recognized by a State for the performance of a governmental duty, including a local public authority, a special district, an intrastate district, a council of governments, a sponsor group representative organization, and any other instrumentality of a local

product from the Contractor. (b) The Contractor shall make any required corrections

promptly at no additional charge and return a revised copy of the product to the HA within 7 days of notification or a government. later date if extended by the HA. "Officer or employee of an agency" includes the following

(c) Failure by the Contractor to proceed with reasonable individuals who are employed by an agency: promptness to make necessary corrections shall be a default. If the Contractor's submission of corrected work remains unacceptable, the HA may terminate this contract (or the task order involved) or reduce the contract price or cost to reflect the reduced value of services received.

(i) An individual who is appointed to a position in the Government under title 5, U.S.C., including a position under a temporary appointment;

(ii) A member of the uniformed services as defined in section 202, title 18, U.S.C.;

(iii) A special Government employee as defined in section 13. Interest of Members of Congress 202, title 18, U.S.C.; and,

No member of or delegate to the Congress of the United States of America or Resident Commissioner shall be admitted to any share or part of this contract or to any benefit to arise there from, but this provision shall not be construed to extend to this contract if made with a corporation for its general benefit.

(iv) An individual who is a member of a Federal advisory committee, as defined by the Federal Advisory Committee Act, title 5, appendix 2.

“Person" means an individual, corporation, company, association, authority, firm, partnership, society, State, and local government, regardless of whether such entity is operated for profit or not for profit. This term excludes an Indian tribe, tribal organization, or other Indian organization with respect to 14. Interest of Members, Officers, or Employees and Former

Members, Officers, or Employees expenditures specifically permitted by other Federal law.

No member, officer, or employee of the HA, no member of the governing body of the locality in which the project is situated, no member of the governing body in which the HA was activated, and no other pubic official of such locality or localities who exercises any functions or responsibilities with respect to the

"Recipient" includes all contractors, subcontractors at any tier, and subgrantees at any tier of the recipient of funds received in connection with a Federal contract, grant, loan, or cooperative agreement. The term excludes an Indian tribe, tribal organization, or any other Indian organization with respect to expenditures specifically permitted by other Federal law.

project, shall, during his or her tenure, or for one year "Regularly employed means, with respect to an officer or employee of a person requesting or receiving a Federal contract, grant, loan, or cooperative agreement, an officer or employee who is employed by such person for at least 130 working days within one year immediately preceding the date of the submission that initiates agency consideration of such person for receipt of such contract, grant, loan, or cooperative agreement. An officer or employee who is employed by such person for less than 130 working days within one year immediately preceding the date of submission that initiates agency consideration of such person shall be considered to be regularly employed as soon as he or she is employed by such

thereafter, have any interest, direct or indirect, in this contract or the proceeds thereof.

15. Limitation on Payments to Influence Certain Federal Transactions

(a) Definitions. As used in this clause: "Agency", as defined in 5 U.S.C. 552(f), includes Federal

executive departments and agencies as well as independentregulatory commissions and Government corporations, as defined in 31 U.S.C. 9101(1).

"Covered Federal Action" means any of the following person for 130 working days. Federal actions: "State" means a State of the United States, the District of

Columbia, the Commonwealth of Puerto Rico, a territory or possession of the United States, an agency or instrumentality of a State, and a multi-State, regional, or interstate entity having governmental duties and powers.

(i) The awarding of any Federal contract; (ii) The making of any Federal grant; (iii) The making of any Federal loan; (iv) The entering into of any cooperative agreement; and, (v) The extension, continuation, renewal, amendment, or (b) Prohibition.

modification of any Federal contract, grant, loan, or (i) Section 1352 of title 31, U.S.C. provides in part that nocooperative agreement. appropriated funds may be expended by the recipient

of a Federal contract, grant, loan, or cooperative agreement to pay any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with any of the following covered Federal actions: the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any

Covered Federal action does not include receiving from an agency a commitment providing for the United States to insure or guarantee a loan.

"Indian tribe" and "tribal organization" have the meaning provided in section 4 of the Indian Self-Determination and Education Assistance Act (25 U.S.C. 450B). Alaskan Natives are included under the definitions of Indian tribes in that Act.

"Influencing or attempting to influence" means making, with the intent to influence, any communication to or appearance before an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with any covered Federal action.

cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement.

(ii) The prohibition does not apply as follows:

Section I - Page 3 of 6 form HUD-5370-C (01/2014)

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 75

Page 76: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

(1) Agency and legislative liaison by Own person requesting or receiving a covered Federal action or an extension, continuation, renewal, amendment, or modification of a covered Federal action if the payment is for professional or technical services rendered directly in the preparation, submission, or negotiation of any bid, proposal, or application for that Federal action or for meeting requirements imposed by or pursuant to law as a condition for receiving that Federal action. Persons other than officers or employees of a person requesting or receiving a covered Federal action include

Employees. (a) The prohibition on the use of appropriated

funds, in paragraph (i) of this section, does not apply in the case of a payment of reasonable compensation made to an officer or employee of a person requesting or receiving a Federal contract, grant, loan, or cooperative agreement, if the payment is for agency and legislative activities not directly related to a covered Federalaction.

(b) For purposes of paragraph (b)(i)(1)(a) of this clause, providing any information specifically requested by an agency or Congress is permittedat any time.

(c) The following agency and legislative liaison activities are permitted at any time only where they are not related to a specific solicitation for

consultants and trade associations. (b) For purposes of subdivision (b)(ii)(2)(a) of

any covered Federal action: clause, "professional and technical services" shall be limited to advice and analysis directly applying any professional or (1) Discussing with an agency (including

individual demonstrations) the qualities and characteristics of the person's products or services, conditions or terms of sale, and service

technical discipline. (c) Requirements imposed by or pursuant to law

capabilities; and, as a condition for receiving a covered Federal award include those required by law or regulation, or reasonably expected to be required by law or regulation, and any other requirements in the actual award

(2) Technical discussions and other activities regarding the application or adaptation of the person's products or services for an agency's use. documents.

(d) The following agency and legislative liaisonactivities are permitted where they are prior to

(d) Only those services expressly authorized by subdivisions (b)(ii)(2)(a)(i) and (ii) of this

formal solicitation of any covered Federal action: section are permitted under this clause. (1) Providing any information not

specifically requested but necessary for an agency to make an informed decision about

(iii) Selling activities by independent sales representatives.

(c) The prohibition on the use of appropriated funds, in initiation of a covered Federal action; subparagraph (b)(i) of this clause, does not apply to the

following selling activities before an agency by independent sales representatives, provided such activities are prior to formal solicitation by an agency and are specifically limited

(2) Technical discussions regarding thepreparation of an unsolicited proposal prior to its official submission; and

(3) Capability presentations by persons seeking awards from an agency pursuant to the provisions of the Small Business Act, as amended by Public Law 95-507 and other

to the merits of the matter: (i) Discussing with an agency (including individual

demonstration) the qualities and characteristics of the person's products or services, conditions or terms of

subsequent amendments. sale, and service capabilities; and (e) Only those activities expressly authorized

by subdivision (b)(ii)(1)(a) of this clause are (ii) Technical discussions and other activities regarding

the application or adaptation of the person's products permitted under this clause. or services for an agency's use.

(2) Professional and technical services. (d) Agreement. In accepting any contract, grant, cooperative agreement, or loan resulting from this solicitation, the person submitting the offer agrees not to make any

(a) The prohibition on the use of appropriated funds, in subparagraph (b)(i) of this clause, does not apply in the case of- payment prohibited by this clause. (i) A payment of reasonable compensation

made to an officer or employee of a person requesting or receiving a covered Federal action or an extension, continuation, renewal, amendment, or modification of a covered Federal action, if payment is for professional or technical services rendered directly in the preparation, submission, or negotiation of any bid, proposal, or application for that Federal action or for meeting requirements imposed by or pursuant to law as a condition for

(e) Penalties. Any person who makes an expenditure prohibited under paragraph (b) of this clause shall be subject to civil penalties as provided for by 31 U.S.C. 1352. An imposition of a civil penalty does not prevent the Government from seeking any other remedy that may be applicable.

(f) Cost Allowability. Nothing in this clause is to be interpreted

receiving that Federal action.

to make allowable or reasonable any costs which would be unallowable or unreasonable in accordance with Part 31 of the Federal Acquisition Regulation (FAR), or OMB Circulars dealing with cost allowability for recipients of assistance agreements. Conversely, costs made specifically unallowable by the requirements in this clause will not be made allowable under any of the provisions of FAR Part 31 or the relevant OMB Circulars. (ii) Any reasonable payment to a person,

other than an officer or employee of a

Section I - Page 4 of 6 form HUD-5370-C (01/2014)

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 76

Page 77: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

16. Equal Employment Opportunity Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction, the Contractor may request the United States to enter into the litigation to protect the interests of the United States.

During the performance of this contract, the Contractor agrees as follows: (a) The Contractor shall not discriminate against any employee

or applicant for employment because of race, color, religion, sex, or national origin. 17. Dissemination or Disclosure of Information

(b) The Contractor shall take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to (1) employment; (2) upgrading; (3) demotion; (4) transfer; (5) recruitment or recruitment advertising; (6) layoff or termination; (7) rates of pay or other forms of compensation; and (8) selection for training,

No information or material shall be disseminated or disclosed to the general public, the news media, or any person or organization without prior express written approval by the HA.

18. Contractor's Status

including apprenticeship. It is understood that the Contractor is an independent contractor and is not to be considered an employee of the HA, or assume any right, privilege or duties of an employee, and shall save harmless the HA and its employees from claims suits, actions and costs of every description resulting from the Contractor's activities on behalf of the HA in connection with this Agreement.

(c) The Contractor shall post in conspicuous places available to employees and applicants for employment the notices to be provided by the Contracting Officer that explain this clause.

(d) The Contractor shall, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex,

19. Other Contractors

or national origin. HA may undertake or award other contracts for additional work at or near the site(s) of the work under this contract. The contractor shall fully cooperate with the other contractors and with HA and HUD employees and shall carefully adapt scheduling and performing the work under this contract to accommodate the additional work, heeding any direction that may be provided by the Contracting Officer. The contractor shall not commit or permit any act that will interfere with the performance of work by any other contractor or HA employee.

(e) The Contractor shall send, to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, the notice to be provided by the Contracting Officer advising the labor union or workers' representative of the Contractor's commitments under this clause, and post copies of the notice in conspicuous places available to employees and applicants for employment.

(f) The Contractor shall comply with Executive Order 11246, 20. Liens as amended, and the rules, regulations, and orders of the Secretary of Labor. The Contractor is prohibited from placing a lien on HA's

property. This prohibition shall apply to all subcontractors.(g) The Contractor shall furnish all information and reports required by Executive Order 11246, as amended and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto. The Contractor shall permit access to its books, records, and accounts by the Secretary of Labor for purposes of investigation to ascertain compliance with such

21. Training and Employment Opportunities for Residents in the Project Area (Section 3, HUD Act of 1968; 24 CFR 135)

(a) The work to be performed under this contract is subject to the rules, regulations, and orders. requirements of section 3 of the Housing and Urban Development

Act of 1968, as amended, 12 U.S.C. 1701u (section 3). The purpose of section 3 is to ensure that employment and other economic opportunities generated by HUD assistance or HUD-assisted projects covered by section 3, shall, to the greatest extent feasible, be directed to low- and very low-income persons, particularly persons who are recipients of

(h) In the event of a determination that the Contractor is not incompliance with this clause or any rule, regulation, or order of the Secretary of Labor, this contract may be canceled, terminated, or suspended in whole or in part, and the Contractor may be declared ineligible for further Government contracts, or federally assisted construction contracts under the procedures authorized in Executive Order 11246, as amended. In addition, sanctions may be imposed and remedies invoked against the Contractor as provided in Executive Order 11246, as amended, the rules, regulations, and orders of the Secretary of Labor, or as

HUD assistance for housing. (b) The parties to this contract agree to comply with HUD's

otherwise provided by law.

regulations in 24 CFR Part 135, which implement section 3. As evidenced by their execution of this contract, the parties to this contract certify that they are under no contractual or other impediment that would prevent them from complying with the

(i) The Contractor shall include the terms and conditions of Part 135 regulations. this clause in every subcontract or purchase order unless exempted by the rules, regulations, or orders of the Secretary of Labor issued under Executive Order 11246, as amended, so that these terms and conditions will be binding upon each subcontractor or vendor. The Contractor shall take such action with respect to any subcontractor or purchase order as the Secretary of Housing and Urban Development or the Secretary of Labor may direct as a means of enforcing such provisions, including sanctions for noncompliance; provided that if the

(c) The contractor agrees to send to each labor organization or representative of workers with which the contractor has a collective bargaining agreement or other understanding, if any, a notice advising the labor organization or workers' representative of the contractor's commitments under this section 3 clause, and will post copies of the notice in conspicuous places at the work site where both employees and applicants for training and employment positions can see the notice. The notice shall describe the section 3 preference, shall set forth minimum number and job titles subject to hire, availability of

Section I - Page 5 of 6 form HUD-5370-C (01/2014)

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 77

Page 78: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

apprenticeship and training positions, the qualifications for each; and the name and location of the person(s) taking applications for each of the positions; and the anticipated date the work shall begin.

(d) The contractor agrees to include this section 3 clause in every subcontract subject to compliance with regulations in 24 CFR Part 135, and agrees to take appropriate action, as provided in an applicable provision of the subcontract or in this section 3 clause, upon a finding that the subcontractor is in violation of the regulations in 24 CFR Part 135. The contractor will not subcontract with any subcontractor where the contractor has notice or knowledge that the subcontractor has been found in violation of the regulations in 24 CFR Part 135.

(e) The contractor will certify that any vacant employment positions, including training positions, that are filled (1) after the contractor is selected but before the contract is executed, and (2) with persons other than those to whom the regulations of 24 CFR Part 135 require employment opportunities to be directed, were not filled to circumvent the contractor's obligations under 24 CFR Part 135.

(f) Noncompliance with HUD's regulations in 24 CFR Part 135 may result in sanctions, termination of this contract for default, and debarment or suspension from future HUD assisted contracts.

22. Procurement of Recovered Materials

(a) In accordance with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act, the Contractor shall procure items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR Part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition. The Contractor shall procure items designated in the EPA guidelines that contain the highest percentage of recovered materials practicable unless the Contractor determines that such items: (1) are not reasonably available in a reasonable period of time; (2) fail to meet reasonable performance standards, which shall be determined on the basis of the guidelines of the National Institute of Standards and Technology, if applicable to the item; or (3) are only available at an unreasonable price.

(b) Paragraph (a) of this clause shall apply to items purchased under this contract where: (1) the Contractor purchases in excess of $10,000 of the item under this contract; or (2) during the preceding Federal fiscal year, the Contractor: (i) purchased any amount of the items for use under a contract that was funded with Federal appropriations and was with a Federal agency or a State agency or agency of a political subdivision of a State; and (ii) purchased a total of in excess of $10,000 of the item both under and outside that contract.

Section I - Page 6 of 6 form HUD-5370-C (01/2014)

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 78

Page 79: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

5

6

3 4

Solicitation No.ITQ- 687-1                                              Solicitation Title: Installation, Maintenance, and Modernization of Elevators

 Legal Company Name (include d/b/a if applicable):

*

 Federal Tax Identification Number:

*

 If Corporation - Date Incorporated/Organized : State Incorporated/Organized:

 Company Operating Address:

*

 City

*

 State

*

 Zip Code

*

Miami-Dade County Address (if applicable):  City  State  Zip Code

 Company Contact Person:

*

 Email Address:

*

 Phone Number (include area code):

 Company’s Internet Web Address:

Pursuant to Miami-Dade County Ordinance 94 -34, any individual, corporation, partnership, joint venture or other legal entity having an

officer, director, or executive who has been convicted of a felony during the past ten (10) years shall disclose this information prior to

entering into a contract with or receiving funding from the County.

Place a check mark here only if the Bidder has such conviction to disclose to comply with this requirement.

LOCAL PREFERENCE CERTIFICATION: For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of Miami-Dade County, a “local business ” is a business located within the limits of Miami-Dade County that has a valid Local Business Tax Receipt issued by Miami-Dade County at

least one year prior to bid submission; has a physical business address located within the limits of Miami-Dade County from which business is performed

and which served as the place of employment for at least three full time employees for the continuous period of one year prior to bid submittal (by

exception, if the business is a certified Small Business Enterprise, the local business location must have served as the place of employment for one full time employee); and contributes to the economic development of the community in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities and the support and increase to the County’s tax base.

Place a check mark here only if affirming the Bidder meets the requirements for Local Preference. Failure to complete this certification at this

time (by checking the box above) may render the vendor ineligible for Local Preference.

LOCALLY-HEADQUARTERED BUSINESS CERTIFICATION: For the purpose of this certification, and pursuant to Section 2 -8.5 of the Code of

Miami-Dade County, a “ locally -headquartered business” is a Local Business whose “principal place of business ” is in Miami-Dade County.

Place a check mark here only if affirming the Bidder meets requirements for the Locally-Headquartered Preference (LHP). Failure to

complete this certification at this time (by checking the box) may render the vendor ineligible for the LHP.

The address of the Locally-Headquartered office is:

LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE CERTIFICATION: A Local Certified Veteran Business Enterprise is a firm that is (a) a local

business pursuant to Section 2-8.5 of the Code of Miami-Dade County and (b) prior to bid submission is certified by the State of Florida Department of

Management Services as a veteran business enterprise pursuant to Section 295.187 of the Florida Statutes.

Place a check mark here only if affirming the Bidder is a Local Certified Veteran Business Enterprise.  A copy of the certification

must be submitted with the bid.

SMALL BUSINESS ENTERPRISE CONTRACT MEASURES (If Applicable)

A Small Business Enterprise (SBE) must be certified by Small Business Development for the type of goods and/or services the Bidder provides in accordance

with the applicable Commodity Code(s) for this Solicitation. For certification information contact Small Business Development at (305) 375-3111 or access http://www.miamidade.gov/smallbusiness/certification-programs.asp. The SBE must be certified by the solicitation’s submission deadline, at contract award, and

for the duration of the contract to remain eligible for the preference. Firms that graduate from the SBE program during the contract may remain on the contract.

Is Bidder’sfirm a Miami-Dade County Certified Small Business Enterprise? Yes                 No

If yes, please provide Certification Number:

SCRUTINIZED COMPANIES WITH ACTIVITIES IN SUDAN LIST OR THE SCRUTINIZED COMPANIES WITH ACTIVITIES IN THE IRAN

PETROLEUM ENERGY SECTOR LIST:

By executing this bid through a duly authorized representative, the Bidder certifies that the Bidder is not on the Scrutinized Companies with Activities in Sudan

List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, as those terms are used and defined in sections 287.135 and

215.473 of the Florida Statutes. In the event that the Bidder is unable to provide such certification but still seeks to be considered for award of this solicitation,

the Bidder shall execute the bid response package through a duly authorized representative and shall also initial this space: In such event, the

Bidder shall furnish together with its bid response a duly executed written explanation of the facts supporting any exception to the requirement for certification

that it claims under Section 287.135 of the Florida Statutes. The Bidder agrees to cooperate fully with the County in any investigation undertaken by the

County to determine whether the claimed exception would be applicable. The County shall have the right to terminate any contract resulting from this solicitation for default if the Bidder is found to have submitted a false certification or to have been placed on the Scrutinized Companies for Activities in Sudan

List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List.

IT IS HEREBY CERTIFIED AND AFFIRMED THAT THE BIDDER SHALL ACCEPT ANY AWARDS MADE AS A RESULT OF THIS

SOLICITATION. BIDDER FURTHER AGREES THAT PRICES QUOTED WILL REMAIN FIXED FOR A PERIOD OF ONE HUNDRED AND

EIGHTY (180) DAYS FROM DATE SOLICITATION IS DUE. 

WAIVER OF CONFIDENTIALITY AND TRADE SECRET TREATMENT OF BID

The Bidder acknowledges and agrees that the submittal of the Bid is governed by Florida’s Government in the Sunshine Laws and Public Records Laws

as set forth in Florida Statutes Section 286.011 and Florida Statutes Chapter 119. As such, all material submitted as part of, or in support of, the bid will be available for public inspection after opening of bids and may be considered by the County in public. By submitting a Bid pursuant to this Solicitation, Bidder agrees that all such materials may be considered to be public records.  The Bidder shall not submit any information in response to this Solicitation which the Bidder considers to be a trade secret, proprietary or

confidential.  In the event that the Bid contains a claim that all or a portion of the Bid submitted contains confidential, proprietary or trade secret information, the Bidder, by

signing below, knowingly and expressly waives all claims made that the Bid, or any part thereof no matter how indicated, is confidential, proprietary or a

trade secret and authorizes the County to release such information to the public for any reason.

Acknowledgment of Waiver:

Bidder’s Authorized Representative’s Signature:

*

Date

*

Type or Print Name

*

Type or Print Title *

THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF THE BIDDER TO BE BOUND BY THE TERMS OF ITS OFFER. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER

THE BID NON-RESPONSIVE.   THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY RESPONSE THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE BIDDER TO THE TERMS OF ITS OFFER.

Bidder’s Authorized Representative ’s Signature:

*

Date

*

Type or Print Name

*

Type or Print Title *

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 79

Page 80: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

5

6

3 4

Solicitation No.ITQ- 687-1                                              Solicitation Title: Installation, Maintenance, and Modernization of Elevators

 Legal Company Name (include d/b/a if applicable):

*

 Federal Tax Identification Number:

*

 If Corporation - Date Incorporated/Organized : State Incorporated/Organized:

 Company Operating Address:

*

 City

*

 State

*

 Zip Code

*

Miami-Dade County Address (if applicable):  City  State  Zip Code

 Company Contact Person:

*

 Email Address:

*

 Phone Number (include area code):

 Company’s Internet Web Address:

Pursuant to Miami-Dade County Ordinance 94 -34, any individual, corporation, partnership, joint venture or other legal entity having an

officer, director, or executive who has been convicted of a felony during the past ten (10) years shall disclose this information prior to

entering into a contract with or receiving funding from the County.

Place a check mark here only if the Bidder has such conviction to disclose to comply with this requirement.

LOCAL PREFERENCE CERTIFICATION: For the purpose of this certification, and pursuant to Section 2-8.5 of the Code of Miami-Dade County, a “local business ” is a business located within the limits of Miami-Dade County that has a valid Local Business Tax Receipt issued by Miami-Dade County at

least one year prior to bid submission; has a physical business address located within the limits of Miami-Dade County from which business is performed

and which served as the place of employment for at least three full time employees for the continuous period of one year prior to bid submittal (by

exception, if the business is a certified Small Business Enterprise, the local business location must have served as the place of employment for one full time employee); and contributes to the economic development of the community in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities and the support and increase to the County’s tax base.

Place a check mark here only if affirming the Bidder meets the requirements for Local Preference. Failure to complete this certification at this

time (by checking the box above) may render the vendor ineligible for Local Preference.

LOCALLY-HEADQUARTERED BUSINESS CERTIFICATION: For the purpose of this certification, and pursuant to Section 2 -8.5 of the Code of

Miami-Dade County, a “ locally -headquartered business” is a Local Business whose “principal place of business ” is in Miami-Dade County.

Place a check mark here only if affirming the Bidder meets requirements for the Locally-Headquartered Preference (LHP). Failure to

complete this certification at this time (by checking the box) may render the vendor ineligible for the LHP.

The address of the Locally-Headquartered office is:

LOCAL CERTIFIED VETERAN BUSINESS ENTERPRISE CERTIFICATION: A Local Certified Veteran Business Enterprise is a firm that is (a) a local

business pursuant to Section 2-8.5 of the Code of Miami-Dade County and (b) prior to bid submission is certified by the State of Florida Department of

Management Services as a veteran business enterprise pursuant to Section 295.187 of the Florida Statutes.

Place a check mark here only if affirming the Bidder is a Local Certified Veteran Business Enterprise.  A copy of the certification

must be submitted with the bid.

SMALL BUSINESS ENTERPRISE CONTRACT MEASURES (If Applicable)

A Small Business Enterprise (SBE) must be certified by Small Business Development for the type of goods and/or services the Bidder provides in accordance

with the applicable Commodity Code(s) for this Solicitation. For certification information contact Small Business Development at (305) 375-3111 or access http://www.miamidade.gov/smallbusiness/certification-programs.asp. The SBE must be certified by the solicitation’s submission deadline, at contract award, and

for the duration of the contract to remain eligible for the preference. Firms that graduate from the SBE program during the contract may remain on the contract.

Is Bidder’sfirm a Miami-Dade County Certified Small Business Enterprise? Yes                 No

If yes, please provide Certification Number:

SCRUTINIZED COMPANIES WITH ACTIVITIES IN SUDAN LIST OR THE SCRUTINIZED COMPANIES WITH ACTIVITIES IN THE IRAN

PETROLEUM ENERGY SECTOR LIST:

By executing this bid through a duly authorized representative, the Bidder certifies that the Bidder is not on the Scrutinized Companies with Activities in Sudan

List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, as those terms are used and defined in sections 287.135 and

215.473 of the Florida Statutes. In the event that the Bidder is unable to provide such certification but still seeks to be considered for award of this solicitation,

the Bidder shall execute the bid response package through a duly authorized representative and shall also initial this space: In such event, the

Bidder shall furnish together with its bid response a duly executed written explanation of the facts supporting any exception to the requirement for certification

that it claims under Section 287.135 of the Florida Statutes. The Bidder agrees to cooperate fully with the County in any investigation undertaken by the

County to determine whether the claimed exception would be applicable. The County shall have the right to terminate any contract resulting from this solicitation for default if the Bidder is found to have submitted a false certification or to have been placed on the Scrutinized Companies for Activities in Sudan

List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List.

IT IS HEREBY CERTIFIED AND AFFIRMED THAT THE BIDDER SHALL ACCEPT ANY AWARDS MADE AS A RESULT OF THIS

SOLICITATION. BIDDER FURTHER AGREES THAT PRICES QUOTED WILL REMAIN FIXED FOR A PERIOD OF ONE HUNDRED AND

EIGHTY (180) DAYS FROM DATE SOLICITATION IS DUE. 

WAIVER OF CONFIDENTIALITY AND TRADE SECRET TREATMENT OF BID

The Bidder acknowledges and agrees that the submittal of the Bid is governed by Florida’s Government in the Sunshine Laws and Public Records Laws

as set forth in Florida Statutes Section 286.011 and Florida Statutes Chapter 119. As such, all material submitted as part of, or in support of, the bid will be available for public inspection after opening of bids and may be considered by the County in public. By submitting a Bid pursuant to this Solicitation, Bidder agrees that all such materials may be considered to be public records.  The Bidder shall not submit any information in response to this Solicitation which the Bidder considers to be a trade secret, proprietary or

confidential.  In the event that the Bid contains a claim that all or a portion of the Bid submitted contains confidential, proprietary or trade secret information, the Bidder, by

signing below, knowingly and expressly waives all claims made that the Bid, or any part thereof no matter how indicated, is confidential, proprietary or a

trade secret and authorizes the County to release such information to the public for any reason.

Acknowledgment of Waiver:

Bidder’s Authorized Representative’s Signature:

*

Date

*

Type or Print Name

*

Type or Print Title *

THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF THE BIDDER TO BE BOUND BY THE TERMS OF ITS OFFER. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER

THE BID NON-RESPONSIVE.   THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY RESPONSE THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE BIDDER TO THE TERMS OF ITS OFFER.

Bidder’s Authorized Representative ’s Signature:

*

Date

*

Type or Print Name

*

Type or Print Title *

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 80

Page 81: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

55

66

3 4

FAIR SUBCONTRACTING PRACTICES

In compliance with Miami -Dade County Code Section 2-8.8, the Bidder/Proposer shall submit with the proposal a detailed

statement of its policies and procedures (use separate sheet if necessary) for awarding subcontractors.

NO SUBCONTRACTORS WILL BE UTILIZED FOR THIS CONTRACT

Signature Date

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 81

Page 82: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

55

66

3 4

Name of Bidder/Proposer: FEIN No.

Mark here if race, gender and ethnicity information is not available and will be provided at a later date.  This data may be submitted to contracting department or on - line to the Small Business Development of the Internal Services Department at http://www.miamidade.gov/business/business

development- contracts.asp. As a condition of final payment, Bidder/Proposer shall provide subcontractor information on the Subcontractor Payment Report Sub 200 form which can be found at http://www.miamidade.gov/business/library/forms/subcontractors- payment.pdf.

SUBCONTRACTOR/SUPPLIER LISTING

(Miami -Dade County Code Sections 2-8.1, 2-8.8 and 10 -34)

In accordance with Sections 2 -8.1, 2 -8.8 and 10.34 of the Miami -Dade County Code, this form must be submitted as a condition of award by all Bidders/Proposers on County contracts for purchase of supplies, materials or services, including professional services which involve expenditures of $100,000 or more, and all Proposers on County or Public Health Trust construction contracts which involve expenditures of $100,000 or more.  The Bidder/Proposer who is awarded this contract shall not change or substitute first tier subcontractors or direct suppliers or the portions of the contract work to be performed or materials to be supplied from those identified, except upon written approval of the

County.  The Bidder/Proposer should enter the word "NONE" under the appropriate heading of this form if no subcontractors or suppliers will be used on the contract and sign the form below.

I In accordance with Ordinance No. 11 -90, an entity contracting with the County shall report the race, gender and ethnic origin of the owners and employees of all first tier subcontractors/suppliers.   In the event that the recommended

Bidder/Proposer demonstrates to the County prior to award that the race, gender, and ethnic information is not reasonably available at that time, the Bidder/Proposer shall be obligated to exercise diligent efforts to obtain that information and provide the same to the County not later than ten (10) days after it becomes available and, in any event, prior to final payment under the contract.

(Please duplicate this form if additional space is needed.)

Business

Name and Address of

First Tier Direct Supplier

Principal Owner

Supplies/

Materials/ Services to be

Provided by Supplier

Principal Owner

(Enter the number of male and female owners by race/ethnicity)

Employee(s)

(Enter the number of male and female employees and the number of

employees by race/ethnicity)

M F White Black HispanicAsian/Pacific

Islander

Native

American/

Native

Alaskan

Other M F White Black HispanicAsian/Pacific

Islander

Native

American/

Native

Alaskan

Other

Business

Name and Address of

First Tier

Subcontractor/

Subconsultant

Principal Owner

Scope of Work

to be Performed by

Subcontractor/

Subconsultant

Principal Owner

(Enter the number of male and female owners  by race/ethnicity)

Employee(s)

(Enter the number of male and female employees and the number of

employees by race/ethnicity)

M F White Black HispanicAsian/Pacific

Islander

Native

American/

Native

Alaskan

Other M F White Black HispanicAsian/Pacific

Islander

Native

American/

Native

Alaskan

Other

I certify that the representations contained in this Subcontractor/Supplier listing are to the best of my knowledge true and accurate.

SUB 100 Rev. 1/14

Signature of Bidder/Proposer Print Name Print Title Date

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 82

Page 83: Solicitation ITQ -687 -1 Installation ... - Miami-Dade County › apps › isd › DPMww › ... · movers, merchandise movers, wheelchair lifts, and all related equipment located

55

66

Question and Answers for Solicitation #ITQ-687-1 - Installation, Maintenance, and

Modernization of Elevators

Overall Solicitation Questions

There are no questions associated with this Solicitation.   

Question Deadline: Jul 11, 2018 12:00:00 PM EDT

Solicitation ITQ-687-1Miami-Dade County

6/15/2018 8:21 AM p. 83