Elevator Maintenance Contract

expired opportunity(Expired)
From: East Carolina University(Higher Education)
56-2165TDIFB

Basic Details

started - 22 Mar, 2021 (about 3 years ago)

Start Date

22 Mar, 2021 (about 3 years ago)
due - 06 May, 2021 (about 3 years ago)

Due Date

06 May, 2021 (about 3 years ago)
Bid Notification

Type

Bid Notification
56-2165TDIFB

Identifier

56-2165TDIFB
UNIVERSITY - East Carolina

Customer / Agency

UNIVERSITY - East Carolina
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

STATE OF NORTH CAROLINA East Carolina University Invitation for Bid #: 56-2165TDIFB Elevator Maintenance Contract Date Issued: March 22, 2021 Bid Opening Date: May 6, 2021 At 2:00 PM ET Direct all inquiries concerning this IFB to: Tim Daughtry Purchasing Specialist Email: daughtryt@ecu.edu Phone: 252-328-1006 STATE OF NORTH CAROLINA Invitation for Bids # 56-2165TDIFB For internal State agency processing, including tabulation of bids in the Interactive Purchasing System (IPS), provide your company’s Federal Employer Identification Number or alternate identification number (e.g. Social Security Number). Pursuant to G.S. 132-1.10(b) this identification number shall not be released to the public. This page will be removed and shredded, or otherwise kept confidential, before the procurement file is made available for public inspection. This page shall be filled out and returned with your bid. Failure to do so shall be sufficient cause
to reject your bid. ID Number: ______________________________________________________ Federal ID Number or Social Security Number ___________________________________________________ Vendor Name FOR STATE USE ONLY: Offer accepted and Contract awarded this ____ day of _______________, 20____, as indicated on the attached certification, by ______________________________________________________ (Authorized Representative of East Carolina University.) EXECUTION In compliance with this Invitation for Bids, and subject to all the conditions herein, the undersigned Vendor offers and agrees to furnish and deliver any or all items upon which prices are bid, at the prices set opposite each item within the time specified herein. By executing this bid, the undersigned Vendor certifies that this bid is submitted competitively and without collusion (G.S. 143-54), that none of its officers, directors, or owners of an unincorporated business entity has been convicted of any violations of Chapter 78A of the General Statutes, the Securities Act of 1933, or the Securities Exchange Act of 1934 (G.S. 143-59.2), and that it is not an ineligible Vendor as set forth in G.S. 143-59.1. False certification is a Class I felony. Furthermore, by executing this bid, the undersigned certifies to the best of Vendor’s knowledge and belief, that it and its principals are not presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from covered transactions by any Federal or State department or agency. As required by G.S. 143-48.5, the undersigned Vendor certifies that it, and each of its sub-Contractors for any Contract awarded as a result of this IFB, complies with the requirements of Article 2 of Chapter 64 of the NC General Statutes, including the requirement for each employer with more than 25 employees in North Carolina to verify the work authorization of its employees through the federal E-Verify system. G.S. 133-32 and Executive Order 24 (2009) prohibit the offer to, or acceptance by, any State Employee associated with the preparing plans, specifications, estimates for public Contract; or awarding or administering public Contracts; or inspecting or supervising delivery of the public Contract of any gift from anyone with a Contract with the State, or from any person seeking to do business with the State. By execution of this bid response to the IFB, the undersigned certifies, for Vendor’s entire organization and its employees or agents, that Vendor are not aware that any such gift has been offered, accepted, or promised by any employees or agents of Vendor’s organization. Failure to execute/sign bid prior to submittal shall render bid invalid and it WILL BE REJECTED. Late bids cannot be accepted. COMPLETE/FORMAL NAME OF VENDOR: STREET ADDRESS: P.O. BOX: ZIP: CITY & STATE & ZIP: TELEPHONE NUMBER: TOLL FREE TEL. NO: PRINCIPAL PLACE OF BUSINESS ADDRESS IF DIFFERENT FROM ABOVE (SEE INSTRUCTIONS TO VENDORS ITEM #12): PRINT NAME & TITLE OF PERSON SIGNING ON BEHALF OF VENDOR: FAX NUMBER: VENDOR’S AUTHORIZED SIGNATURE*: DATE: EMAIL: Offer valid for at least 60 days from date of bid opening, unless otherwise stated here: ______ days. After this date, any withdrawal of offer shall be made in writing, effective upon receipt by the agency issuing this IFB. ACCEPTANCE OF BID If any or all parts of this bid are accepted by the State of North Carolina, an authorized representative of East Carolina University shall affix his/her signature hereto and this document and all provisions of this Invitation for Bid along with the Vendor bid response and the written results of any negotiations shall then constitute the written agreement between the parties. A copy of this acceptance will be forwarded to the successful Vendor(s). Refer ALL Inquiries regarding this IFB to: Tim Daughtry Department of Materials Management Email: daughtryt@ecu.edu Office: 252-328-1006 Invitation for Bids #: 56-2165TDIFB Bids will be publicly opened: May 6, 2021 @ 2:00 PMET Contract Type: Open Market Solicitation Commodity No. and Description: 91013/Elevator Maintenance Using Agency: East Carolina University Requisition No.: R141639299 (Contract) STATE OF NORTH CAROLINA EAST CAROLINA UNIVERSITY mailto:daughtryt@ecu.edu IFB # 56-2165TDIFB Vendor: ____________________________________ Page 2 of 77 Table of Contents 1.0 PURPOSE AND BACKGROUND .......................................................................................... 4 2.0 GENERAL INFORMATION .................................................................................................... 4 2.1 INVITATION FOR BIDS DOCUMENT .................................................................................... 4 2.2 E-PROCUREMENT SOLICITATION ...................................................................................... 4 2.3 NOTICE TO VENDORS REGARDING IFB TERMS AND CONDITIONS ................................ 4 2.4 IFB SCHEDULE ..................................................................................................................... 4 2.5 BID QUESTIONS ................................................................................................................... 5 2.6 BID SUBMITTAL .................................................................................................................... 6 2.7 BID CONTENTS ..................................................................................................................... 7 2.8 DEFINITIONS, ACRONYMS, AND ABBREVIATIONS ............................................................ 7 3.0 METHOD OF AWARD AND BID EVALUATION PROCESS .................................................. 8 3.1 METHOD OF AWARD ............................................................................................................ 8 3.2 CONFIDENTIALITY AND PROHIBITED COMMUNICATIONS DURING EVALUATION ......... 8 3.3 BID EVALUATION PROCESS ................................................................................................ 9 3.4 PERFORMANCE OUTSIDE THE UNITED STATES ............................................................ 10 3.5 INTERPRETATION OF TERMS AND PHRASES ................................................................. 10 4.0 REQUIREMENTS ................................................................................................................. 10 4.1 CONTRACT TERM............................................................................................................... 10 4.2 PRICING .............................................................................................................................. 11 4.3 REFERENCES ..................................................................................................................... 11 4.4 FINANCIAL STABILITY ........................................................................................................ 11 5.0 PRODUCT SPECIFICATIONS ............................................................................................. 11 5.1 SPECIFICATIONS ................................................................................................................ 11 5.2 SCOPE OF SERVICES ........................................................................................................ 11 5.3 VENDOR’S REPRESENTATIONS ....................................................................................... 37 6.0 CONTRACT ADMINISTRATION .......................................................................................... 37 6.1 PROJECT MANAGER AND CUSTOMER SERVICE ............................................................ 37 6.2 DISPUTE RESOLUTION ...................................................................................................... 37 6.3 CONTRACT CHANGES ....................................................................................................... 37 ATTACHMENT A: PRICING ................................................................................................................. 39 ATTACHMENT B: INSTRUCTIONS TO VENDORS............................................................................. 47 ATTACHMENT C: NORTH CAROLINA GENERAL CONTRACT TERMS & CONDITIONS ................. 51 ATTACHMENT D: LOCATION OF WORKERS UTILIZED BY VENDOR ............................................. 65 ATTACHMENT F: CERTIFICATION OF FINANCIAL CONDITION ...................................................... 66 IFB # 56-2165TDIFB Vendor: ____________________________________ Page 3 of 77 ATTACHMENT G: EAST CAROLINA UNIVERSITY TERMS AND CONDITIONS ............................... 67 ATTACHMENT H: EAST CAROLINA UNIVERSITY COMPLIANCE STANDARDS ............................ 68 ATTACHMENT I: EAST CAROLINA UNIVERSITY DATA SECURITY STANDARDS ......................... 69 ATTACHMENT J: EAST CAROLINA UNIVERSITY QUESTIONAIRE ................................................. 71 ATTACHMENT K: SUPPLEMENTAL VENDOR INFORMATION......................................................... 72 ATTACHMENT N: VENDOR CONDUCT ON CAMPUS ....................................................................... 73 IFB # 56-2165TDIFB Vendor: ____________________________________ Page 4 of 77 1.0 PURPOSE AND BACKGROUND East Carolina University is requesting proposals to establish an elevator maintenance service contract for maintaining all elevators associated with all university owned buildings. This includes preventative maintenance and repairs as noted in the Scope of Work, Section 5.1. It is highly recommended that each potential bidder read and understand the requirements and University expectations of providing services under this contract. It is prohibited to use East Carolina University (ECU) official logos when responding to this solicitation. Bids shall be submitted in accordance with the terms and conditions of this IFB and any addenda issued hereto. 2.0 GENERAL INFORMATION 2.1 INVITATION FOR BIDS DOCUMENT The IFB is comprised of the base IFB document, any attachments, and any addenda released before Contract award. All attachments and addenda released for this IFB in advance of any Contract award are incorporated herein by reference. 2.2 E-PROCUREMENT SOLICITATION ATTENTION: This is NOT an E-Procurement solicitation. 2.3 NOTICE TO VENDORS REGARDING IFB TERMS AND CONDITIONS It shall be the Vendor’s responsibility to read the Instructions, the State’s terms and conditions, all relevant exhibits and attachments, and any other components made a part of this IFB and comply with all requirements and specifications herein. Vendors are also responsible for obtaining and complying with all Addenda and other changes that may be issued concerning this IFB. If Vendors have questions, issues, or exceptions regarding any term, condition, or other component within this IFB (including proposed alternate language), those must be submitted as questions in accordance with the instructions in Section 2.5. BID QUESTIONS. If the State determines that any changes will be made resulting from the questions asked, then such decisions will be communicated in the form of an IFB addendum. The State may also elect to leave open the possibility for post-contract negotiation and amendment of specific provisions of the Contract that have been addressed during the question and answer period. Other than through this process, the State rejects and will not be required to evaluate or consider any additional or modified terms and conditions submitted with Vendor’s bid. This applies to any language appearing in or attached to the document as part of the Vendor’s bid that purports to vary any terms and conditions or Vendors’ instructions herein or to render the bid non-binding or subject to further negotiation. Vendor’s bid shall constitute a firm offer. By execution and delivery of a bid in response to this IFB, the Vendor agrees that any additional or modified terms and conditions, whether submitted purposefully or inadvertently, shall have no force or effect, and will be disregarded. Noncompliance with, or any attempt to alter or delete, this paragraph shall constitute sufficient grounds to reject Vendor’s bid as nonresponsive. Any bid that contains language that indicates the bid is non-binding or subject to further negotiation before a contractual document may be signed shall be rejected. Contact with anyone working for or with the State regarding this IFB other than the State Contract Lead named on the face page of this IFB or in the manner specified by this IFB shall constitute grounds for rejection of said Vendor’s offer, at the State’s election. 2.4 IFB SCHEDULE The table below shows the intended schedule for this IFB. The State will make every effort to adhere to this schedule. IFB # 56-2165TDIFB Vendor: ____________________________________ Page 5 of 77 Event Responsibility Date and Time Issue IFB State March 22, 2021 Hold Pre-Bid Meeting/Site Visit State Thursday, April 8, 2021 @ 2:00PMET Submit Written Questions Vendor April 20, 2021 COB ET Provide Responses to Questions State April 23, 2021 COB ET Submit Bids Vendor Thursday, May 6, 2021 @ 2:00 PMET Contract Award State Anticipate June 15, 2021 Mandatory Site Visit / Pre-Bid Conference Date: Thursday, April 8, 2021 Time: 2:00 PM Eastern Time (Promptly) Location: East Carolina University Main Campus Student Center Room 249 NOTE: Please make sure you review the solicitation document prior to the pre-bid site visit/conference. Please also bring a copy of the solicitation document to the meeting. Copies will not be provided. Instructions: It shall be MANDATORY that each Vendor representative be present for a pre-bid site visit/conference on Thursday, April 8, 2021. Attendees shall meet promptly at 2:00 PM Eastern Time at East Carolina University Main Campus Student Center, Room 249, 501 East 10th Street, Greenville, N.C. 27858. All attendees must sign in upon arrival and clearly indicate the prospective Vendor represented on the sign in sheet. LATE ARRIVALS WILL NOT BE ALLOWED TO SIGN IN, NOR SHALL THEIR BID BE CONSIDERED. On-time attendance will be strictly enforced. Please arrive by 1:45PM ET to complete the sign in process. Due to university indoor meeting guidelines and CDC regulations associated with COVID 19, only one (1) representative from each company may attend the pre-bid site visit/conference. Please response via email to Tim Daughtry, Purchasing Specialist at daughtryt@ecu.edu by the close of business on Monday, April 5th, 2021 with the company name, representative and phone number. No exceptions or additions to the attendees list will be allowed after April 5th, 2021 COB ET. All attendees will be required to have temperature taken prior to entering the room. All social distancing efforts will apply including face coverings. If company name and or representative are not on the attendee list, attendance will not be permitted (no exceptions). The purpose of this visit is for all prospective Vendors to apprise themselves with the conditions and requirements which will affect the performance of the work called for by this Invitation for Bids. Vendors shall stay for the duration of the site visit. No allowances will be made for unreported conditions that a prudent Vendor would recognize as affecting the work called for or implied by this bid. Vendors are cautioned that any information released to attendees during the site visit, other than that involving the physical aspects of the facility referenced above, and which conflicts with, supersedes, or adds to requirements in this Invitation for Bid, must be confirmed by written addendum before it can be considered to be a part of this bid. 2.5 BID QUESTIONS Upon review of the IFB documents, Vendors may have questions to clarify or interpret the IFB in order to submit the best bid possible. To accommodate the Bid Questions process, Vendors shall submit any such questions by the above due date. mailto:daughtryt@ecu.edu IFB # 56-2165TDIFB Vendor: ____________________________________ Page 6 of 77 Written questions shall be e-mailed to Tim Daughtry at daughtryt@ecu.edu by the date and time specified above. Vendors will enter “IFB #56-2165TDIFB – Questions” as the subject for the email. Questions submittals will include a reference to the applicable IFB section and be submitted in a format shown below: Reference Vendor Question IFB Section, Page Number Vendor question …? Questions received prior to the submission deadline date, the State’s response, and any additional terms deemed necessary by the State will be posted in the form of an addendum to the Interactive Purchasing System (IPS), http://www.ips.state.nc.us, and shall become an Addendum to this IFB. No information, instruction or advice provided orally or informally by any State personnel, whether made in response to a question or otherwise concerning this IFB, shall be considered authoritative or binding. Vendors shall rely only on written material contained in an Addendum to this IFB. 2.6 BID SUBMITTAL IMPORTANT NOTE: This is an absolute requirement. Vendor shall bear the risk for late submission due to unintended or unanticipated delay—whether submitted electronically, delivered by hand, U.S. Postal Service, courier, or other delivery service. It is the Vendor’s sole responsibility to ensure its bid has been submitted to this Office by the specified time and date of opening. The date and time of submission will be marked on each bid when received, and any bid received after the bid submission deadline will be rejected. Sealed bids, subject to the conditions made a part hereof, will be received at the address indicated in the table in this Section, for furnishing and delivering the commodity or service as described herein. If applicable to this IFB, sealed bids, subject to the conditions made a part hereof and the submission requirements described below, shall be delivered to the physical address indicated in the table below, for furnishing and delivering those items or Services as described herein. Vendors shall deliver to the address identified in the table below: Four (4) hard paper copies and one (1) electronic copy (un-redacted) of its executed bid on a flash drive. All bids shall be submitted in a sealed envelope or box. Clearly mark each package with: (1) Vendor name; (2) the IFB number; and (3) the due date. Address the package(s) for delivery as shown in the table, above. File contents shall NOT be password-protected but, shall be in .PDF or XLS format, and shall be capable of being copied to other sources. Bids shall be marked on the outside of the sealed envelope with the Vendor’s name, IFB number and date and time of opening. If Vendor is submitting more than one bid, each bid shall be submitted in separate sealed envelope and marked accordingly. For delivery purposes, separate sealed bids from a single Vendor may be included in the same outer package. Do not include bids for more than one solicitation in the same package. MAILING ADDRESS FOR DELIVERY OF BID VIA U.S. POSTAL SERVICE OFFICE ADDRESS FOR DELIVERY BY ANY OTHER MEANS, SPECIAL DELIVERY, HAND DELIVERY, OVERNIGHT DELIVERY OR BY ANY OTHER CARRIER BID NUMBER: 56-2165TDIFB Attn: Tim Daughtry Address: East Carolina University Central Warehouse and Receiving 1150 South Greene Street Greenville, NC 27858-4353 BID NUMBER: 56-2165TDIFB Attn: Tim Daughtry Address: East Carolina University Central Warehouse and Receiving 1150 South Greene Street Greenville, NC 27858-4353 http://www.ips.state.nc.us/ IFB # 56-2165TDIFB Vendor: ____________________________________ Page 7 of 77 Note that the U.S. Postal Service does not deliver mail to the specified office address but to the State’s Mail Service Center. Vendors are cautioned that bids sent via U.S. Mail, including Express Mail, may not be delivered by the Mail Service Center to the agency’s purchasing office on the due date in time to meet the bid deadline. All Vendors are urged to take the possibility of delay into account when submitting a bid. It is highly recommended to utilize UPS or FED-EX when submitting bids. Vendors may hand deliver bid responses as well. Attempts to submit a bid via facsimile (FAX) machine, telephone, or e-mail, in response to this IFB shall NOT be accepted. Failure to submit a bid in strict accordance with these instructions shall constitute sufficient cause to reject a Vendor’s bid(s). Critical updated information may be included in Addenda to this IFB. It is important that all Vendors bidding on this IFB periodically check the State’s IPS website for any Addenda that may be issued prior to the bid opening date. All Vendors shall be deemed to have read and understood all information in this IFB and all Addenda thereto. Contact with anyone working for or with the State regarding this IFB other than the State Contract Lead named on the face page of this IFB in the manner specified by this IFB shall constitute grounds for rejection of said Vendor’s offer, at the State’s election. 2.7 BID CONTENTS Vendors shall populate all attachments of this IFB that require the Vendor to provide information and shall include an authorized signature where requested. Vendor response to this IFB shall include each of the following items and these items should be arranged in the following order: (Please return complete bid document) a) Completed and signed version of EXECUTION PAGE, along with the body of the IFB and signed receipt pages of any addenda released in conjunction with this IFB (if required to be returned). b) Completed version of ATTACHMENT A: PRICING FORM c) ATTACHMENT B: INSTRUCTIONS TO VENDORS d) ATTACHMENT C: NORTH CAROLINA GENERAL CONTRACT TERMS AND CONDITIONS e) Completed version of ATTACHMENT D: LOCATION OF WORKERS UTILIZED BY VENDOR f) Completed and signed version of ATTACHMENT F: CERTIFICATION OF FINANCIAL CONDITION g) Completed and signed version of ATTACHMENT G: SUPPLEMENTAL VENDOR INFORMATION 2.8 DEFINITIONS, ACRONYMS, AND ABBREVIATIONS a) AGENCY SPECIFIC TERM CONTRACT: A contract generally intended to cover all normal requirements for a commodity for a specified period of time based on estimated quantities for a single entity. b) BAFO: Best and Final Offer, submitted by a Vendor to alter its initial bid, made in response to a request by the issuing agency. c) BUYER: The employee of the State or Other Eligible Entity that places an order with the Vendor. d) COMMUNITY COLLEGE: Any of the fifty-eight (58) public North Carolina Community Colleges. e) CONTRACT LEAD: Representative of East Carolina University identified on the first page of this IFB who will correspond with potential Vendors concerning solicitation issues and will contract with the Vendor providing the best offer to the State, and is the individual who will administer The Contract for the State. f) E-PROCUREMENT SERVICES: The program, system, and associated services through which the State conducts electronic procurement. g) FOB-DESTINATION: Title changes hand from Vendor to purchaser at the destination point of the shipment; IFB # 56-2165TDIFB Vendor: ____________________________________ Page 8 of 77 Vendor owns commodity in transit and files any claims, and Vendor pays all freight and any related transportation charges. A solicitation may request a Vendor to separately identify freight charges in its bid, but no amount or charge not included as part of the total bid price will be paid. h) IFB: Invitation for Bids. i) ON-TIME DELIVERY: The delivery of all items within a single order to the receiving point designated by the ordering entity within the delivery time required. j) QUALIFIED BID: A responsive bid submitted by a responsible Vendor. k) STATE: The State of North Carolina, including any of its sub-units recognized under North Carolina law. l) STATE AGENCY: Any of the more than 400 sub-units within the executive branch of the State, including its departments, boards, commissions, institutions of higher education and other institutions. m) STATE DEPARTMENTS: Department of Administration, Department of Agriculture, Department of Commerce, Department of Cultural an Natural Resources, Department of Environmental Quality, Department of Health and Human Services, Department of Information Technology, Department of Insurance, Department of Justice, Department of Labor, Department of Military and Veteran Affairs, Department of Public Instruction, Department of Public Safety, Department of Revenue, Department of State Treasurer, Department of the Secretary of the State, Department of Transportation, Wildlife Resources Commission, Office of Budget and Management, Office of the Governor, Office of the Lieutenant Governor, Office of The State Auditor, Office of the State Controller. n) THE CONTRACT: A contract resulting from or arising out of Vendor responses to this solicitation document. o) VENDOR: Supplier, bidder, proposer, company, firm, corporation, partnership, individual or other entity submitting a response to an Invitation for Bids. Following award of a contract, the term refers to an entity receiving such an award. 3.0 METHOD OF AWARD AND BID EVALUATION PROCESS 3.1 METHOD OF AWARD Contracts will be awarded in accordance with G.S. 143-52 and the evaluation criteria set out in this solicitation. Prospective Vendors shall not be discriminated against on the basis of any prohibited grounds as defined by Federal and State law. All qualified bids will be evaluated, and award or awards will be based on the qualified bid(s) offering the lowest price that meets the requirements set out herein and is in the best interest for the University. While the intent of this IFB is to award a Contract(s) to a single Vendor for all service the State reserves the right to make separate awards to different Vendors for one or more line items, to not award any portion of the goods or services or to cancel this IFB in its entirety without awarding a contract, if it is considered to be most advantageous to the State to do so. The status of a Vendor’s E-Procurement Services account(s) shall be considered a relevant factor in determining whether to approve the award of a contract under this IFB. Any Vendor with an E-Procurement Services account that is in arrears by 91 days or more at the time of bid opening may, at the State’s discretion, be disqualified from further evaluation or consideration. The State reserves the right to waive any minor informality or technicality in bids received. 3.2 CONFIDENTIALITY AND PROHIBITED COMMUNICATIONS DURING EVALUATION During the evaluation period—from the date bids are opened through the date the contract is awarded—each Vendor submitting a bid (including its representatives, sub-contractors and/or suppliers) is prohibited from having any communications with any person inside or outside the using agency, issuing agency, other government agency office, or body (including the purchaser named above, department secretary, agency head, members of the general IFB # 56-2165TDIFB Vendor: ____________________________________ Page 9 of 77 assembly and/or governor’s office), or private entity, if the communication refers or relates to the content of Vendor’s bid or qualifications, the contents of another Vendor’s bid, another Vendor’s qualifications or ability to perform the contract, or the transmittal of any other communication of information that could be reasonably considered to have the effect of directly or indirectly influencing the evaluation of bids or the award of the contract. A Vendor not in compliance with this provision shall be disqualified from contract award, unless the State makes a written determination, in its discretion, that the communication was harmless, that it was made without intent to influence and that the best interest of the State would not be served by the disqualification. If a Vendor, its sub-contractor or supplier engage in any of the foregoing communications during the time that the solicitation is open (i.e., the issuance date of the procurement to the date of bid opening), such conduct shall constitute sufficient cause to disqualify the Vendor’s bid. Only those discussions, communications or transmittals of information authorized or initiated by the issuing agency for this IFB or general inquiries directed to the Contract Lead named in the IFB and regarding requirements of the IFB (prior to bid submission) or the status of the contract award (after submission) are excepted from this provision. 3.3 BID EVALUATION PROCESS The State shall review all Vendor responses to this IFB to confirm that each one complies with the specifications and requirements of the IFB. a) Bids are requested for the services as specified. The State reserves the right to reject any bid on the basis of fit, form and function as well as cost. All information furnished on this bid may be used as a factor in determining the award of this contract. The State will conduct an evaluation of Bids, as follows: Bids will be received from each responsive Vendor in the method stated in section 2.6. All bids shall be received by the issuing agency not later than the date and time specified on the cover sheet of this IFB, or as modified by a bid addendum. At the date and time specified as the bid opening, the bid responses from each responding Vendor will be opened publicly and the name of the Vendor and bid’s total cost will be announced. Interested parties are cautioned that these costs and their components are subject to further evaluation for completeness and correctness and therefore may not be an exact indicator of a Vendor’s pricing position. At its option, the State may request clarifications, oral presentations or discussion with any or all Vendors in order to clarify or to amplify the materials presented in any part of the bid or requested in the IFB. Vendors are cautioned, however, that the State is not required to request presentations or other clarification—and often does not. Therefore, all bids should be complete and reflect the most favorable terms available from the Vendor. Prices bid cannot be altered or modified as part of a clarification. Bids will generally be evaluated, based on completeness, content, cost and responsibility of the Vendor to supply the requested goods and services. Specific evaluation criteria are listed in Section 3.1 METHOD OF AWARD. The State reserves the right to reject all original offers and request one or more of the Vendors submitting bids within a competitive range to submit a best and final offer (BAFO), based on discussions and negotiations with the State, if the initial responses to the IFB have been evaluated and determined to be unsatisfactory. Upon completion of the evaluation process, the State will make Award(s) based on the evaluation and post the award(s) to IPS under the IFB number for this solicitation. Award of a Contract to one Vendor does not mean that the other bids lacked merit, but that, all factors considered, the selected bid was deemed most advantageous and represented the best value to the State. IFB # 56-2165TDIFB Vendor: ____________________________________ Page 10 of 77 Vendors are cautioned that this is a request for offers, not an offer or request to contract, and the State reserves the unqualified right to reject any and all bids at any time if such rejection is deemed to be in the best interest of the State. 3.4 PERFORMANCE OUTSIDE THE UNITED STATES Vendor shall complete ATTACHMENT D: LOCATION OF WORKERS UTILIZED BY VENDOR. In addition to any other evaluation criteria identified in this IFB, the State may also consider—for purposes of evaluating proposed or actual contract performance outside of the United States and to ensure that any award will be in the best interest of the State—how that performance may affect or be affected by the following factors: a) Total cost to the State b) Level of quality provided by the Vendor c) Process and performance capability across multiple jurisdictions d) Protection of the State’s information and intellectual property e) Availability of pertinent skills f) Ability to understand the State’s business requirements and internal operational culture g) Particular risk factors such as the security of the State’s information technology h) Relations with citizens and employees i) Contract enforcement jurisdictional issues 3.5 INTERPRETATION OF TERMS AND PHRASES This Invitation for Bids serves two functions: (1) to advise potential Vendors of the parameters of the solution being sought by the Department; and (2) to provide (together with other specified documents) the terms of the Contract that results from this procurement. As such, all terms in the Invitation for Bids shall be enforceable as contract terms in accordance with the General Contract Terms and Conditions. The use of phrases such as “shall,” “must,” and “requirements” are intended to create enforceable contract conditions. In determining whether bids should be evaluated or rejected, the Department will take into consideration the degree to which Vendors have proposed or failed to propose solutions that will satisfy the Department’s needs as described in the Invitation for Bids. Except as specifically stated in the Invitation for Bids, no one requirement shall automatically disqualify a Vendor from consideration. However, failure to comply with any single requirement, if determined to be essential under the circumstances then existing, may result in the Department exercising its discretion to reject a bid in its entirety. 4.0 REQUIREMENTS This Section lists the requirements related to this IFB. By submitting a bid, the Vendor agrees to meet all stated requirements in this Section as well as any other specifications, requirements and terms and conditions stated in this IFB. If a Vendor is unclear about a requirement or specification or believes a change to a requirement would allow for the State to receive a better bid, the Vendor is urged and cautioned to submit these items in the form of a question during the question and answer period in accordance with Section 2.5. 4.1 CONTRACT TERM The Contract shall have an initial term of two (2) years, beginning on the date of contract award (the “Effective Date”). At the end of the Contract’s initial term, the State shall have the option, in its sole discretion, to renew the Contract on the same terms and conditions for up to a total of eight (8) one-year terms. Potential contract will be ten (10) years. East Carolina University may consider a one-time cost increase for the first renewal option only per the CPI (Consumer Price Index) for the Southern Region for services not to exceed 5%. In the event cost should change for year three (3) and the remaining renewal options, an updated cost proposal must be submitted for consideration and approval by East Carolina University. The State will give the Vendor written notice of its intent IFB # 56-2165TDIFB Vendor: ____________________________________ Page 11 of 77 whether to exercise each option no later than thirty (30) days before the end of the Contract’s then-current term. In addition, the State reserves the right to extend a contract term for a period of up to 180 days in 90-day-or-less increments. 4.2 PRICING Bid price shall constitute the total cost to the State for delivery services as noted in Section 5.1 to include all shipping, delivery, handling, administrative and other similar fees to provide the services. Vendor shall not invoice for any amounts not specifically allowed for in this IFB. Complete ATTACHMENT A: PRICING FORM and include in Bid. 4.3 REFERENCES Vendors shall provide at least three (3) references for which your company has provided services of substantially the same features and quantity to those solicited herein. The State shall contact one or more of these references to determine the services provided are substantially similar to those bid herein and Vendor’s performance has been satisfactory. Information obtained will be considered in evaluation of the bids. COMPANY NAME CONTACT NAME TELEPHONE NUMBER 4.4 FINANCIAL STABILITY Each Vendor shall certify it is financially stable by completing the ATTACHMENT F: CERTIFICATION OF FINANCIAL CONDITION. The State is requiring this certification to minimize potential performance issues from Contracting with a Vendor that is financially unstable. This Certification shall be deemed continuing, and from the date of the Certification to the expiration of the Contract, the Vendor shall notify the State within thirty (30) days of any occurrence or condition that materially alters the truth of any statement made in this Certification. 5.0 PRODUCT SPECIFICATIONS 5.1 SPECIFICATIONS 5.2 SCOPE OF SERVICES Introduction 1. The purpose of this solicitation is to contract with a qualified firm to perform all preventative/predictive maintenance, repairs, replacements, and inspections as required for all elevators, ADA lifts, and stage lifts (All Vertical Transportation Equipment) covered under this contract. This is an all-inclusive, performance based, service contract. Contractor must adhere to the specifications set forth as a minimum, and perform the requirements with expertise, knowledge, and capability. East Carolina University (hereafter referred to as “ECU” or the “University”) reserves the right to make changes to service delivery by either subtracting or adding equipment to this contract. Please see the Price Submittal Spreadsheet in Attachment A for the current inventory list of the vertical transportation equipment at ECU. New vertical transportation equipment and/or modernization of existing vertical transportation equipment under an existing warranty or contract will initially be excluded from the resultant contract. If in the best interest of ECU, as existing maintenance/warranty agreements expire for equipment not currently included in this contract, that vertical IFB # 56-2165TDIFB Vendor: ____________________________________ Page 12 of 77 transportation equipment will be added in accordance with contract terms and conditions. ECU is committed to providing the highest levels of customer service to our students, patients, visitors, faculty, and staff. To that end, ECU expects the Contractor to provide safe, reliable, efficient, and well-run equipment to meet the needs of our customers. The Contractor shall ensure the equipment under this contract receives the services necessary to meet industry, safety, and operating standards. 2. The Contractor shall furnish all management, supervision, tools, diagnostic equipment, supplies, parts, materials, equipment, and labor necessary to maintain, repair, inspect, certify, recertify, clean, adjust, and lubricate elevators and lifts, and to replace defective and/or obsolete parts, in accordance with all the terms, conditions, provisions, and specifications contained herein and manufacturer’s recommended service. This includes Emergency Callbacks, responding to any “incident” requiring the contractors care and attention, Standby Service and performing all relevant safety tests as required by the current adopted ASME A17 Safety codes, the North Carolina Department of Labor (DOL), the Authority Having Jurisdiction (AHJ), and any other applicable elevator/lift safety and inspection codes enforced by the University or the State of North Carolina. 3. All work under this contract shall be performed by skilled competent journeyman elevator mechanics directly employed and/or supervised by the Contractor. Elevator mechanic helpers and/or elevator mechanic apprentices may be used provided they are under direct supervision of a journeyman elevator mechanic on site at all times. Direct supervision means working under constant guidance or simultaneously with a journeyman elevator mechanic. All journeyman elevator mechanics shall have a minimum of ten (10) of experience maintaining elevators and lifts. Additionally, they shall have completed a NAEC CET Training Program or equivalent and have a minimum of five (5) years’ experience on the specific type and complexity of equipment noted in the schedule of equipment. Helpers shall be certified with two years of experience. B. HEALTH, ENVIRONMENTAL AND SAFETY REQUIREMENTS: 1. The Contractor’s products, services and facilities shall be in full compliance with all applicable Federal, State, and local health, environmental and safety laws, regulations, standards, codes, and ordinances, regardless of whether or not they are referred to by East Carolina University. 2. At the request of ECU representatives, the Contractor shall provide to ECU: a. Environmental, safety and health regulatory compliance documents (written safety programs, training records, permits, etc.) applicable to services provided by the Contractor in this contract b. A list of all federal, state, or local (EPA, OSHA, NCDOL, etc.) citations or notice of violations issued against their firm or their subcontractors including dates, reasons, dispositions, and resolutions. 3. The contractor shall provide to ECU a written safety protocol/standard operating procedure for removing and returning elevators to service that includes control measures to protect personnel and the public, to be included with the bid response. The contractor shall comply with ASME 17.4 and the university’s safety protocols. 4. The contractor shall provide to ECU a written document related to COVID and pandemic safety procedures. 5. The University shall have the right, but not the obligation, to inspect the facilities, transportation vehicles or vessels, containers, and disposal facilities provided by the Contractor or subcontractor. The University shall also have the right to inspect operations conducted by the Contractor or subcontractor in the performance of this agreement. The University further reserves the right to make unannounced inspections of the Offeror’s facilities (during normal business hours). 6. The Contractor shall be responsible for providing and for the placement of barricades, signs, tarps, plastic, flag tape and other safety/traffic control equipment required to protect its employees, the public, surrounding areas, equipment, and vehicles. The safety of the Contractor's employees and the public is of prime concern to the University, and the Contractor must take all necessary steps to assure proper safety during the performance of the Contractor. Control measures implemented by the contractor must be appropriate and effective for individuals with disabilities (e.g., physical barriers are required for individuals with visual impairments instead of relying solely on visual notification/signage). An individual with a disability is defined by the ADA as “a person who has a physical or mental impairment that substantially limits one or more major life activities, a person who has a history or record of such an impairment, or a person who is perceived by IFB # 56-2165TDIFB Vendor: ____________________________________ Page 13 of 77 others as having such an impairment”. 7. Removal of elevators/lifts from service shall be coordinated with and approved by the University. To the extent possible all preventive maintenance that requires removal of elevator/lift from service shall be scheduled during off peak hours of building operation. No elevator/lift shall be taken out of service during the normal business day without prior notification to the University except under emergency conditions. Contractor shall not remove from service more than one elevator at a time in any bank of elevators (except in emergencies). Emergency circumstances are understood to be those which pose imminent possibility of equipment damage or passenger injury as judged by the Contractor's employees. Elevators taken out of service shall be identified by placing signage at every floor indicating elevator is out of service as well as physical barricades. Signs and barricades shall be removed after service is restored. C. INSPECTIONS AND TESTS – ELEVATORS AND LIFTS 1. All service and repair work shall be performed in compliance with the most current adopted American National Standard Safety Code of Elevators, Dumbwaiters, Lifts and Moving Walks, ASME A17.1 & A17.2 and shall be subject to safety inspection by the University or its representative. The Contractor shall perform all inspections of the elevators and lifts as required by the most current adopted ASME A17.1 & A17.2 Codes. The Contractor shall periodically examine and test all safety devices, governors, oil buffers, etc. and shall make formal safety tests and inspections as required and outline in the ASME A17.1 & A17.2 Codes. Test performed annually and at five-year periods will be scheduled to comply with the annual and five-year intervals specified in the ASME A17.1 & A17.2 Codes. The University must be notified in advance and may attend any scheduled tests. Within thirty (30) days of a notice of violation, Contractor shall conduct required tests on any elevator or lift that is not in compliance, and repair or remedy all other violations noted by any DOL inspections. 2. After completion of the required safety and buffer tests, the contractor shall submit a document to the ECU Designated Representative, on the Contractor’s standard form, indicating the following information as appropriate: a. Type of test. b. Name of organization performing test. c. Address of the facility being tested. d. Elevator/Lift identification number. e. Car capacity. f. Speed. g. Type of elevator/lift. h. Type of machine. i. Manufacturer of Safety. j. Type of Safety. k. Indication that governor has been checked for proper tripping speed and that the overspeed switch is functional. l. Type, size, and condition of governor rope before and after test. m. Load at which safety was tested. n. Speed at which governor tripped. o. Length of marks on each guide rail made by safety jaws. p. Number of turns remaining on Drum. q. Did car or counterweight set level? r. Did governor set satisfactorily? s. Was governor calibrated? At what speed? t. Was safety test satisfactory? u. At what speed and load were buffers tested? v. Was oil level satisfactory after test? w. Indicate plunger compression return time. x. Indicate date test was made. y. Signature of individual performing tests. z. Any additional applicable remark. aa. Name of the employee witnessing the tests. bb. Dates, seals, tags for placement of equipment. cc. List of code violations and corrective actions taken. 3. After tests have been performed, all load weighing devices, etc., shall be checked and adjusted as required to meet manufacturer’s recommendations. Elevators/Lifts shall not be placed in service until all tests, checks and adjustments are complete and units are in proper working condition. The Contractor shall not be held responsible for any damage to the building and equipment caused by these tests unless such damage is a IFB # 56-2165TDIFB Vendor: ____________________________________ Page 14 of 77 result of contractor’s negligence. Failure to follow correct procedures to prevent damage and failure to perform pretest examinations shall be considered negligence by the Contractor. 4. Contractor shall participate in the annual testing of smoke detection and emergency generator systems, as applicable, with the University. In order to meet the requirements of the test, the University shall be responsible for any costs associated with their own work forces. The Elevator/Lift Contractor shall be responsible for all their costs associated with these tests and acknowledges that they will perform this service at no additional cost to the University. 5. The University shall, at all times, have the right to make inspections of elevators/lifts and the work of the Contractor; and the Contractor agrees to perform maintenance work and make repairs deemed necessary by the University. The Contractor agrees to provide all necessary support personnel for such inspections when deemed necessary by the ECU Designated Representative, at no cost to the University. 6. The Contractor’s manager or supervisor shall be responsible to respond for any accident involving an injury that requires medical attention and any elevator entrapments in which police/fire department respond and/or inquires occur. 7. The Contractor, at the University’s direction, must respond to inspect and evaluate the condition of equipment following any flood, weather problem, natural or manmade disaster, accident, or fire, and respond in writing accordingly to ECU Designated Representative. 8. The Contractor shall support any and all recertification-inspections with the DOL or AHJ upon returning elevator or lift systems to code compliance at no cost to the university. 9. Visual Inspections - Visual inspections of elevators and lift systems will be performed by the university. Contractor may be required to establish a schedule to accommodate these inspections with no impact to maintenance activities or service call responses. Visual inspections are to be done during normal daily work hours. Information is to be logged by the university immediately upon completion. 10. The Contractor shall perform all periodic tests in accordance with Section 8.11 of the ASME A17.1 code. To include but not be limited to: a. Annual Testing: The Contractor will perform the annual testing. b. Annual Inspections: On an annual basis, the Contractor will participate and assist the AHJ in visual inspections of all elevators and lifts. c. Testing: The AHJ will witness and certify tests to be performed by Contractor of all Elevators and Lifts: i. No Load test: One (1) time per year. ii. Full Load test: One (1) time every five (5) years. d. Fire Service Tests: The Contractor shall perform the annual fire service tests in conjunction with the campus personnel and witnessed by the AHJ. 11. The Contractor shall keep the elevators and lifts maintained to operate at the designed speed, keeping the original performance time, including acceleration and retardation as designed and installed by the manufacturer. The door operation shall be adjusted as required to maintain the designed door opening and door closing times, within legal limits. 12. The University or its representative reserves the right to make inspections and tests as and when deemed advisable. If it is found that the elevators or lifts are deficient either electrically or mechanically, the Contractor will be notified of these deficiencies in writing, and it shall be their responsibility to make the necessary corrections within fifteen (15) calendar days after receipt of such notice. In the event that the deficiencies have not been corrected within fifteen (15) calendar days, the University may terminate the Contract and employ a new Contractor to make the correction at the original Contractor’s expense. 13. Approximately six (6) months prior to the end of the contract term, the University or its designated representative will make a thorough maintenance inspection of all equipment covered under the contract. At the conclusion of this inspection, the University shall give the Contractor written notice of any deficiencies found. The Contractor shall be responsible for correction of these deficiencies (includes any requiring recertification by the DOL or the AHJ) within thirty (30) calendar days after his receipt of such notice. Contractor assistance may be required for these inspections, and the Contractor will provide such assistance at no cost to the University. D. REPORTS AND/OR INVESTIGATIONS 1. Contractor shall submit a monthly report that includes how many maintenance hours were used on each piece of equipment for the month. These hours are only for time used performing routine maintenance, any repair time should not be added to this report. The contractor must also submit all Mechanic tickets for any work performed at the University, this includes routine maintenance, annual clean-downs, inspections, and repairs. 2. The Contractor shall keep a weekly report of its preventative, predictive maintenance, repairs, and inspection work performed on the elevators and lift systems. Electronic copies of said reports shall IFB # 56-2165TDIFB Vendor: ____________________________________ Page 15 of 77 be forwarded to the ECU Designated Representative monthly prior to invoicing. 3. For any work or inspection performed, including for preventive maintenance requested by the University, the report shall contain the following information: a. Incident (any event requiring the Contractor’s care and attention) b. Dates and Incident Number c. The location of the equipment. d. Date and time of starting and finishing the work. e. The condition discovered by the inspection. f. Materials Used: a complete description of major component(s) repaired or replaced. g. Indicate if the incident reported was the result of vandalism. h. The identification number and/or name of the workman who performed the inspection and/or repair. i. A monthly report summarizing maintenance on each elevator, lift, and lift system. 4. The university shall be provided with written semi-annual elevator fitness and evaluation reports including recommendations for immediate and future repair/replacement of parts affecting overall service and safety as well as Elevator cab appearance. The Contractor shall maintain and make available to the university, complete, orderly, and chronological filed, records, including drawings, parts lists, wiring diagrams, log of callbacks and repair services to each elevator and lift. A final elevator fitness and evaluation report shall be provided to the university at the conclusion on the contract as part of the closeout. 5. Accident and Safety Reports and Investigations a. In the event of any accident, emergency or other non-routine event, Contractor shall immediately notify the ECU Designated Representative during normal business hours and ECU Police otherwise. Contractor shall prepare all reports of such incidents as set forth in this Agreement and shall prepare all reports of such incidents required by the University. Contractor shall provide copies of initial reports to University within twenty four (24) hours after the accident or other event involved. Contractor shall comply with all applicable laws and regulations in the case of any accident. b. In the event of any accident described in paragraph 6.a. Contractor shall conduct an investigation to determine the cause of such accident. The investigation shall be carried out in accordance with Contractor's existing procedures and all results shall be provided to the University. c. The University will conduct its own investigation and will require the assistance and cooperation of the Contractor at no additional cost. d. The Contractor shall furnish the University with reports of any accident of which the Contractor has knowledge, where the accident occurred on an elevator or lift or is in any way referable to the elevators and lifts. In the event of an accident, the Contractor will furnish a report containing statements as to the condition of the machine, repairs made at the time, and such other information as may be required by the University. e. If and when required by the University, the Contractor shall appear and/or provide assistance in connection with litigation concerning the work, as permitted by law. f. The contractor shall submit a copy of their accident investigation procedure with bid response. g. Equipment associated with any accident, emergency or other non-routine event must remain out of service until clearance is provided by an ECU Designated Representative. For accidents resulting in injuries beyond first aid, the Department of Labor must be notified by ECU Office of Environmental Health and Safety and an inspection/investigation be completed prior to returning equipment to service. 6. The Contractor shall provide a prioritized, annual, Capital Planning report for budgeting for capital repair and renewal of all elevators and lifts covered under this contract. This should be down to the system/component level or on a larger scale if directed by ECU. The goal being to identify equipment for which repair and replacement parts will be no longer available. 7. Contractor, Contractor’s employees, and Subcontractors shall discuss status of damage, repairs, and maintenance only with the ECU Designated Representative, ECU Facility Maintenance Supervisors, or Facility Maintenance On-Duty Supervisors. At no time shall the Contractor discuss the nature of the above mentioned to faculty, staff, or students. 8. The Contractor, Contractor’s employees, and Subcontractor shall immediately report any witnessed misuse or abuse to elevator(s), or lift(s) to ECU Designated Representative during normal business hours or ECU Police outside normal business hours. IFB # 56-2165TDIFB Vendor: ____________________________________ Page 16 of 77 E. REQUIRED DOCUMENTATION 1. MAINTENANCE CONTROL PLAN (MCP) FOR ELEVATORS AND LIFTS AS APPLICABLE. a. The contractor will be responsible for maintaining a full set of MCPs for each piece of equipment. The contractor is responsible for keeping the MCPs updated on an annual basis. The contractor must fully adhere to the most stringent of the recently adopted version of ASME A17 or the Original Equipment Manufacturer’s instructions. b. MCP Schedule - Within 30 days of receiving notice of award, the Contractor shall provide a schedule for the preventative maintenance program for the elevators and lift systems for University approval. All lubricating grease/oils must be in keeping with the manufacturer’s suggested brands or be an acceptable alternate. c. The contactor shall provide samples of a proposed written Maintenance Control Program, in accordance with the requirements set forth in Section 8.6 of the ASME A17.1 Safety Code for Elevators and Lifts, with the bid package. The samples to be provided shall include a sample for a hydraulic, geared traction, gearless traction, machine room less (MRL) and lift. If the samples are incomplete, the bid proposal may be rejected. d. The Contractor shall provide and keep service records, in accordance with the Maintenance Control Program, as required to be posted in each machine room for each of the elevators/lifts. Bidder will include with its bid an example of the service records. Each record entry shall include the following information: i. site location. ii. identification of elevator. iii. date and time of service. iv. description of the repair/service performed. v. statement of the status of the service and maintenance work performed. vi. name of the Contractor’s Mechanic who performed the service. vii. signature of the Contractor’s Mechanic who performed the service. c. The Contractor shall prepare for approval a schedule, in electronic format, listing preventive maintenance, testing and inspections to be performed for the entire year. Each month prior to performance of any work, a proposed work schedule will be submitted to the University. 2. MAINTENANCE SERVICE RECORDS The Contractor shall provide and maintain check charts in compliance with currently adopted code requirements. All check charts required by code and/or regulation and repair logs in elevator or lift machine room. Charts must show all maintenance and repair performed. Including dates, nature of work, parts, components, lubricants, and fluids utilized to perform such maintenance or repairs. Also include any OEM recommended maintenance checks. Upon completion of maintenance, the Contractor shall properly enter the required information on the chart to indicate work has been completed. The check charts shall be submitted to the University in an electronic format, 14 days after award of the contract for review and approval. 3. WIRING DIAGRAMS The Contractor shall maintain updated wiring diagrams for each elevator and lift; these shall be made available to the university upon request and at no charge to the university. The contractor shall have in their possession at all times, the necessary wiring diagrams needed in performance of service to each elevator and lift. All wiring diagram shall remain the property of the university. 4. TIME TICKETS – NON-FIXED SERVICES For Non-Fixed Services: Time tickets for each requested repair and preventative maintenance shall be provided by the Contractor. Signed copies of all work time tickets shall be submitted to the ECU Designated Representative. Time tickets must include and provide evidence that requested service, periodic maintenance, and permanent minimum manpower commitments are being properly provided by successful bidder. a. Date and time of call. b. Work Order Number provided by the University. c. Equipment location ECUD identification number IFB # 56-2165TDIFB Vendor: ____________________________________ Page 17 of 77 d. Description of shutdown and corrective measures taken. e. Class of work. i.e., routine maintenance or call back service f. Parts used (included parts put on). g. Time elevator or lift was returned to service. h. How much time the Mechanic spent performing work on the equipment i. name and address of Contractor. j. name of Contractor’s employee in charge of the work. k. site location of elevator/lift serviced. l. identification of elevator/lift serviced. m. date and time (begin-end) of service. n. description of what type of service: preventative maintenance; non-contract repair; callback service covered under contract; vandalism calls/callback, etc. o. description of the repair/service performed. p. statement of the status of the service and maintenance work performed. q. name of Contractor’s Mechanic who performed the work. r. signature of Contractor’s Mechanic who performed the work. F. SOFTWARE, DIAGNOSTIC TOOLS, AND ELECTRONIC DOCUMENTATION 1. The Contractor must maintain at no cost to the university any software programs, firmware, or other special features (for example, Code Blue) required to inspect, test, or maintain all elevators and lifts covered under this contract. All software, firmware, and diagnostic tools for motor drives and control systems shall remain the property of the university. 2. Schematics, if existing, will remain the property of ECU and are not to be removed from the premises. Contractor will obtain these from the ECU Designated Representative, and if not in existence, obtain from the manufacturer, at the Contractor’s expense. Where schematics are not available, vendors will obtain from them manufacturer on behalf of ECU and will be reimbursed only for the cost of the schematic including shipping, where applicable. No profit, overhead, etc., will be reimbursed. 3. The Contractor shall be responsible for obtaining all technical documentation necessary for maintenance and repair of each type of elevator and lift and will provide electronic copies of all documentation to the University. The University will provide any available documentation, which can be released without restriction, but it shall be the Contractor’s responsibility to make copies of such documentation. Lack of such documentation shall not be an acceptable reason for equipment downtime. G. EQUIPMENT, WIRING, AND CIRCUIT CHANGES The Contractor shall not make any changes or alterations to the existing mechanical equipment, circuits, circuit wiring, or sequencing, nor alter the original circuit or wiring design of the elevators unless changes are authorized in writing by the ECU Designated Representative as hereinafter provided. The Contractor shall submit any proposed change to the ECU Designated Representative for approval. This submission shall include complete, neatly prepared, drawings and wiring diagrams as well as a complete description of the proposed change. Prior to submitting the proposed change, the Contractor shall at its own cost and expense, have obtained comments from the original equipment manufacturer concerning the overall effect of such changes on the system. If changes are made, Contractor shall provide the ECU Designated Representative with drawings showing detailed modifications. H. CONTRACTOR ACCESS 1. The contractor shall be required to purchase ECU parking permits for all vehicles that may be on campus whether on a short term or long-term basis. Permits may be purchased through the Parking and Traffic Office located at 305 East 10th Street, Greenville, NC 27858, Building 122, (252-328-6294). The contractor shall only park in the designated locations. Additionally, the contractor vehicles shall be clearly identified with the company name. 2. During normal business hours the Elevator Mechanics shall check-in with the ECU Designated Representative. Outside of normal business hours: The Contractor shall notify the ECU Police upon arriving on site and upon leaving the site. IFB # 56-2165TDIFB Vendor: ____________________________________ Page 18 of 77 3. Other than for emergencies and call backs, the contractor shall not be permitted to enter Student Housing (Residence Halls) facilities prior to 10:00am. 4. The Contractor will be permitted to use existing toilet facilities, provided the facilities are not misused, defaced, or dirtied unnecessarily. If any individual participating campus deems that the existing facilities have been subject to misuse, the Contractor shall be informed and caused to install and be responsible for maintaining its own temporary sanitary facilities subject to the individual campus’ restrictions. The Contractor shall also be held responsible for the repair of any damage to said existing facilities. 5. University Security ID/Badge and Access Violations Contractors and their sub-contractors shall adhere to the ECU Security ID/Badge and Access requirements. Violations of these requirements may warrant cause for suspension and/or termination of services: a. Badges must be visible and worn on the outermost garment of clothing and above the waist at all times. b. Badges and keys should never be loaned or borrowed for any reason. Electronic access badges and keys are only be used by the person they are issued to. Allowing others to use a badge, key and pin codes that is not issued specifically to the individual means you are taking responsibility for the other person(s) actions in the environment they accessed and may warrant cause for suspension and/or disciplinary actions. c. Employees are given access only to areas needed to perform their job functions. Employees using their badges in areas where they do not have access to is a security violation. d. It is a violation to tamper, interfere, compromise, modify, or circumvent any security system, measure, or procedure. Any attempts to duplicate, reproduce, or tamper with University access media (badges, security systems, keys, etc.) are strictly prohibited. e. Secured doors should never be left open, regardless of the circumstances. Leaving a door open, unlocked, or using force to gain entry could result in security being compromised and may warrant cause for suspension and/or disciplinary actions. f. Allowing an un-badged person to follow a badged person into an area that is considered secured, unauthorized and/or restricted and is a violation of ECU Security policies. Contractors must make sure everyone uses his/her own electronic access media and keys to enter a controlled access area. g. Report any changes in status immediately to ECU Designated Representative so that the access can be deactivated from the contract employees badge record and documented. Attempting to use the reported lost or stolen badge will generate an alarm to ECU Police. h. All badges and keys are the property of the University and must be returned to the University within one (1) business day (excluding weekends and University holidays) of when the contract worker’s access to a University facility is no longer required to furnish the services under this agreement. Contractor shall collect a contract worker’s badge and key(s) upon the termination of the contract worker’s employment; when the contractor worker’s services are no longer required at ECU facility(s); or upon termination, cancellation, or expiration of this agreement. i. All Contractor’s personnel are to be in uniform and/or wearing identification badges that bear the employee’s name and company name/logo. j. Access to designated restricted areas is forbidden by Contractor’s employees. Restricted areas are to be designated by the University’s representative. k. Only authorized Contractor employees are allowed on the premises of East Carolina University buildings. Contractor employee are not to be accompanied in the work area by acquaintances, family members, assistants or any other person unless said person is an authorized Contractor employee and cleared to be on site. I. QUALIFICATIONS OF OFFERORS 1. The importance of maintaining the elevator equipment in these buildings in line with its originally designed rated speed, capacity, and performance and in safe operating condition requires the service to be performed by an experienced and competent Elevator Maintenance Contractor who has satisfactorily maintained elevators of the types and to the degree included in these specifications. Contractor must be licensed by the NC State Board of Examiners of Electrical Contractors as a SP-EL (Special Elevator) type contractor. 2. Offeror shall furnish with his or her proposal: a. A statement that he or she regularly engaged in the business of installing, maintaining and/or servicing elevators of the types and character of equipment covered by these specifications. Attach a copy of Contractors License. b. A list, including names of personnel directly employed by the offeror, whose responsibility will be performing maintenance under this contract, including training, certifications, and experience each has had in maintaining elevators of the type and manufacturer as covered by these specifications including solid state and microprocessor based equipment. c. A detailed description of the plan to meet the requirements of the contract and any other factors concerning the offeror's maintenance program, quality control/assurance program, personnel and service facilities that IFB # 56-2165TDIFB Vendor: ____________________________________ Page 19 of 77 will substantiate his or her ability to properly maintain the elevators in safe, first-class, reliable and dependable manner. d. Listing of Firm Location, Date Business Established, Principal(s). J. CONTRACTOR EMPLOYEES 1. The Contractor shall appoint a Service Manager to represent the company in administrative dealings with the University. The Service manager shall be familiar with all aspects of elevator maintenance and repair and have at least 15 years’ experience in elevator service. The contractor shall submit copies of the Service Manager’s certifications, experience on the specific type and complexity of equipment noted in the schedule of equipment, and the number of years in the elevator business with the bid package. 2. Contractor agrees to have a minimum of two (2) dedicated elevator, lift, Mechanics, plus one (1) authorized alternate, assigned to the ECU, Greenville campuses, during the hours of 8:00am until 5:00pm, Monday through Friday. These hours are flexible and may be modified based on event activity or business need. Only these individuals will represent the vendor regarding services for this contract unless otherwise specifically authorized by ECU. Without approval by the university the dedicated elevator mechanics cannot be deployed to other customer locations to respond to emergencies. The contractor shall submit copies of each mechanics’ s certifications, experience on the specific type and complexity of equipment noted in the schedule of equipment, and the number of years in the elevator business with the bid package. 3. All work under this contract shall be performed by skilled competent journeyman elevator mechanics directly employed and/or supervised by the Contractor. Elevator mechanic helpers and/or elevator mechanic apprentices may be used provided they are under direct supervision of a journeyman elevator mechanic on site at all times. Direct supervision means working under constant guidance or simultaneously with a journeyman elevator mechanic. All journeyman elevator mechanics shall have a minimum of ten (10) of experience maintaining elevators and lifts. Additionally, they shall have completed a NAEC CET Training Program or equivalent and have a minimum of five (5) years’ experience on the specific type and complexity of equipment noted in the schedule of equipment. Helpers shall be certified with two years of experience. 4. The above staffing is the minimum requirement. The Contractor must make provisions to cover vacations, sick days, training time, etc. The contractor must make provisions to cover all scheduled university workdays. If the university’s Holiday schedule does not align with the contractor’s scheduled Holidays, it is the Contractor’s responsibility to schedule staff in addition to the above-mentioned coverage if needed to meet the requirements of this contract. The Main Campus and the Health Sciences Campus observe different Holiday schedules. The schedule can be found at the ECU Human Resources web site. 5. The two (2) elevators located at Coastal Studies Institute, Wanchese, NC shall be assigned to elevator mechanics other than the mechanics assigned to the Greenville campuses. 6. The dedicated elevator mechanics are considered an essential support component for the university. As such the dedicated elevator mechanics are expected to report to the site during inclement weather unless the university is closed. Failure to report as scheduled can result in penalties/fines being incurred. 7. Contractor’s employees shall always be neatly and cleanly uniformed, at the expense of the Contractor. 8. Contractor employees may not work at ECU while impaired by drugs or alcohol to the slightest degree. Alcoholic beverages may not be consumed by employees while on work status at the ECU. Smoking will be allowed in designated areas only as identified by the University. The Health Sciences Campus is “Smoke Free”. 9. Contractor employees shall adhere to the University Security ID/Badge and Access requirements, University- wide Administrative Regulations, and ECU guidelines. Violations of these requirements may warrant cause for suspension and/or termination of service. 10. Contractor must provide, at its own expense, a smart phone for each onsite Mechanic for the purpose of receiving calls or getting email notifications. All Mechanics must notify the ECU Designated Representative of their cell phone number. 11. The contractor shall provide to the ECU Designated Representative a monthly on-call schedule, including names and phone numbers. The on-call schedule shall be provided to the ECU Designated Representative the last week of each month for the upcoming month and update as needed. 12. The Contractor must provide, at its own expense, a laptop or tablet computer for each assigned Mechanic for the purpose of generating reports as required. The computer must have high speed internet connectivity capability along with MS Office software, and e-mail capabilities. 13. The dedicated on-site Mechanics will be required to attend any operational, planning, scheduling, etc., meetings, and University provided training classes as requested by the ECU Designated Representative at no cost to the University. 14. The on-site Mechanics must respond immediately to any Emergency calls entrapments, or any service call placed by the ECU Designated Representative or ECU Police. 15. The University reserves the right to give direction directly to the on-site Mechanics to report service calls. The on-site Mechanics are to take direction only from the ECU Designated Representative. IFB # 56-2165TDIFB Vendor: ____________________________________ Page 20 of 77 K. MATERIAL AND WORKMANSHIP 1. Where not more specifically described in any of the various sections of these specifications, workmanship shall conform to all of the methods and operations of best standards and accepted practices of the trade or trades involved, and shall include all items of fabrication, construction or installation regularly furnished or required for completion (including any finish, and for successful operations as intended). All work shall be executed by personnel skilled in their respective lines of work. The University reserves the right to solicit the services of a third party inspection firm to verify Contractor's work in place or recommended work order requirements prior to service performance, if it is in the University's best interest to do so. In addition: a. Materials to be used shall be new and specifically designed for the elevators or lifts on which they are to be used. All old parts must be returned to the University upon completion of repairs if requested by the University. b. The Contractor shall provide all necessary tools, special tools and diagnostic equipment as required for proper repair and maintenance of the elevators/lifts. c. The Contractor shall have an adequate inventory of such parts, lubricants and tools located in the location specified to maintain the elevator/lifts as detailed in the contract requirements. d. When requested, Contractor shall submit to the University for approval, samples of materials, test reports, drawings to be used in maintenance, repair, and testing of equipment, etc. e. All maintenance and repair shall be performed by a University approved, factory-trained, and certified elevator mechanic under the supervision and direct employ of the Contractor. f. For all ancillary work, which must be approved in writing by the University, the Contractor, and all parties employed on the worksite, whether directly employed or employed by a subcontractor shall perform their work in a good and workman-like manner and in accordance with the Contract Documents. The Contractor shall supervise and direct the work and shall be solely responsible for all means, methods, techniques, sequences, and procedures, and for coordinating all portions of the work of the Contract. g. Identification must always be visible. Contractor shall instruct its employees to comply with all rules and regulations of ECU. h. The Contractor shall, upon the written request of the University, discharge any person in his employ who appears to the University to be disorderly, careless, or incompetent or to be employed in violation of any of the terms of this Contract. i. The Contractor shall protect the buildings, materials, furniture and all persons from damage and injury in every way possible and shall be responsible for any damage or injury due to their failure to provide this protection. Contractor's personnel shall be aware of and provide proper safety precautions such as barricades while working on elevators/lifts as reference in Section B. Item 4. j. The University shall always have access to the premises. They shall have right to stop, alter, or in any way affect the progress of the work, if it is not being performed in conformity with the contract plans, manufacturer's maintenance manuals, or specifications. k. The Contractor shall be responsible for keeping the exterior of the machinery and any other parts of the equipment subject to rust, painted with heat resistant enamel and presentable at all times. The motor windings shall be treated as needed, with proper insulating compound as recommended by the motor manufacturer. l. Cleaning and refinishing of the interior of the elevator cars and exterior of hoist way door frames are excluded from this contract. Cleaning of exterior of elevator cars and lifts, interior of hoist ways and all surfaces including glass and metal surfaces are included with this contract. m. The Contractor shall maintain all elevator and lift equipment within enclosures, pits, machine rooms and the assigned Contractor workspace is to be kept clean and orderly, free of dirt, dust and debris, pits and machine spaces shall be kept dry and clean. Contractor shall be responsible for disposal of all waste in accordance with local, state, and federal requirements. n. The work area shall be cleaned at the end of each workday. All materials, tools, equipment, etc., shall be removed or safely stored. The University is not responsible for theft or damage to the Contractor’s property. All possible safety hazards to workers or the public shall be corrected immediately and left in a safe condition at the end of each workday. If there is a question in this area, the ECU Contract Manager must be consulted. o. The Contractor shall be responsible for notifying the University (in writing) of the existence or development of any defects in, or repairs required to, the elevator/lift equipment, which the Contractor does not consider to be their responsibility under the terms of the contract. The Contractor shall furnish the University with a written estimate of the cost to correct any such defects or make the required repair. The University reserves the right to make the final determination concerning the responsibility for such defects, corrections, or repairs. p. The Contractor shall be responsible for giving immediate verbal and written notice to the University of any condition, which he discovers, that may present a hazard to either the equipment or passengers. q. The Contractor shall not be required by this agreement except as herein noted, to make renewals or repairs necessitated by proven negligence or misuse of the equipment by persons other than the Contractor, his representative and employee IFB # 56-2165TDIFB Vendor: ____________________________________ Page 21 of 77 r. Cost of repairs, replacements or removal necessitated by intentional negligence or abuse by personnel other than the Contractor, shall be borne by the University. Negligence or abuse shall be determined by a joint decision as may be arrived at by qualified representatives of the University. Normal occurrences i.e. debris, trash, etc. falling into door tracks or buttons being broken is not intentional negligence or abuse. Repairs for occurrences of this nature shall be made by the contractor at no additional cost to the university. s. The Contractor shall keep the premises clean of all rubbish and debris generated by the work involved and shall leave the premises neat and clean. All surplus material, rubbish, and debris shall be disposed of by the Contractor at their expense. The work area shall be cleaned at the end of each workday. t. All materials, tools, equipment, etc., shall be removed or safely stored. The University is not responsible for theft or damage to the Contractor's property. All possible safety hazards to workers or the public shall be corrected immediately and left in a safe condition at the end of each workday. If there are any questions associated with this matter, these can be directed to the ECU Designated Representative as needed. u. In addition to providing the noted preventative maintenance and cleaning services, an annual clean-down is required for all elevators and lifts. Contractor is required to present the schedule for this work to the ECU Designated Representative within thirty (30) calendar days after award of contract. A clean-down is defined as an intensive cleaning of the machine rooms, elevator and lift equipment, and all related appurtenances. This includes, but is not limited to, sweeping machine room floors, sweeping pit floor, and cleaning the top of cabs. Contractor shall coordinate equipment shutdown for this cleaning with the ECU Designated Representative prior to commencing work. L. REQUIREMENT FOR STANDBY ELEVATOR MECHANICS 1. The successful Contractor shall make available on-site standby elevator mechanics when needed by the University. The need for standby mechanics will usually be during critical times – e.g., student move in and move out periods, football games, and graduations – when immediate service attention is essential. 2. Contractor shall invoice using the rate on the bid Pricing Pages, identified as cost per hour for standby service for all hours outside the fixed maintenance services noted below: a. Graduations – One (1) Standby Mechanic, up to Eight (8) Hours at both Spring and Fall events b. Football Games – Two (2) Standby Mechanics, up to Eight (8) Hours, each home game (typically 6 homes games each season) c. Student Move-In – One (1) Standby Mechanic, up to Eight (8) Hours, for Two (2) events d. Annual Purple Gold spring event – One (1) Standby Mechanic, up to Eight (8) hours e. Miscellaneous other events – One (1) Standby Mechanic, up to Eight (8) Hours, up to Five (5) additional events 3. In the event a standby mechanic performs non-fixed maintenance services, the negotiated standby mechanic hourly rate will be paid. M. RESPONSE AND REPAIR TIME REQUIREMENTS 1. Continuity of Operations/Service: It is the intent of this contract to minimize elevator/lift downtime and removal from service. If an elevator is out of service for more than Forty-Eight (48) hours, the contractor may be assessed penalties or fines. Exceptions would be issues beyond the contractor’s control (i.e. supply chain interruptions, parts availability, etc.). Adequate documentation supporting any delay in completing repairs shall be provided to the ECU Designated Representative for consideration and approval. Contractor labor is not considered an exception. 2. Emergency Calls: a. The Contractor shall provide twenty-four (24) hour emergency service at all times consisting of a prompt response to emergency requests from the University for any elevator or lift which is malfunctioning, inoperative, or otherwise appear to constitute a danger to users, or any condition which can negatively impact the health, safety, or welfare of users and guests and that could negatively impact the ECU’s business operations. Contractor must have an approved Mechanic onsite within fifteen (15) minutes during normal working hours AND a IFB # 56-2165TDIFB Vendor: ____________________________________ Page 22 of 77 phone call within thirty (30) minutes and an approved Mechanic onsite within sixty (60) minutes outside of normal working hours. Service will be required twenty-four (24) hours per day, seven (7) days a week, holidays included. The University representative will identify the call as being an emergency and shall relate the nature of the emergency to the Contractor during the call. Service Mechanics will respond to the call originator to confirm that the service request has been completed after the service is complete. b. Types of emergencies requiring fast track response time: • Person(s) trapped in an elevator. • Elevator moving without car doors fully closed. • Elevator doors open on any floor without the elevator at that level. • Any elevator condition or situation that, if not corrected promptly, could lead to serious injury or damage to College equipment. c. The university will designate individuals authorized person to place service and emergency calls. d. These emergency services shall be performed as part of this contract without additional charge. The Contractor shall provide the University with names and telephone numbers of the persons to be contacted in case of emergency. e. Emergency Calls for entrapments includes any elevator in a University owned facility regardless of whether it is currently under warranty by the manufacturer or covered under this maintenance program. Elevators that are still under a manufacturer’s warranty shall be left out of service upon removing any entrapped individuals and securing any additional hazards to public safety, as referenced in Section D. Item 6, regarding equipment remaining out of service. f. In the event of an entrapment, the Contractor shall dispatch the closest qualified personnel to the job site, irrelevant of whether the personnel are assigned to this contract, to provide technical support for extraction of entrapped individuals. Only trained rescue personnel may perform extractions when occupants require assistance to exit the elevator.” The response time shall be a maximum of fifteen (15) minutes during normal working hours and sixty (60) minutes outside of normal working hours from receipt of request from the University. Responses to entrapments will be at no additional cost to the University, regardless of the cause of the entrapment. g. Emergency service shall be performed any time as dictated by the nature of the emergency and work shall proceed continuously, parts availability permitting, until the elevator or lift is restored to service. The ECU Designated Representative may at their discretion permit work to be postponed to the next business day as dictated by the nature of the emergency. h. All travel time costs and “truck” charges for Emergency call outs shall be included in the contract and will not be an additional charge to the University. i. All emergency services shall be performed as part of this contract at no additional cost j. The Contractor shall be responsible to substantiate any service which is deemed to be beyond the control of the Contractor. All such services which are charged to the University must show a date and time-when the service was rendered on a mechanic's time ticket and such tickets must be signed and submitted to the University in order for the service to be honored. The information noted on each time ticket must be representative of the data information entered by the contractor on the logs maintained on site. 3. Non-Emergency Calls: a. Received between 8:00am and 4:30pm, Monday through Friday shall be investigated within two (2) hours. All other non-emergency calls shall be investigated within the first two hours of the next scheduled workday. Exception: unless waiting until the next business day will leave the elevator out of service over 48 Hours and compromise continuity of operations. It will be at the sole discretion of the ECU Designated representative if a delay in investigation is acceptable over a weekend. The contractor shall provide a daily status report until the repair is complete. b. Repairs should be completed within twenty-four (24) hours. Repairs requiring more than twenty- four (24) hours shall be brought to the attention of the ECU Designated Representative, with daily status reports. c. Repairs requiring more than Forty-Eight (48) hours require a detailed plan provided to the ECU Designated Representative including why the repair will take more than Forty-Eight (48) hours IFB # 56-2165TDIFB Vendor: ____________________________________ Page 23 of 77 and what steps will be taken. d. All non-emergency work under this contract may not be started without the ECU Designated Representative authorization and must be scheduled with the ECU Designated Representative e. All travel time costs and “truck” charges for Non-Emergency service calls shall be included in the contract and will not be an additional charge to the University. 4. Removal of equipment from service for inspections, trouble shooting, minor or major repairs, shall be coordinated to not negatively impact any ECU events. Any routine service on all other elevators which requires more than one (1) elevator, in a building, to be taken out of service shall be accomplished outside of normal working hours. This work shall be coordinated with the ECU Designated Representative. The ECU Designated Representative will send out the proper notifications to campus stakeholders 5. After hours and weekend work required by this section shall be at no additional cost to the University. If for any reason an elevator or lift should be out of service for more than the usual trouble shooting time of 30 to 60 minutes, the Contractor shall notify the ECU Designated Representative when the elevator or lift was taken out of service, the reason why and what time the unit is expected to be put back in service for proper and safe operation. N. REPAIR AND REPLACEMENT PARTS 1. The Contractor shall provide all labor and material relative to repair of replacement of all elevators and lifts that are found to be deficient or not in compliance with the requirements of the specification, during maintenance, inspection or testing procedures. Make all repairs and replacement matching manufacturer’s parts. Replacement and repair coverage shall be full and complete, and shall include the cost of all labor, supervision, materials, parts, supplies, tools, equipment, transport, permits, expenses, and all incidental items not specified, but reasonable necessary for repairing or replacing all deficient elevator/lift components including but not limited to the following: a. The contractor upon issuance of the notice to proceed, shall complete a comprehensive survey to determine all needed parts and materials necessary for the maintenance and repair of all elevators and lifts covered under this contract. The survey shall include the investigation of availability from vendors as need to ensure the continuity of operations. Obsolete parts are address in Section M.4.b. below. b. Spare parts inventory: Contractor will maintain a supply of genuine original equipment manufacturers' replacement parts in their warehouse inventory. This inventory will include, but not be limited to, generator rotating elements, door operator motors, brake magnets, brushes, controller switch contacts, selector tapes, door hangers, roles, hoist way limit switches. Such replacement parts will be kept in warehouse inventory or available from their manufacturing facilities. Regardless of the location of the stored parts, they shall be available on the jobsite within forty-eight (48) hours from the time of need c. Machine and related components, including but not limited to: shafts, bearings, brake and components parts, motors, chains, pulleys, coils, contacts, linings, brushes, and holders. Entire machine, including housing, drive sheave, drive sheave shaft bearings, brakes, brake assembly and component parts, worms, gears, external gears, step chain sprockets, drive chains, and machine component parts. All sheaves. Major components parts (mechanical): if Contractor does not have machine gears, frames, sheaves, transmissions, and similar mechanical components in stock, he must provide the University with current information of sources for these items which can be obtained within two (2) working days. d. Controller and related components, including but not limited to relays, solid state components, resistors, condensers, transformers, contacts, leads, overloads, dashpots, timing devices, computer devices and mechanical and electrical driving equipment, including all switches. Special electrical parts: Contractor acknowledges that elevator control systems contain solid-state printed circuit modules. Contractor agrees to maintain in inventory, a sufficient number of modules and component parts to replace and/or repair any of these units should failure occur. With the prior approval of the ECU Designated Representative, critical items may be permitted to be maintained at an offsite location, as long as they can be made available on the jobsite within forty-eight (48) hours from the time of need. e. Contractor agrees to maintain a diagnostic tool and one set of spare electronic circuit boards critical to the operation of the elevators and lifts, as required, on the job site or in the Contractor's local branch office for the entire length of the contract. Any electronic circuit boards used out of stock will be replaced within forty-eight (48) hours. f. Selector: all components including selector drive tape, wire or cable, and all other mechanical and electrical drive components. IFB # 56-2165TDIFB Vendor: ____________________________________ Page 24 of 77 g. Hoist ropes h. Hoist way door interlocks or locks and contacts; Hostway door hangers and tracks, bottom door gibs and auxiliary door closing devices for power operated doors. i. Guide shoes including rollers or replaceable gibs j. Tanks, pumping units, control valves, relief, and pressure valves k. Automatic power operated door operators, door protective devices, car hangers, l. tracks and car door contacts for side slide doors. m. Traveling cables. n. Elevator control wiring in hoist way and machine room. o. Governor including governor cables, compensating cables, and compensating chains, including adjustment of tension on all hoist ropes. p. Buffers. q. Fixture contacts, push button, key switches and locks and lamps and sockets of button stations (car and hall), hall lanterns, position indicators, traffic director stations. r. All cab lighting including bulbs and fixtures s. Remote monitoring equipment. t. Repair or replace conductor cables and wiring. u. Brake, brake coil, brake linings and other brake components. v. Motor, motor windings, rotating elements, and bearings. w. All safety devices and switches and components. x. If required, the governor shall be recalibrated and sealed for proper tripping speed y. Stop switches and related components. z. Conductor cables and wiring. 2. Repair Parts. Contractor must furnish all required repair parts, including all freight and/or labor costs associated with the acquisition and delivery of the parts, at no additional cost to the University. All replacement components shall be original equipment manufacturer (OEM) unless they are no longer available, in which case the Contractor shall notify the campus and provide after-market components at no additional costs. 3. Replacement Parts. When, and as required, the Contractor shall furnish and install any and all replacement parts required, including replacement of obsolete parts, and upgraded parts, both of a major and minor nature at no cost to the University; to include those that may be required by federal, state or local regulatory agencies, including the local Building Official. All parts shall be per the original manufacturer’s design and specifications or proven acceptable alternates, as deemed acceptable by the ECU Designated Representative. Replacement parts policy: Contractor will not alter equipment parts and O.E.M. design with other manufacturers' parts or design unless O.E.M. has discontinued the item and the parts are no longer available. Parts manufactured by companies other than the O.E.M. but supplied to the O.E.M. as part of their overall product may be accepta

2 W Edenton St, Raleigh, NC 27601, USALocation

Address: 2 W Edenton St, Raleigh, NC 27601, USA

Country : United StatesState : North Carolina

You may also like

MONTHLY ELEVATOR MAINTENANCE

Due: 31 Aug, 2025 (in 16 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

ELEVATOR MAINTENANCE

Due: 29 Sep, 2028 (in about 4 years)Agency: VETERANS AFFAIRS, DEPARTMENT OF

ELEVATOR MAINTENANCE

Due: 17 Feb, 2026 (in 21 months)Agency: DEPARTMENTAL OFFICES

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.