ELEVATOR MAINTENANCE AGREEMENT
'=
~
I
j
CONTRACT
~r A
This CONTRACT made and entered into this I day of -t-~
by and between the City of Clearwater, Florida, a municipal corporation, hereinafter
,~,@
designated as "City" and" Millar Elevator Company, of Tampa, County of Hillsborohoh, and
State of Florida
" hereinafter designated as "Contractor."
WITNESSETH:
That the parties to this contract each in consideration of the undertakings, promises and
agreements on the part of the other herein contained, do hereby undertake, promise and agree
as follows:
The Contractor, and his or its successors, assigns, executors or administrators, in
consideration of the sums of money as herein after set forth to be paid by the City to the
Contractor, shall and will at its own cost and expense perform all labor, furnish all materials,
tools and equipment as detailed in:
Invitation to Bid 16-00, Elevator Maintenance
In accordance with the City's attached technical specifications and the Contractor's
bid response, together with any instructions to bidders, general conditions, and
proposal, which may be hereto attached, are hereby made a part of this contract,
and all of said work to be performed and completed by the Contractor and its
v.J
M
/'c - /7,n q'r .. [. /':,
l/ I' ~ ~/ C' -' ~~",
-
-
. .
,
I
I
AND LIMITS OF COVERAGE, FOR THE LIFE OF THE CONTRACT.
A. WORKERS' COMPENSATION INSURANCE COVERING ALL EMPLOYEES
WITH LIMITS MEETING ALL STATE AND FEDERAL LAWS.
B. GENERAL LIABILITY INSURANCE WITH MINIMUM LEVELS OF
COVERAGE OF $500,000 PER OCCURRENCE. COVERAGE SHALL
INCLUDE PREMISES AND OPERATIONS, INDEPENDENT CONTRACTORS,
PRODUCTS AND COMPLETED OPERATIONS AND CONTRACTUAL
LIABILITY. THIS POLICY SHALL PROVIDE COVERAGE FOR DEATH,
BODILY INJURY, PERSONAL INJURY OR PROPERTY DAMAGE THAT
MAY ARISE DIRECTLY OR INDIRECTLY FROM THE PERFORMANCE OF
THIS CONTRACT.
C. BUSINESS AUTOMOBILE LIABILITY WITH MINIMUM LIMITS OF
COVERAGE OF $500,000 PER OCCURRENCE, COMBINED SINGLE LIMIT
FOR BODILY INJURY LIABILITY AND PROPERTY DAMAGE LIABILITY.
THIS COVERAGE SHALL BE AN "ANY AUTO" TYPE POLICY.
D. THE CITY SHALL BE INCLUDED AND IDENTIFIED AS AN ADDITIONAL
INSURED UNDER THE GENERAL LIABILITY AND BUSINESS AUTOMOBILE
LIABILITY POLICIES.
In addition to the foregoing provisions, the Contractor agrees to conform to the following
requirements:
In connection with the performance of work under this contract, the Contractor
agrees not to discriminate against any employee or applicant for employment
~
I
I
because of race, sex, religion, color, or natural original. The aforesaid provision
shall include, but not be limited to, the following: employment, upgrading,
demotion, or transfer; recruitment or recruitment advertising; lay-off or termination;
rates of payor other forms of compensation; and selection for training, including
apprenticeship. The Contractor agrees to post hereafter in conspicuous places,
available for employees or applicants for employment, notices to be provided by the
contracting officer setting forth the provisions of the non-discrimination clause.
The Contractor further agrees to insert the foregoing provisions in all contracts
hereunder, including contractors or agreements with labor unions and/or workers'
representatives, except sub-contractors for standard commercial supplies or raw
materials.
It is mutually agreed between the parties hereto that time is of the essence of this contract,
and in the event that the work to be performed by the Contractor is not completed within the time
stipulated herein, to the satisfaction of the City, then it is agreed that the City may cancel the
contract or service to any facility, upon ninety days written notice.
;)fJ
I
!
~
I
,
IN WITNESS WHEREOF, the parties to the agreement have
hereunto set their hands and seals and have executed this Agreement, in
duplicate, the day and year first above written.
CITY OF CLEARWATER
IN PINELLAS COUNTY, FLORIDA
By:
~
Michael Roberto
city Manager
Countersigned:
(Contractor must indicate whether
Corporation, Partnership, Company
or Individual.)
(The person signing shall, in
his own handwriting, sign the
Principal's name, his own name,
and his title; where the person
is signing for a Corporation,
he must, by Affidavit, show his
authority to bind the Corporation).
!IJ
(SEAL)
Attest:
E. Goudeau, City
Approved as to form and legal
sufficiency:
~ =>
John C. Carassas
Assistant City Attorney
" MillM 8.evA'la- b.?rv~ Co.
a Florida Corporation
"
.- '- ?l1l If! R1;1nt:~
by
(SEAL)
-1_
I
,
~.~
ELEVATOR MAINTENANCE CONTRACT
FOR
VARIOUS CITY PROPERTY LOCATIONS
NOVEMBER 22, 1999
CITY OF CLEARWATER
OWNER
CITY OF CLEARWATER
P.O.BOX 4748
CLEARWATER, FLORIDA 34616-4748
CITY CONTACTS
TECHNICAL INFORMATION
MR. TED STRAND
1900 GRAND AVENUE
CLEARWATER, FLORIDA 33765
727 -562-4710 X2807
I
,
.'
GENERAL CONDITIONS & INSTRUCTIONS TO BIDDERS
SUPPLEMENTAL TO THE SPECIFICATIONS
NOVEMBER 22, 1999
THESE GENERAL CONDITIONS, WHERE APPLICABLE, SUPERSEDE ANY
OTHER REFERENCES ENCLOSED IN THE ATTACHED SPECIFICATION
PACKAGE DATED NOVEMBER 22, 1999, THERE SHOULD BE NO
CONFLICTING STATEMENTS, AND WHERE ANY CONFUSION EXISTS THE
MATTER SHOULD BE BROUGHT TO THE ATTENTION OF THE CITY'S
BUILDING & MAINTENANCE SUPERINTENDENT FOR CLARIFICATION
PRIOR TO BIDDING
SECTION I
1.01 INSTRUCTIONS TO BIDDERS:
A. To qualify for bidding, Contractors must obtain these General Conditions
and Specifications, have viewed the locations of the proposed project and
have become familiar with all conditions pertaining to the Scope of Work.
1.02 PRE-BID MEETING:
A. There will not be a mandatory Pre-Bid Meeting for this project; however,
each Bidder is required to inspect each site prior to submitting his/her bid.
No allowances will be made for a Bidder's failure to obtain the necessary
information to submit a valid bid.
1.03 INSURANCE:
A. The successful Bidder (hereafter referred to as Contractor) shall be
required to furnish the Owner with Public Liability, Property Damage,
Workmen's Compensation and Automobile Liability Insurance.
B. The following types of insurance, limits of liability, and policy extensions
are required of the Contractor and all sub-contractors.
1. Workman's Compensation and Employer's Liability Insurance:
a. State - Statutory
I
I
2. Broad Form Comprehensive General Liability Insurance
Including Operations-Premises, Elevators, Contractor's
Protective Liability) Sub-Contractor's Operations, Products-
completed Operations Contractual Liabilities, plus such excess
coverage as may be appropriate for the limits listed:
a. Bodily Injury - $1,000,000 each occurrence;
$1,000,000. Annual Aggregate.
b. Personal Injury, with Employment Exclusion
deleted $1,000,000 each person; $500,000 Each
Occurrence.
c. Property Damage $500,000 Each Occurrence and
$500,00 Annual Aggregate.
3. Comprehensive Automobile Liability Insurance (Owned, Hired.,
and Non-Owned Automobiles):
a. Bodily Injury - $300,000 Each person; and
$300,000 Each Occurrence.
b. Property Damage - $100,000 each occurrence.
4. Provide the Owner a current insurance certificate which names
Owner as co-insured on the policy.
5. The Contractor shall not commence work under this contract
until he has obtained all insurance required under 1.03 of these
Instructions to bidders and all insurance's have been reviewed
by Owner
1.04 SUBMITTALS:
A. Submit with Bid documents:
1. Complete description of covered equipment; including a detailed
listing of systems, sub-assemblies and sub-components.
2. A detailed list of scheduled services; including services provided
for regular examinations, equipment repair/replacement policies
and all excluded items.
3. A schedule of regular, systematic equipment examinations and
routine maintenance.
I
I
4. A list of Contractor's personnel who are available on an
emergency basis, their contact information both during regular
hours and nights/weekends with responsible parties' names and
emergency phone numbers.
5. Bids must be submitted on provided Bid Response Form and
clearly indicate monthly and annual pricing for each location.
B. Do not order materials, parts or start work before receiving Owner's
signed contract (or fax) and purchase order.
1.05 BIDS DUE:
A. All bids are due by December 29,1999 at 11 :00 AM.
1.06 QUESTIONS
A. If the Bidder feels a conflict exists between what is considered good
maintenance practice and these specifications, he shall notify the City's
Building & Maintenance Superintendent stating all objections in writing
prior to submitting bids. By submitting a bid, the Bidder acknowledges and
accepts all terms and conditions of these specifications.
END OF SECTION
..
I
I
SECTION II
2.01 BASIC SERVICES
A. Scheduled Examinations
1. Contractor will perform regular, systematic examinations of the
equipment to include:
a. Lubrication and adjustment of all applicable
components
B. Equipment Repairs and Replacements
1. Contractor will, when conditions warrant, repair or replace the
equipment specified in section 2.02 A.
a. Warranted conditions include wear and tear due to
normal use.
2. Contractor will provide repair and replacement reports to the
Owner for tracking purposes and failure analysis.
C. Emergency Service
1. Emergency service shall be made available 24 hours a day
2. Response shall be within 2 hours of receiving calls for service.
D. Service Hours
1. Regular scheduled service shall be between the hours of 8:00
AM and 5:00 PM, Monday through Friday, excluding holidays.
E. The awarded contractor will be responsible for inspecting each
elevator under this contract and sending a written report to the City's
Building & Maintenance Superintendent stating the general condition of
each elevator and the life expectancy of same. This report shall be
due within six (6) months of contract awarding.
2.02 COVERED EQUIPMENT
A. Coverage is to include all applicable systems, as well as all sub-
assemblies and sub-components that the systems are comprised of.
1. Machine
2. Pump Unit
3. Selector
4. Controller and Dispatcher
.,.
I
t
5. Hoist Motor and Generator
6. Hoist and Governor Ropes
7. Car and Counterweight
a. Safety Mechanism
b. Guide Shoes
c. Buffers
d. Guide Rails
8. Hoistway Equipment
9. Car, Shaftway and Machine Room Wiring
10. Door Operator System
11 . Door Hardware
12. Car and Hall Signal Devices
13. Car and Hall Operating Devices
14. Hoistway Door Hardware
2.03 SUPPORT SERVICES
A. Contractor shall maintain an inventory of commonly used repair parts and
supplies, readily available either on site or in his/her service vehicle.
B. Contractor shall maintain an additional supply of repair parts and supplies
in a local warehouse or stockroom facility.
C. Contractor shall maintain full-time field supervisors to oversee repair and
maintenance activities on specified equipment.
D. Contractor shall set up and maintain a systematic maintenance program
and provide City with documentation of same.
2.04 CONTRACT PERIOD AND RENEWAL
A. Initial contract period shall be for one (1) year, starting on 2/15/00.
B. This contract may be renewed, at the City's option, two (2) times for a
period of one year per renewal - providing the contract is unchanged
except for the price which may be increased by a percentage amount not
to exceed that of the documented percentage increase of the consumer
price index for the previous twelve (12) month period.
..
I
I
...
2.05 LOCATION OF COVERED EQUIPMENT
A. City Hall (2), 112 S. Osceola avenue
B. Main Library (2), 100 N. Osceola Avenue
C. Municipal Services Building (2), 100 S. Myrtle Avenue
D. Main Police Station (2), 645 Pierce Street
E. Garden Avenue Garage (1),28 Garden Avenue
F. Clearwater Sailing Center (1), 1001 Gulf Boulevard
G. Northeast W.P.C. (1), 3290 S.R. 580
H. Marshall Street W.P.C. (1), 1605 Harbor Drive
I. Jack Russell Stadium (1),801 Phillies Drive
J. Municipal Services Complex Garage (1),644 Pierce Street
K. Northeast W.P.C. Belt Press Bldg. (1), 3290 S.R. 580
L. Marshall Street W.P.C. Belt Press Bldg. (1), 1605 Harbor Drive
END OF SECTION
.-
!ITY OF CLEARWATER I
.-,',J:f' '-
~',-,!,~~~r,>-,"':':':' ~~,:'~,. :.~:.f.'~-~' '....::~f;~"",;.~~.. -.. "'~''J~~~.:~:-' . . "~'--'~~r"'~r
'.
{~ /
BID RESPONSE FORM
FOR
ELEVATOR MAINTENANCE CONTRACT
L. Marshall St. WPC (Belt Press)
MONTHL Y ANNUAL
COSt COSt
$ 195.00 $2.340.00
$ 104.00 ';$~,248.oo
s$ 168.00 $2,016.00
$ 160.00 $1,920.00
$ 52.00 ~$ 624.00
$ 45.00 $ 540.00
$ 50.00 $ 600.00
$ 50.00 $ 600.00
$ 52.00 $ 624.00
$ 52.00 $ 624.00
$ 52.00 $ 624.00
$ 50.00 $ 600.00
J.QCAIJ.QN
A. City Hall
B. Main Library
C. Municipal Services Bldg.
D. Main Police Station
E. Garden Ave. Garage
F. Clearwater Sailing Ctr.
(
G. Northeast WPC
H. Marshall St. WPC
I. Jack Russell Stadium
J. MSC Garage
K. Northeast WPC (Belt Press)
Comments:
c
Terms:
30 lJRt/
/
Millar Elevator Service Company
"FIRM
-4-
"<r'-r,""
1:'
!....,~~,..."
"'1f"i"'o""
~ I BID RESPONSE FORM (16-00) I
'. Item Quantity Description
(
1. 12 Month Conctract Elevator Maintenance
(per specifications and response sheet on page (4).
Contact Ted Strand at 727/562-4710 for technical questions regarding
this bid.
Please return two (2) copies of Bid Response
F.O.B. CLEARWATER
Start Date: 2/15/00
Payment Terms: 30 Days
(
BIDDER REPRESENT A TION
I represent that this bid is submitted in compliance with all terms, conditions
and specifications of the Invitation for Bid and that I am authorized by the
owners/principals to execute and submit this bid on behalf of the business
identified below.
BUSINESS
NAME: Millar Elevator Service Co.
FID# 34-1270056
STREET ADDRESS:
6704 Benjamin Rd., Suite 300
CITY. STATE. ZIP CODE: 'l'a.mpL, Florida 33634
PRINTffYPE NAME OF AUTHORIZED
REP: Terry G. Johnson
TITLE/POSITION OF AUTHORIZED
RE: General Manager
SIGNATURE OF AJ.mIO~~
REP: --//~ L/~
~~:~TI'ED: /2- ~ 9- C/ 9
PHONE NO: 813-886-2086 FAX NO: 813-885-7230
-3-
(
~ ..,
.- I
I
,./-'"
INTERDEPARTMENT CORRESPONDENCE
TO:
Ted Strand, Administrative Support Manager
FROM:
Michael Murray, Buyer
COPIES:
James Wood, Building and Maintenance Supervisor
SUBJECT:
, W~ng
December 29, 1999 Ai
PIP #: / ~ - 0 0 EL dt170 t<. 1'11f111l1t AlI1;J/C g-
RECEI\/Eu
~.- I
1830_
..._-~
Bldp'. & ~1!Qiilt.
DATE:
Please furnish the following information so that we cab
complete processing your requirement(s):
1. (X) Evaluate bids/quotes and make award recommendation.
Narrative justification signed by Department
Director is required if recommendation other than to
low bidder. Bid expires March 28, 2000.
2. (X) City Manager approval required. Please insert and approve
a purchase requisition for the selected vendor in the Ross
System. Purchasing will obtain the City Manager's final
approval.
3. () Agenda Memo and Commission Approval Required. Purchasing
will prepare and submit required memo after receipt of
departmental recommendation. Please insert recommended
vendor in the Ross System.
4. (X) Bid Advertised:
(X) Warfield's Tampa Bay Review
( ) St. Petersburg Times
(X) Tampa Tribune
( ) Other:
12/10/99
/ /
---
12/25/99
/ ' /
Appropriation Code:
CITY OF CLEARWATER, FLORIDA
BID 16-00 - ELEVATOR SERVICE MONTGOMERY KONE THYSSEN MIAMI ELEVATOR GENERAL ELEVATOR MILLAR ELEVATOR
BID OPENED 12/29/99 -
BID TABULATION TAMPA FLORIDA TAMPA FLORIDA CLEARWATER, FLORIDA TAMPA FLORIDA
DESCRIPTION
ITEM UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE
1 CITY HALL $ 440.00 $ 5,280.00 $ 300.00 $ 3,600.00 $ 300.00 $ 3,600.00 $ 195.00 $ 2,340.00
2 MAIN LIBRARY $ 215.00 $ 2.580.00 $ 280.00 $ 3,360.00 $ 150.00 $ 1,800.00 $ 104.00 $ 1,248.00
3 MUNICIPAL SERVICES BUILDING $ 215.00 $ 2.580.00 $ 275.00 $ 3,300.00 $ 160.00 $ 1,920.00 $ 168.00 $ 2,016.00
'.. MAIN POLICE STATION $ 150.00 $ 1,800.00 $ 290.00 $ 3,480.00 $ 160.00 $ 1,92000 $ 160.00 $ 1,920.00
5 GARDEN AVENUE GARAGE $ 110.00 $ 1,320.00 $ 150.00 $ 1,800.00 $ 90.00 $ 1,080.00 $ 52.00 $ 624.00
6 CLEARWATER SAILING CENTER $ 110.00 $ 1,320.00 $ 115.00 $ 1.380.00 $ 75.00 $ 900.00 $ 45.00 $ 540.00
7 NORTHEAST WPC $ 110.00 $ 1,320.00 $ 90.00 $ 1,08000 $ 75.00 $ 900.00 $ 50.00 $ 600.00
8 MARSHALL STREET WPC $ 110.00 $ 1,320.00 $ 90.00 $ 1.080.00 $ 75.00 $ 900.00 $ 50.00 $ 600.00
9 JACK RUSSELL STADIUM $ 100.00 $ 1,200.00 $ 115.00 $ 1,380.00 $ 85.00 $ 1,02000 $ 52.00 $ 624.00
10 MSC GARAGE $ 200.00 $ 2,400.00 $ 125.00 $ 1.500.00 $ 90.00 $ 1,080.00 $ 52.00 $ 624.00
-
11 NORTHEAST WPC (BELT PRESS) $ 200.00 $ 2,400.00 $ 90.00 $ 1,080.00 $ 75.00 $ 900.00 $ 52.00 $ 624.00
12 MARSHALL STREET WPC (BELT PRESS) $ 200.00 $ 2 400 00 $ 110.00 $ 1,320.00 $ 75.00 $ 900.00 $ 50.00 $ 600.00
-
$ 2 16000 S 25 920.00 $ 2,030.00 $ 24,360.00 $ 1,410.00 16,920.00 $ 1.030.00 $ 12,360.00
START ND OF CONTRACT 2/15/00 F eb-oO 2/15/00
TERMS NET 30 DAYS MONTHLY NET 30 DAYS 30 DAYS
~
SUMMARY OF BID 16-00
BIDS SOLICITED 10
BIDS RECEIVED 4
NO BID RESPONSE 1
NO RESPONSE 5
NO BID SUMMARY -
DO NOT OFFER PRODUCT 1
., !
.
'.
.-'