37
Index No.: GDC028 Eff. Date: 06/01/18 Page 1 STATE OF OHIO DEPARTMENT OF ADMINISTRATIVE SERVICES GENERAL SERVICES DIVISION OFFICE OF PROCUREMENT SERVICES 4200 SURFACE ROAD, COLUMBUS, OH 43228-1395 MANDATORY USE CONTRACT FOR: ELEVATOR, ESCALATOR AND LIFTS PREVENTATIVE MAINTENANCE & REPAIR CONTRACT No.: RS902618 EFFECTIVE DATES: 06/01/18 to 05/31/21 The Department of Administrative Services has accepted bids submitted in response to Invitation to Bid No. RS902618 that opened on 04/09/18. The evaluation of the bid response(s) has been completed. The bidder(s) listed herein have been determined to be the lowest responsive and responsible bidder(s) and have been awarded a contract for the items(s) listed. The respective bid response, including the Instructions to Bidders and Standard Terms and Conditions, special contract terms & conditions, any bid addenda, specifications, pricing schedules and any attachments incorporated by reference and accepted by DAS become a part of this Requirements Contract. This Requirements Contract is effective beginning and ending on the dates noted above unless, prior to the expiration date, the Contract is renewed, terminated or cancelled in accordance with the Contract Terms and Conditions. CONTRACT RENEWAL. This Contract may be renewed after the ending date of the Contract solely at the discretion of the Contracting Agency for a period of one month. Any further renewals will be by mutual agreement between the Contractor and the Contracting Agency for any number of times and for any period of time. The cumulative time of all mutual renewals may not exceed 24 months unless the Contracting Agency determines that additional renewal is necessary. This Requirements Contract is available to all State Agencies, State institutions of higher education and properly registered members of the Cooperative Purchasing Program of the Department of Administrative Services, as applicable. Agencies are eligible to make purchases of the listed supplies and/or services in any amount and at any time as determined by the agency. The State makes no representation or guarantee that agencies will purchase the volume of supplies and/or services as advertised in the Invitation to Bid. SPECIAL NOTE: State agencies may make purchases under this Requirements Contract up to $2500.00 using the State of Ohio payment card. Any purchase that exceeds $2500.00 will be made using the official State of Ohio purchase order (ADM- 0523). Any non-state agency, institution of higher education or Cooperative Purchasing member will use forms applicable to their respective agency. This Requirements Contract and any Amendments thereto are available from the DAS website at the following address: http://www.ohio.gov/procure Signed: __________________________________________________________ Matthew M. Damschroder, Director Date

ELEVATOR, ESCALATOR AND LIFTS ... - procure.ohio.gov · ELEVATOR, ESCALATOR AND LIFTS PREVENTATIVE MAINTENANCE & REPAIR . CONTRACT No.: RS902618 EFFECTIVE DATES: 06/01/18 to 05/31/21

  • Upload
    vuliem

  • View
    239

  • Download
    0

Embed Size (px)

Citation preview

Page 1: ELEVATOR, ESCALATOR AND LIFTS ... - procure.ohio.gov · ELEVATOR, ESCALATOR AND LIFTS PREVENTATIVE MAINTENANCE & REPAIR . CONTRACT No.: RS902618 EFFECTIVE DATES: 06/01/18 to 05/31/21

Index No.: GDC028 Eff. Date: 06/01/18 Page 1

STATE OF OHIO DEPARTMENT OF ADMINISTRATIVE SERVICES

GENERAL SERVICES DIVISION OFFICE OF PROCUREMENT SERVICES

4200 SURFACE ROAD, COLUMBUS, OH 43228-1395

MANDATORY USE CONTRACT FOR: ELEVATOR, ESCALATOR AND LIFTS PREVENTATIVE MAINTENANCE & REPAIR

CONTRACT No.: RS902618 EFFECTIVE DATES: 06/01/18 to 05/31/21 The Department of Administrative Services has accepted bids submitted in response to Invitation to Bid No. RS902618 that opened on 04/09/18. The evaluation of the bid response(s) has been completed. The bidder(s) listed herein have been determined to be the lowest responsive and responsible bidder(s) and have been awarded a contract for the items(s) listed. The respective bid response, including the Instructions to Bidders and Standard Terms and Conditions, special contract terms & conditions, any bid addenda, specifications, pricing schedules and any attachments incorporated by reference and accepted by DAS become a part of this Requirements Contract. This Requirements Contract is effective beginning and ending on the dates noted above unless, prior to the expiration date, the Contract is renewed, terminated or cancelled in accordance with the Contract Terms and Conditions. CONTRACT RENEWAL. This Contract may be renewed after the ending date of the Contract solely at the discretion of the Contracting Agency for a period of one month. Any further renewals will be by mutual agreement between the Contractor and the Contracting Agency for any number of times and for any period of time. The cumulative time of all mutual renewals may not exceed 24 months unless the Contracting Agency determines that additional renewal is necessary. This Requirements Contract is available to all State Agencies, State institutions of higher education and properly registered members of the Cooperative Purchasing Program of the Department of Administrative Services, as applicable. Agencies are eligible to make purchases of the listed supplies and/or services in any amount and at any time as determined by the agency. The State makes no representation or guarantee that agencies will purchase the volume of supplies and/or services as advertised in the Invitation to Bid. SPECIAL NOTE: State agencies may make purchases under this Requirements Contract up to $2500.00 using the State of Ohio payment card. Any purchase that exceeds $2500.00 will be made using the official State of Ohio purchase order (ADM-0523). Any non-state agency, institution of higher education or Cooperative Purchasing member will use forms applicable to their respective agency. This Requirements Contract and any Amendments thereto are available from the DAS website at the following address:

http://www.ohio.gov/procure

Signed: __________________________________________________________ Matthew M. Damschroder, Director Date

Page 2: ELEVATOR, ESCALATOR AND LIFTS ... - procure.ohio.gov · ELEVATOR, ESCALATOR AND LIFTS PREVENTATIVE MAINTENANCE & REPAIR . CONTRACT No.: RS902618 EFFECTIVE DATES: 06/01/18 to 05/31/21

Index No.: GDC028 Eff. Date: 06/01/18 Page 2

TABLE OF CONTENTS CONTRACT ITEMS PAGE NO. Special Contract Terms and Conditions 3 Contractor Quarterly Sales Report 6 Contractor Revenue Share 7 Specifications 8 County and Region Borders 17 Price Page Link 17 Holiday Schedule 38 Elevator Service Award by Region 39 Pricing Link 39 Cost Allocation Table 39 Contractor’s Index 40 APPENDIX THREE-Specifications of Equipment to be Serviced Grouped by Region 23

Page 3: ELEVATOR, ESCALATOR AND LIFTS ... - procure.ohio.gov · ELEVATOR, ESCALATOR AND LIFTS PREVENTATIVE MAINTENANCE & REPAIR . CONTRACT No.: RS902618 EFFECTIVE DATES: 06/01/18 to 05/31/21

Index No.: GDC028 Eff. Date: 06/01/18 Page 3

SPECIAL CONTRACT TERMS AND CONDITIONS

AMENDMENTS TO CONTRACT TERMS AND CONDITIONS: The following Amendments to the Contract Terms and Conditions do hereby become a part hereof. In the event that an amendment conflicts with the Contract Terms and Conditions, the Amendment will prevail SITE VISITS: This solicitation requires two types of site visits. DAS requires mandatory site visits (site item A), all other facilities should be scheduled (see item B). A. Mandatory site visits. Mandatory site visits will be held on the dates, times, and locations specified in Appendix One to

survey the facility and discuss the requirements of the bid. The site visit will commence promptly at the time specified in Appendix One, barring an unforeseen circumstance that results in a delay of the site visit. Attendance will be taken. The state will not be responsible to a bidder for their failure to obtain information discussed during the site visit due to their failure to attend and/or arriving after the site visit has convened. Please contact the facility/ contact person directly at least forty-eight (48) hours prior to the scheduled site visit to make arrangements for authorization to enter the facility.

Optional site visits. Prior to submitting their bid response, the bidder should visit the facility they are bidding in order to survey the facility(ies) and to become familiar with the requirements of the bid. The bidder must contact each facility to schedule an appointment. To schedule an appointment, please contact the appropriate Agency Contact Person listed on Appendix Two. Once a contract is awarded, failure of the bidder to have requested a site visit to become familiar with the facility and requirements of the bid will be insufficient reason to support any request to be released from the contract. No additional compensation will be awarded due to unfamiliarity with the scope of service required. It will be assumed that the bidder has full knowledge of existing conditions/service areas and accepts them as is, unless otherwise specified within this bid. Please contact the facility/ contact person directly at least forty-eight (48) hours prior to the scheduled site visit to make arrangements for authorization to enter the facility.

Bidders must have with them a picture I.D. (such as a valid Ohio driver’s license) in order to be admitted into facility for a site visit. In accordance with agency policy, no knives, firearms, cameras/photo equipment, recording devices, cell phones, computers and/or pagers will be allowed in the facility(s)/institution(s). No additional compensation will be awarded due to unfamiliarity with the scope of service required. It will be assumed that the bidder has full knowledge of existing conditions/service areas and accepts them as is, unless otherwise specified within this bid. Once a contract is awarded, failure of the bidder to have attended a site visit, or to be familiar with the facility/institution and requirements of the bid, will be insufficient reason to support any request to be released from the contract. BIDDER REFERENCES: Bidder must submit with its bid, a list of at least three (3) companies and/or organizations with which they have had recent (within five (5) years) elevator/escalator service contracts for providing services for projects of similar size, scope and nature. This list shall include the name and phone number of a contact person who will be familiar with the bidder's job performance. The State may verify the bidder's experience based upon the list of business references submitted and any other sources which the state deems appropriate. Bidder may utilize Bidder References form, Appendix Five (copy as needed). Failure to provide requested information may result in the bidder being deemed not responsive. CONTRACT AWARD: The contract will be awarded to the lowest responsive and responsible bidder by low lot total for each Region. A contractor may be awarded one or more regions. Awards will be made in accordance with the Evaluation Criteria. There will be one contractor awarded per Region.

Page 4: ELEVATOR, ESCALATOR AND LIFTS ... - procure.ohio.gov · ELEVATOR, ESCALATOR AND LIFTS PREVENTATIVE MAINTENANCE & REPAIR . CONTRACT No.: RS902618 EFFECTIVE DATES: 06/01/18 to 05/31/21

Index No.: GDC028 Eff.Date:06/01/18 Page 4

SPECIAL CONTRACT TERMS AND CONDITIONS (continued) EVALUATION: Bids will be evaluated in accordance with Article I-17 of the “Instructions to Bidders”. In addition, the state will: Calculate the Total Annual Cost for each Region as follows, from the Bid Price Pages:

Step 1: Calculate the Total Fixed Price by Location for each Region as follows, from the Bid Price Pages, “Fixed Price by

Location” section:

a) For each Line Item, multiply the Estimated Usage by the Monthly Maintenance Price offered for each line item to arrive at a Line Item Maintenance Total for each unit of equipment.

b) Add together all of the Line Item Maintenance Totals from Step 1.a above. This result is the Total Annual Maintenance Price for the Region.

c) Add together all of the line item amounts under the heading of 5 Year Load Test Price. This sum is the Total

5 Year Load Test Price.

d) Divide the Total 5 Year Load Test Price by 5 to arrive at the Total Annual Load Test Price for the Region.

e) Add together the Total Annual Maintenance Price and the Total Annual Load Test Price. This resulting sum is the Total Fixed Price by Location for the Region.

Step 2: Calculate the Total Time and Materials Pricing for each Region as follows, from the Bid Price Pages:

a) Multiply the Estimated Annual Hours by the Labor Hourly Rate Offered for each Labor Hourly Rate Category

(line item), to arrive at an Estimated Annual Labor Cost.

b) Multiply the Estimated Annual Parts and Materials amount by the Parts and Materials Mark-up Percentage (over invoice cost) offered, to arrive at an Estimated Annual Parts and Materials Cost.

c) Add together the Estimated Annual Labor Cost and the Estimated Annual Parts and Materials Cost. This resulting sum is the Total Time and Materials Pricing for the Region.

Step 3: Calculate the Total Add-On Equipment Pricing for each Region as follows, from the Bid Price Pages, “Add-On Equipment Pricing” section:

a) For each Line Item, multiply the Estimated Usage by the Monthly Maintenance Price offered for each line

item to arrive at a Line Item Maintenance Total for each unit of equipment.

b) Add together all of the Line Item Maintenance Totals from Step 3.a above. This result is the Total Add-On Annual Maintenance Price for the Region.

c) Add together all of the line item amounts under the heading of 5 Year Load Test Price. This sum is the Total Add-On 5 Year Load Test Price.

d) Divide the Total Add-On 5 Year Load Test Price by 5 to arrive at the Total Add-On Annual Load Test Price for the Region.

e) Add together the Total Add-On Annual Maintenance Price and the Total Add-On Annual Load Test Price. This resulting sum is the Total Add-On Equipment Pricing for the Region.

Step 4: For each Region, add together the Total Fixed Price by Location, the Total Time and Materials Pricing, and the Total Add-On Equipment Pricing. This resulting sum is the Total Annual Cost for the Region

Failure to bid all required items for a particular Region may result in the bidder being deemed not responsive for that particular Region. Estimated usage is intended to be used for evaluation purposes only; estimated usage may not reflect past, actual or future usage.

Page 5: ELEVATOR, ESCALATOR AND LIFTS ... - procure.ohio.gov · ELEVATOR, ESCALATOR AND LIFTS PREVENTATIVE MAINTENANCE & REPAIR . CONTRACT No.: RS902618 EFFECTIVE DATES: 06/01/18 to 05/31/21

Index No.: GDC028

Eff. Date:06/01/18 Page 5

SPECIAL CONTRACT TERMS AND CONDITIONS (continued) MANDATORY USE: This Contract is considered as mandatory-use for the facility locations listed in Appendix Three, this contract is considered as optional-use for facilities not listed in Appendix Three. Additional facilities may be added in the future. DELIVERY AND ACCEPTANCE: Services will be performed as set forth in the Contract and in accordance with the terms and conditions. The location of performance will be noted on the purchase order issued by the participating agency. Payment for services rendered will occur upon the inspection and written confirmation by the ordering agency that the services provided conform to the requirements set forth in the Contract. Unless otherwise provided in the Contract, payment shall be conclusive except as regards to latent defects, fraud, or such gross mistakes as amount to fraud. FIXED-PRICE WITH IN-SERVICE COST ADJUSTMENTS: The Contractor agrees to adjust the total monthly charges for any decrease/increase in the number of elevators/escalators/lifts and dumbwaiters to be serviced due to resident program changes and/or building destruction/construction/renovation programs for the duration of the Contract. All adjustments will be in accordance with the Contract. FIXED-PRICE WITH ECONOMIC ADJUSTMENT: The contract prices(s) will remain firm for the first twelve (12) months duration of the contract. Thereafter, the Contractor may submit a request to increase their price(s) to be effective sixty (60) calendar days after acceptance by DAS. No price adjustment will be permitted prior to the effective date of the increase received by the Contractor from its suppliers, or on purchase orders that are already being processed, or on purchase orders that have been filled and are awaiting shipment. If the Contractor receives orders requiring quarterly delivery, the increase will apply to all deliveries made after the effective date of the price increase. The price increase must be supported by a general price increase in the cost of the finished supplies, due to increases in the cost of raw materials, labor, freight, Workers' Compensation and/or Unemployment Insurance, etc. Detailed documentation, to include a comparison list of the contract items and proposed price increases, must be submitted to support the requested increase. Supporting documentation should include, but is not limited to: copies of the old and the current price lists or similar documents which indicate the original base cost of the product to the Contractor and the corresponding increase, and/or copies of correspondence sent by the Contractor's supplier on the supplier's letterhead, which contain the above price information and explain the source of the increase in such areas as raw materials, freight, fuel or labor, etc. Should there be a decrease in the cost of the finished product due to a general decline in the market or some other factor, the Contractor is responsible to notify DAS immediately. The price decrease adjustment will be incorporated into the contract and will be effective on all purchase orders issued after the effective date of the decrease. If the price decrease is a temporary decrease, such should be noted on the invoice. In the event that the temporary decrease is revoked, the contract pricing will be returned to the pricing in effect prior to the temporary decrease. For quarterly deliveries, any decrease will be applied to deliveries made after the effective date of the decrease. Failure to comply with this provision will be considered as a default and will be subject to Provision I.C. “Termination/Suspension” and Provision II. of the “Contract Remedies:” of the “Standard Contract Terms and Conditions. INSURANCE REQUIREMENTS: Insurance requirements are outlined in Section V, Paragraph D of the Terms and Conditions, additional requirements include: The Contractor shall carry General Liability Insurance coverage with a $2,000,000 annual aggregate and a $1,000,000 per occurrence limit for bodily injury, wrongful death, products and completed operations and property damage. Defense costs shall be outside the policy limits. Automobile Liability insurance covering, Code 1 (any auto), or if Contractor has no owned autos, Code 8 (hired) and 9 (non-owned), with a limit no less than $1,000,000 per accident for bodily injury and property damage. Professional Liability (Errors and Omissions) Insurance for elevator contractors, with limits not less than $1,000,000 per occurrence or claim, $2,000,000 aggregate. Coverage shall be sufficiently broad to respond to the duties and obligations as are undertaken by Contractor in this agreement and shall cover all applicable Contractor personnel or subcontractors who perform professional services related to this agreement. The policy shall be endorsed to include broad form property damage, contractual liability, completed operations and independent contractor’s coverage.

Page 6: ELEVATOR, ESCALATOR AND LIFTS ... - procure.ohio.gov · ELEVATOR, ESCALATOR AND LIFTS PREVENTATIVE MAINTENANCE & REPAIR . CONTRACT No.: RS902618 EFFECTIVE DATES: 06/01/18 to 05/31/21

Index No.: GDC028

Eff. Date: 06/01/18 Page 6

SPECIAL CONTRACT TERMS AND CONDITIONS (continued) FAILURE TO PERFORM / LIQUIDATED DAMAGES: Failure to perform (FTP) necessary work requirements may result in assessed liquidated damages. In addition to Section H of the Standard Terms and Conditions, at the discretion of the authorized facility manager, the state will utilize the significance level indicators, described below, to assess charges (or discounts from invoiced services) based on the significance level (SL) of the requirement times the number occurrences (O) times the number of days (t) equals assessed damages. SL x O x t = D Level 1 ……. $100 Level 2 ……. $250 Level 3 ……. $500 PREVAILING WAGE: The Ohio Department of Commerce, Division of Labor and Worker Safety, Wage and Hour Bureau has determined that work identified in this bid and to be performed under contract is subject to the requirements of Ohio Revised Code Sections 4115.03 to 4115.16, Prevailing Wage. The prevailing wage scale, as published by the Ohio Department of Commerce, Division of Labor and Worker Safety, Wage and Hour Bureau is herewith attached to and becomes a part of this bid. Upon award of a Contract by DAS, the successful bidder (“Contractor”), and all of his sub-contractors, guarantees that the prevailing wage for the area, to include any adjustments thereto, as published by the Ohio Department of Commerce, Division of Labor and Worker Safety, Wage and Hour Bureau will apply to any workman assigned by him or all of his sub-contractors to this project. The participating state agency will serve as prevailing wage coordinator and will be responsible for proper application of labor rates as required by the Ohio Department of Commerce. Responsibilities of the Prevailing Wage Coordinator include but are not limited to; setting up and maintaining payroll reports, monitoring when payments of wages are made, receiving the Contractor’s complete payroll records of each employee, establish procedures to monitor compliance, notify Contractor of any adjustment to the prevailing wage scales and report delinquencies on the part of the Contractor. The successful bidder and all of their sub-contractors shall strictly comply with the wage provisions of the contract. COOPERATIVE PURCHASING CONTRACT: This Contract may be relied upon by Ohio institutions of higher education and Ohio political subdivisions. Ohio political subdivisions include any county, township, municipal corporation, school district, conservancy district, township park district, park district created under Chapter 1545 of the Revised Code, regional transit authority, regional airport authority, regional water and sewer district, port authority or any other political subdivision as described in the Ohio Revised Code. To qualify to use this Contract the political subdivision must be currently enrolled in the State’s Cooperative Purchasing Program. Purchases made from this Contract by a political subdivision that are not properly registered with the State’s Cooperative Purchasing Program will be a violation of law and may be contrary to the political subdivision’s competitive bidding requirements. If a political subdivision or institution of higher education relies upon this Contract to issue a purchase order or other ordering document, the political subdivision or institution of higher education “steps into the shoes” of the State under this Contract. The political division’s or institution of higher education’s order and this Contract are between the Contractor and the political subdivision or institution of higher education. The Contractor must look solely to the political subdivision or institution of higher education for performance, including payment. The Contractor agrees to hold the state of Ohio harmless with regard to political subdivisions and institution of higher education’s orders and political subdivision’s and institution of higher education’s performance. DAS may cancel this Contract and may seek remedies if the Contractor fails to honor its obligations under an order from a political subdivision or institution of higher education. CONTRACTOR QUARTERLY SALES REPORT: The Contractor must report the quarterly dollar value (in U.S. dollars and rounded to the nearest whole dollar) of the sales, to include both state agencies and political subdivisions, under this Contract by calendar quarter (e.g. January-March, April-June, July-September and October-December). The dollar value of the sale is the price paid by the Contract user for the products and/or services listed on the purchase order or other encumbering document, as recorded by the Contractor. The Contractor will receive an email with a User ID and password and must report the quarterly dollar value of sales to the Department of Administrative Services (DAS) via the Internet using the web form at the Ohio DAS Contract Management Contractor Portal, https://cm.ohio.gov/. If no sales occur, the Contractor must show zero. The report must be submitted thirty (30) days following the completion of the reporting period. The Contractor is responsible for emailing the Analyst listed on page one of the contract with any company contact changes.

Page 7: ELEVATOR, ESCALATOR AND LIFTS ... - procure.ohio.gov · ELEVATOR, ESCALATOR AND LIFTS PREVENTATIVE MAINTENANCE & REPAIR . CONTRACT No.: RS902618 EFFECTIVE DATES: 06/01/18 to 05/31/21

Index No.: GDC028

Eff. Date: 06/01/18 Page 7

SPECIAL CONTRACT TERMS AND CONDITIONS (continued) The Contractor shall also submit a close-out report within one hundred and twenty (120) days after the expiration of this Contract. The Contract expires upon the physical completion of the last outstanding task or delivery order of the Contract. The close-out report must cover all sales not shown in the final quarterly report and reconcile all errors and credits. If the Contractor reported all contract sales and reconciled all errors and credits on the final quarterly report, then the Contractor should show zero “0” sales in the close-out report. The Contractor must forward the Quarterly Sales Report to one of the following addresses, For same day or overnight deliveries: Huntington National Bank ATTN: L-3686 7 Easton Oval Columbus, OH 43219 All other deliveries may be sent to the following address: Department of Administrative Services L-3686 Columbus, OH 43260-3686 If the Contractor fails to submit sales reports, falsifies reports or fails to submit sales reports in a timely manner, DAS may suspend, terminate or cancel this Contract. CONTRACTOR REVENUE SHARE: The Contractor must pay the Department of Administrative Services (DAS) a revenue share of the sales transacted under this contract. The Contractor must remit the revenue share in U.S. dollars within thirty (30) days after the end of the quarterly sales reporting period. The revenue share equals 0.75% of the total quarterly sales reported. Contractors must include the revenue share in their prices. The revenue share is included in the award price(s) and reflected in the total amount charged to ordering agencies which includes both state agencies and political subdivisions using this Contract. The contractor must remit any monies due as the result of the close-out report at the time the close-out report is submitted to DAS. The Contractor must pay the revenue share amount due by check. To ensure the payment is credited properly, the Contractor must identify the check as a “Revenue Share” and include the Ohio Contract Management Remittance Report. The Contractor should make the check payable to: Treasurer, State of Ohio. Use the following address for same day or overnight deliveries: Huntington National Bank ATTN: L-3686 7 Easton Oval Columbus, OH 43219 All other deliveries may be sent to the following address: Department of Administrative Services L-3686 Columbus, OH 43260-3686 If the full amount of the revenue share is not paid within thirty (30) calendar days after the end of the applicable reporting period, the non-payment constitutes a contract debt to the State. The State may either initiate withholding or setting off payments or employ the remedies available under Ohio law for the non-payment of the revenue share. If the Contractor fails to pay the revenue share in a timely manner, DAS may suspend, terminate or cancel this Contract.

Page 8: ELEVATOR, ESCALATOR AND LIFTS ... - procure.ohio.gov · ELEVATOR, ESCALATOR AND LIFTS PREVENTATIVE MAINTENANCE & REPAIR . CONTRACT No.: RS902618 EFFECTIVE DATES: 06/01/18 to 05/31/21

Index No.: GDC028

Eff. Date:06/01/18 Page 8

SPECIFICATIONS

I. SCOPE AND CLASSIFICATION A. Scope:

The purpose of this Invitation to Bid is to establish contracts with qualified firms to provide the preventive maintenance, other required maintenance and repair services, call back, emergency and entrapment response services required to maintain satisfactory performance and regulatory compliance to elevator, escalator and lift systems for facilities throughout Ohio. Proper elevator system operation and satisfactory regulatory compliance is essential to a core function of Ohio Facilities, so downtime must be kept to a minimum. The awarded Contractor(s) shall maintain the equipment covered by this contract in accordance with the requirements of these specifications, and shall maintain their speed, capacity and performance at all times. The awarded Contractor(s) will provide the listed facility locations, within its awarded Region(s), with elevator, escalator, lift, and dumbwaiter maintenance services utilizing only trained technicians to perform inspections and diagnostic tests for all peripheral devices listed and currently connected to the facility. Service will be monthly, scheduled in advance at the convenience of the customer.

Facility locations listed in Appendix Three will use the Contractor awarded for the Region in which they are located. The monthly pricing for required Scheduled Preventative Maintenance services must include all materials, equipment, qualified/certified labor, logistics, call back service and personnel transportation necessary for the successful completion of all required services for all equipment listed. Additionally, the Contractor must provide requested unscheduled repairs, required infrastructure changes, call back and emergency and entrapment response services for facilities in their awarded Region(s).

B. Legal and Regulatory Compliance:

1. The Contractor shall maintain elevators/escalators and their associated equipment and accessories to comply

with the requirements of the applicable ASME/ANSI A.17.1 safety codes and any other rules, ordinances, or building codes that may apply. The ANSI Elevator Inspection Manual A.17.2 shall be used as a guide to establish that the equipment is operating safely.

2. Ohio Revised Code, Chapter 4105, and latest amendments thereof.

3. Ohio Administrative Code, Chapter 1301:3-6 and 4101:5, and latest amendments thereof. 4. All work must be performed in compliance with the Occupational Safety and Health Act and any revisions thereto.

Any citations issued by OSHA shall be the responsibility of the Contractor. 5. Any permits required by the authority having jurisdiction shall be obtained by the contractor and will be

reimbursed by the Department at cost.

II. REQUIREMENTS A. General Requirements

1. The Contractor shall use trained employees directly employed and supervised by their firm. They shall be

qualified to keep the equipment properly adjusted and shall use all reasonable care to maintain the elevator/escalator equipment in proper and safe operating condition.

2. The Contractor shall be one regularly engaged in the business of service of elevators/escalators of the type and character as herein described herein. If requested by the state of Ohio, the Bidder must demonstrate how they will meet the requirements of this Invitation to Bid.

Page 9: ELEVATOR, ESCALATOR AND LIFTS ... - procure.ohio.gov · ELEVATOR, ESCALATOR AND LIFTS PREVENTATIVE MAINTENANCE & REPAIR . CONTRACT No.: RS902618 EFFECTIVE DATES: 06/01/18 to 05/31/21

Index No.: GDC028

Eff. Date: 06/01/18 Page 9

SPECIFICATIONS (continued)

3. The Contractor, where applicable, shall maintain the original equipment performance standards, in feet per minute, the original performance time, including acceleration and retardation as designed and installed by the manufacturer. Signal and dispatching times shall be maintained and original door opening and closing time in accordance with original manufacturer’s specifications, within limits of applicable codes in accordance with original manufacturer’s specifications. FTP LEVEL 1 (See Failure to Perform page 6) The Contractor shall maintain the entire elevator/escalator/lift/dumbwaiter unit as herein described and shall employ all reasonable care to see that the elevator/escalator equipment is maintained in proper and safe operating condition. FTP LEVEL 3 NOTE: If changes are required or recommended, the Contractor shall communicate both positive and negative benefits to proposed changes in writing to the on-site Facility Manager. The Contractor shall not make changes to any elevator/escalator speed, performance time, acceleration, retardation, door opening time and door closing time unless otherwise approved in advance by the Facility Manager.

4. Within 30 days after award, the Contractor should complete an inspection of the equipment and systems and

submit an itemized list of the existing deficiencies that would require correction to bring the elevators up to original performance standards. The Contractor shall submit a report whether or not any deficiencies are noted. Inspections shall be coordinated with the on-site Facility Manager. FTP LEVEL 1 Note: If the report is not received, it is held that the Contractor has not found any deficiencies, and all repair work shall be at the Contractor’s expense.

5. All bidders shall submit with their bid a schedule for inspection and adjustments in the form of a Check Chart, submitting one (1) chart for each different type of elevator system. The Check Chart shall indicate the preventive maintenance, routine and periodic inspections to be performed, and the frequency of those tasks in accordance with the specifications contained herein. Upon award of the contract, within 30 days, the Contractor shall review and revise, if necessary, the Check Charts for each different type of elevator system with the Facility Manager or their designated representative for approval. Upon acceptance of the Check Charts, the Contractor, at their own expense, install a Check Chart in every machine room for each elevator included in the contract. Space will be provided on the Check Charts in which the servicing mechanics can indicate the date on which each item is serviced. During the term of the contract, the Check Charts shall be submitted to the Facility Manager by the fifth day of the month following services. FTP LEVEL 1

6. The state requires a single point of contact for each awarded Contractor for scheduling, contract administration

and billing to eliminate confusion for questions to responsible parties. The contact information shall include name, position/function, email address, phone number and alternate contact number for each office that will service facilities covered by this contract. Contractor staffing may require that the contact(s) for scheduling, contract administration and billing be three different people. The Contractor shall update this contact list whenever changes are made during the term of this contract. FTP LEVEL 1

7. All replacement parts shall be specifically designed for the elevator/escalator on which they are to be used. The

Contractor shall utilize all replacement parts from the original equipment manufacturer (OEM) of the elevator/escalator system, or from suppliers that can provide such original parts. Parts purchased from suppliers other than OEM are those which are regularly supplied to the original manufacturer and are approved by the original elevator/escalator manufacturer for use in their elevator/escalator systems. In the event the Contractor requires non-OEM replacement parts, the Contractor shall first submit a list of such parts to the Facility Manager to obtain a written approval. If use of non-OEM parts is approved, such parts shall be equal to or better than OEM parts and shall be completely compatible with the existing system in function and performance. FTP LEVEL 3

Page 10: ELEVATOR, ESCALATOR AND LIFTS ... - procure.ohio.gov · ELEVATOR, ESCALATOR AND LIFTS PREVENTATIVE MAINTENANCE & REPAIR . CONTRACT No.: RS902618 EFFECTIVE DATES: 06/01/18 to 05/31/21

Index No.: GDC028

Eff. Date: 06/01/18 Page 10

SPECIFICATIONS (continued)

8. If any equipment or system component must be removed from service during normal work hours, the

Contractor’s technician must coordinate the removal from service with the Facility Manager or designated representative. The technician shall post signage on the unit and isolate the power supply to the equipment with their own lockout/tagout device in accordance with OSHA standard 1910.147. FTP LEVEL 1

Contractor shall provide and use OSHA-approved barricades during any work exposed to the general public. Upon completion of an inspection, the Contractor shall leave the systems in satisfactory operation; or, if not in operation, the team shall contact the appropriate Facility Manager or designated representative and state why the system is inoperative, and what must be done to put into satisfactory operation. FTP LEVEL 1 In the event that an elevator fails to operate, the Contractor shall restore that unit to service within 24 hours of notification by the facility. Failure to restore the unit to operation within 72 hours may result in contract cancellation. FTP LEVEL 3 The Contractor shall also be equipped with special testing meters, instruments and tools to facilitate prompt diagnosis, correction and repair or replacement without undue delay. These tools and instruments shall include, but are not limited to, the following: FTP LEVEL 2

a. Turning tools capable of turning any of the hoisting machine commutators of the job site. b. Generator turning tools capable of turning the commutators on any of the motor generator sets without

removing rotating elements from generators. c. Machine tools capable of turning main motor drive sheave grooves on machines. d. Oscilloscopes with associated circuitry to test main motor positive acceleration and retardation. e. Under cutting tools capable of under cutting commutator mica on the job site. f. Electronic test and diagnostic instruments capable of performing continuity checks on all electrical circuits

of the elevator systems, such as operating speed, door opening and closing speeds, door pressures and floor to floor flight times, with all testing capable of being segregated in time segments.

9. The Contractor shall maintain good housekeeping conditions in the machine rooms at all times and clean

hoistway and all related equipment at least once each year. FTP LEVEL1 10. Contractor shall not perform any non-contract maintenance/repair without prior approval from the facility. If non-

contract maintenance/repair is required, the Contractor shall submit to the Facility Manager or designated representative, for prior approval, a written, detailed proposal of the Contractor's costs to perform said maintenance/repair. If the Contractor performs non-contract maintenance or repair without prior approval from the facility, that maintenance/repair shall be at the Contractor's expense.

11. Unless stated otherwise in this ITB, the facility's normal business working hours for the purpose of these specifications are listed below in the Work Time Schedule Table A. Deviation from the above for the Contractor's convenience may be permitted; however, it will be at no additional expense to the facility.

12. Unless noted otherwise herein or authorized by the Facility Manager in advance, scheduled service must be

performed between 7:30 a.m. until 6:00 p.m., Monday through Friday, except State Holidays. Deviation for the Contractor's convenience may be permitted; however, it will be at no additional expense to the facility. The State Holiday Schedule is shown in Appendix Seven. Work Time Schedule Table A

Facility Working Hours Description Time Days All Buildings Normal Working Hours 7:30 AM to 6:00

PM Monday to Friday, excluding holidays

All Buildings After (Non-Business) Hours 6:01 PM to 7:29 AM

Monday to Friday and weekends

All Buildings Holiday Hours All Days All State Holidays (see Appendix Seven)

13. Travel time will not be charged as hourly rates. Contractor will be responsible for all travel costs.

Page 11: ELEVATOR, ESCALATOR AND LIFTS ... - procure.ohio.gov · ELEVATOR, ESCALATOR AND LIFTS PREVENTATIVE MAINTENANCE & REPAIR . CONTRACT No.: RS902618 EFFECTIVE DATES: 06/01/18 to 05/31/21

Index No.: GDC028

Eff. Date:06/01/18 Page 11

SPECIFICATIONS (continued)

B. Scheduled Preventative Maintenance

1. The Contractor will regularly and systematically examine, inspect and test elevators/escalators/lifts/dumbwaiters as required. Preventive maintenance shall include all routine and periodic inspections and tests as indicated in the ASME/ANSI A17.1 Safety Code. The Contractor shall maintain proper and safe operating conditions and shall furnish lubricants and materials as required. Compliance dates, scheduling and performing such tests are the responsibility of the Contractor. FTP LEVEL 2

2. The Contractor shall be responsible for providing all required replacement parts necessary for the performance of this contract. Parts for Preventive Maintenance and Callback Service for electrical or mechanical malfunctions due to normal wear and use shall be included at no additional cost.

3. All planned inspection and/or maintenance service work under these specifications shall be performed during

regular normal business hours. If scheduled work must be done during non-business working hours or on weekends or holidays, it shall be done by prior consent of the facility.

4. The Contractor shall install a new Check Chart in every machine room for each elevator/escalator included in

the contract. Space will be provided on the Check Charts in which the servicing mechanics can indicate the date on which each item is serviced. Check Charts will be submitted to the Facility Manager by the fifth day of the following month. FTP LEVEL 1

5. Maintenance examinations shall be performed monthly for equipment, unless otherwise approved in writing by

Facility Manager. During these examinations, the components listed in the Check Chart are to be inspected and necessary work shall be performed relative to cleaning, lubrication and adjustment of the equipment. If Check Charts are not maintained and updated, the facility will assume the work has not been completed. The components shall be checked in accordance with the schedule shown in the Check Chart. FTP LEVEL 1

6. At the time of each visit, the Contractor’s personnel shall sign in and out with the Maintenance Department and/or building Facility Management Office during normal business hours for DAS buildings. For other locations the Contractor’s personnel can sign in and out in the building Maintenance/Security Department. In addition, the Contractor’s personnel shall leave a copy of the work ticket when they sign out. The work ticket describes, in detail, the original reported deficiency, the cause of the deficiency, the repair or maintenance performed and any recommendations if applicable. FTP LEVEL 1

The sign in and sign out records may be used in the verification process for approval of any invoices for payment.

7. Maintenance shall include cleaning of machines, controllers, selectors, motor generator sets, machine rooms, hoistways, pits, and car tops; oiling, greasing, adjusting, repairing, and replacing parts as conditions require before the factor of safety has been dangerously reduced on any part of the entire elevator/escalator equipment, but not limited to: machine, motor, generator, and controller parts, including worm gears, thrusts, bearings, brake magnet coils or brake motors, brake shoes, brushes, commutators, rotating elements, contacts, coils resistance for operating and motor Index circuits, magnet frames, winding engines, signal system and light bulbs for signals; Traction and mechanical appliances, hatchway rails, guides, guide shoes, traveling equipment, safety appliances, wire ropes, door equipment, pumps, pump motors, operating valves, valve motors, leveling valves, cylinder head, plunger exposed surfaces, plunger gland and packing, exposed piping, fittings, flexible pipe connections, operating control, check and relief valves, gauges, storage, discharge, pressure and vacuum tanks necessary to maintain the elevators/escalators in proper operating condition as per the latest edition of the ASME/ANSI A.17 and the State's guidelines (Ohio Revised Code, Chapter 4105, and latest amendments thereof and Ohio Administrative Code, Chapter 1301:3-6 and 4101:5, and latest amendments thereof. FTP LEVEL 1 Material Safety Data Sheet: The Contractor shall provide a Material Safety Data Sheet (MSDS) for any hazardous chemical that is brought onto the facility property for the performance of this contract. The MSDS shall verify the Contractor’s compliance with Occupational Safety & Health Administration (OSHA)’s Hazard Communications 1910.1200. The MSDS shall be given to the facility contact person prior to use of the hazardous chemical on the facility property.

Page 12: ELEVATOR, ESCALATOR AND LIFTS ... - procure.ohio.gov · ELEVATOR, ESCALATOR AND LIFTS PREVENTATIVE MAINTENANCE & REPAIR . CONTRACT No.: RS902618 EFFECTIVE DATES: 06/01/18 to 05/31/21

Index No.: GDC028

Eff. Date:06/01/18 Page 12

SPECIFICATIONS (continued)

8. Removal and proper disposal of all material, including, but not limited to, oil, fluids, and parts, shall be the responsibility of the vendor and must be done in compliance with all State laws and regulations. The Contractor may be required to provide a manifest to show oils and fluids were disposed of in accordance with State requirements.

9. The Contractor shall be responsible for repairing and/or replacing of all tractional wiring and conductors extending to the elevator/escalator system from circuit breakers, main line switches in machine rooms and outlets in the hoistways. FTP LEVEL 2

10. The Contractor, where applicable, shall check Group Supervisory and Controlling Systems and make necessary tests to ensure that all circuits and time settings are properly adjusted, and that the system performs as designed and installed by the original manufacturer. As such, the Contractor is required to maintain all applicable software applications allowing for the performance of these services for each manufacturer’s elevator. FTP LEVEL 1

11. Periodic tests are included in this contract for full load, static, fire service, etc. At the request of the facility, annual Esterline Recording Meter Tests and/or periodic Traffic Tests to ensure that said performance levels are constantly sustained.

The Contractor shall examine periodically all safety devices and governors and conduct customary annual no load tests. Additionally, the Contractor must perform the five-year full load test, full speed test of safety mechanism, overhead speed governors, as well as car and counterweight buffers. The car balance shall be checked, and the governor set. If required, the governor shall be sealed for proper tripping speed. FTP LEVEL 3 Five-year full load testing is listed as a separate line item in the pricing schedule. The Contractor shall make pressure relief test and static test on hydraulic elevators per ASME/ANSI A17.1 Safety Code. FTP LEVEL 3

12. The Contractor must own and have available at all times, in stock or warehouse, for immediate delivery and

installation, sufficient supply of emergency spare parts for the repair of each elevator/escalator. FTP LEVEL 2 13. The Contractor may maintain a stock of replacement parts at the building where the elevator/escalator

maintenance services are to be performed. Until utilized, parts will remain the property of the Contractor. All parts replaced under the provisions of this contract shall be identical to original equipment or the equipment manufacturer’s recommended replacement parts. The Contractor shall provide and install a storage cabinet with lock in the machine room for parts inventory that is maintains on-site. It is the responsibility of the Contractor to remove all waste matter and worn or broken parts from the site

14. The Department of Administrative Services (DAS) will track elevator availability (in service time) on a monthly

basis in DAS owned facilities. For these facilities, availability is to be greater than 90% on a per unit basis and 95% on a building basis. FTP LEVEL 2

15. The Contractor shall provide 24-hour call-back services. FTP LEVEL 3 16. The Contractor shall provide entrapment and emergency response services. FTP LEVEL 3

Page 13: ELEVATOR, ESCALATOR AND LIFTS ... - procure.ohio.gov · ELEVATOR, ESCALATOR AND LIFTS PREVENTATIVE MAINTENANCE & REPAIR . CONTRACT No.: RS902618 EFFECTIVE DATES: 06/01/18 to 05/31/21

Index No.: GDC028

Eff. Date:06/01/18 Page 13

SPECIFICATIONS (continued)

C. Time and Materials Maintenance

1. The facility is responsible for the cost required of replacement parts for service outside of normal wear and scheduled Preventive Maintenance. All replacement parts and components utilized during a repair service, outside of scheduled preventative maintenance will be paid at contract Time and Materials rates.

2. Any work outside the scope of service of these specifications found to be necessary for the safety, operation and/or regulatory compliance of the systems and associated components of this contract shall be brought to the attention of the Facility Manager or their designated representative immediately. FTP LEVEL 3

3. The Contractor shall submit a proposal explicitly detailing the work required and listing the labor, material and

other charges or items necessary to perform the work in accordance with these specifications. The proposal shall then constitute a quote for the performance of the work. Written approval must be given by the Facility Manager or their designated representative prior to repairs being made. Non-contract work performed without the approval, will be at the Contractor’s expense.

4. The State reserves the right to the following without affecting the terms and conditions of this contract:

• Perform any work not covered by this contract with Department personnel; • Place any work not covered by this contract out for bid; • Request an invoice, issued by the Contractor’s supplier, for any replacement parts that are

purchased as a result of the maintenance provided on this Contract; • Employ others to test the condition, speed and safety of the elevators as it may deem

advisable.

5. All rental equipment used to complete Time and Materials Maintenance services will be reimbursed by the facility at invoice cost with no vendor markup.

D. Call-back, Entrapment and Emergency Response Services 1. Emergency Service Definition.

Any equipment malfunction resulting in a life or equipment threatening situation such as, but not limited to, the following shall be considered an “Emergency”:

• One or more persons trapped in an elevator cab; • Presence of smoke or fire in elevator shafts or equipment rooms; • Equipment operating continuously without human intervention; • Equipment that poses a threat to injure people or damage the building or related equipment.

2. Callback Service Definition.

Callback service shall consist of the Contractor responding to the request of the Facilities Maintenance Supervisor or their designated representative, by telephone or otherwise, at any time of any working day or as necessary, to restore any elevator service.

3. The Contractor shall provide 24-hour a day, 365 days a year, call-back service. FTP LEVEL 3

4. Call-back service shall be at no additional cost to the facility during normal work hours for equipment malfunctions due to normal wear and use. Call-back service required to correct vandalism or misuse of equipment shall be charged to the facility at applicable time and materials rates.

Call-back service for equipment malfunctions due to normal wear and use during afterhours (non-business) shall be charged at applicable time and materials rates. All service time and materials work must be approved by an authorized facility representative.

Page 14: ELEVATOR, ESCALATOR AND LIFTS ... - procure.ohio.gov · ELEVATOR, ESCALATOR AND LIFTS PREVENTATIVE MAINTENANCE & REPAIR . CONTRACT No.: RS902618 EFFECTIVE DATES: 06/01/18 to 05/31/21

Index No.: GDC028

Eff. Date:06/01/18 Page 14

SPECIFICATIONS (continued)

5. In the event that an elevator fails to operate, the Contractor shall restore that unit to service within 24 hours of notification by the facility-authorized representative. FTP LEVEL 1

6. In cases of emergency or entrapment for any reason, the Contractor shall provide a technician to respond on

site within a maximum of 30 minutes (15 minutes preferred) to the request of a facility-authorized representative by telephone or otherwise. Failure to respond may result in additional liquidated damages. If the Contractor is not able to respond within 30 minutes, the Contractor shall contact the facility-authorized representative by telephone and advise of their estimated time of arrival and provide telephone support as required. FTP LEVEL 3

7. Unless otherwise stated or agreed in writing, call-back service shall consist of responding within 2 hours to the

request of a facility-authorized representative, by telephone or otherwise, at any time of any working day or as necessary, to restore any contract related equipment service. FTP LEVEL 2

E. Additional Facilities and Equipment Pricing

This contract is intended to be available for optional use by other state agency(ies) or qualified participating political subdivision(s). The awarded Contractor(s) will provide the Scheduled Preventative Maintenance, as defined above, at the awarded Additional Facilities and Equipment rates for the corresponding region and equipment type. Similarly, where necessary and approved, additional agencies and facilities may utilize the time and material rates for the corresponding region. Specialized equipment, where pricing does not already exist in this contract may be quoted on a time and materials basis.

F. Contractor Supplied Reports

A complete ASME A17.1 code compliant Maintenance Control Program (MCP) including, but not limited to records of inspections, maintenance, lubrication, repair, replacements and callback services shall be kept in the machine room or other designated location at the property. These records are to be available to the Owner at all times. The records shall indicate the reason the mechanic was in the building, arrival and departure time, the work performed, etc. These records shall be the property of the Owner.

Unless otherwise agreed to by the facility, the contractor shall quarterly (within 30 days after the quarter ends), or at any time during the term of this contract upon written request of the owner, render a report of maintenance inspections, a safety test matrix for all units on a single spread sheet, maintenance hours (target vs. actual), callbacks (shall include categories for entrapments, equipment and non-equipment related calls, running on arrival (ROA), repairs or replacements made by the contractor at the building, itemized as to parts installed or services performed and supply samples of lubricants, compounds, or other materials employed if requested. Quarterly reporting requirements shall include completed versus scheduled preventative maintenance procedures and planned repairs for the just completed quarter, and a six-month projected schedule for preventative maintenance procedures and planned repairs. Where acceptable to the local code authority and approved by the Owner’s representative, a Contractor’s proprietary system that fulfills the requirements above will be accepted in lieu of the method specified provided quarterly and annual summary reports (or at any time during the term of this Contract, upon written request of the Owner) of the required data are provided. FTP LEVEL 1

Page 15: ELEVATOR, ESCALATOR AND LIFTS ... - procure.ohio.gov · ELEVATOR, ESCALATOR AND LIFTS PREVENTATIVE MAINTENANCE & REPAIR . CONTRACT No.: RS902618 EFFECTIVE DATES: 06/01/18 to 05/31/21

Index No.: GDC028

Eff. Date: 06/01/19 Page 15

SPECIFICATIONS (continued)

G. Subcontracting

The awarded Contractor shall perform work amounting to not less than one hundred (100) percent of the Contract price with its own organization, unless otherwise approved in writing by the authorized Facility Manager. The phrase “its own organization” includes only workers employed and paid directly, inclusive of employees who are employed by a lease agreement acceptable to the Department, and equipment owned or rented with or without operators by the Contractor. The phrase does not include employees or equipment of a subcontractor, assignee, or agent of the vendor. FTP LEVEL 3 The Contractor’s percentage of the total Contract Price includes the cost of materials and manufactured products purchased by the Contractor, but not the cost of materials and manufactured products purchased by subcontractors. The Contractor shall not subcontract any of the work covered by the contract unless specifically authorized to do so by the authorized Facility Manager. All approved subcontracting will be supplied to the facility at cost with no vendor markup. The Contractor will be required to submit copies of invoices from subcontractor(s) as proof of costs. The Contractor will be fully responsible for making all subcontractor payments and ensuring that subcontractors follow all laws, rules, safety procedures and agency expectations as though they were the Contractor.

H. Records to be Supplied by the Facility

Any available drawings can be obtained from the facility on signed receipt for use, and such drawings shall be maintained on facility’s premises. Applicable changes shall be noted on drawings and they shall be maintained and updated at all times. On termination or expiration of the contract, they shall be returned to the facility. FTP LEVEL 3

I. Equipment Exclusions

The Contractor is to assume no responsibility for the following items, which are not included under this Contract: hoistway door hinges, panels, frames, gates and sills, cabs, sump pumps, subflooring, floor coverings, cab doors, gates and removable cab panels, cab mirrors and handrails, power switches, fuses and feeders to controllers, light fixtures and lamps, cover plates for signal fixtures and operating stations, smoke detectors, cleaning of cab interiors, exposed sills and exposed escalator surfaces, plungers, casings and cylinders, all hydraulic piping and connections except that portion which is exposed in the machine room and hoistway, emergency power generators, telephones, intercom or music systems, sump pumps and air conditioners or heaters. FTP LEVEL 2

NOTE: The items excluded herein may be covered if the damage to them is due to a failure of the Contractor to perform its assigned duties; for example, car door panels which are scratched due to a failure to repair/replace defective door hanger assemblies.

J. Invoices and Billing

1. Monthly individual site services shall be billed at the monthly individual site service price as listed in the award

documents on a quarterly basis. 2. Agencies or facilities will provide the invoicing address and may request multiple invoices. The Contractor must

provide on each invoice the Contractor’s Tax ID number, invoice number, applicable purchase order number for the work performed, the equipment inventory number, a description of the work performed, date(s) of work performed, and site(s) serviced with monthly fee.

Page 16: ELEVATOR, ESCALATOR AND LIFTS ... - procure.ohio.gov · ELEVATOR, ESCALATOR AND LIFTS PREVENTATIVE MAINTENANCE & REPAIR . CONTRACT No.: RS902618 EFFECTIVE DATES: 06/01/18 to 05/31/21

Index No.: GDC028

Eff. Date: 06/01/18 Page 16

SPECIFICATIONS (continued) 3. Approved Time and Materials repair work will be itemized, specifying the number of hours and applicable rate

according to the price as listed and Time and Materials requirements described above. 4. The Contractor shall not charge for any items outside of the contract including but not limited to shop supplies

and drive time. 5. Facilities will not be charged for services not rendered. If the Contractor fails to provide necessary monthly

services, the facility will not be charged, and the Contractor may be liable for additional liquidated damages. 6. The state reserves the right to audit all invoices submitted by the Contractor, including the review of supplier

invoices paid by the Contractor.

K. Contractor’s Liability 1. The Contractor shall be responsible for any act or neglect of their employees when performing work under this

contract. The awarded contractor’s employees shall observe the rules and regulations of the facility when engaged in work under this contract on the facility’s premises and those adjacent private or public properties. If penalties are levied upon the Department for non-compliance of regulatory requirements as a result of any act or neglect of the company or their employees, the contractor shall be liable for payment of said penalties in whole. FTP LEVEL 2 The Contractor shall not be responsible for the cost of repairs or maintenance necessitated because of negligence or misuse of the machinery, equipment, car, or rendered necessary due to any other cause beyond his control (other than normal wear).

2. The Contractor for the Ohio Department of Rehabilitation and Correction (ODRC) facilities shall familiarize

themselves and any of their employees with the contents and requirements of the “Standards of Conduct for Contractor” (DRC 4376). The Bidder agrees to comply with these standards, safety rules and procedures. Due to facility security requirements, the Agency staff may require the awarded Contractor to document when the Contractor is on state property. Please request a copy of this document from the managing officer of the facility. FTP LEVEL 3

3. The Contractor shall guarantee its workmanship and material for a period of one (1) year from the date of acceptance by the facility and shall promptly remedy, at the awarded vendor’s expense, all defects due thereto which become evident during the guarantee period and pay all expenses for any damages to other systems or structures resulting from their work on the equipment and associated systems referenced herein.

Page 17: ELEVATOR, ESCALATOR AND LIFTS ... - procure.ohio.gov · ELEVATOR, ESCALATOR AND LIFTS PREVENTATIVE MAINTENANCE & REPAIR . CONTRACT No.: RS902618 EFFECTIVE DATES: 06/01/18 to 05/31/21

Index No.: GDC028 Eff.Date:06/01/18 Page 17

SPECIFICATIONS (continued)

III. REGION DEFINITIONS Each region is defined by its corresponding list of Ohio counties, as indicated below. The regions are logistically oriented. A visual illustration of county and region borders is shown in Appendix Four.

1. Region 1 (NW): Defines facility locations in the following counties of Ohio: Allen, Auglaize, Crawford, Defiance, Fulton, Hancock, Hardin, Henry, Lucas, Mercer, Ottawa, Paulding, Putnam, Sandusky, Seneca, Shelby, Van Wert, Williams, Wood, Wyandot.

2. Region 2 (NE): Defines facility locations in the following counties of Ohio: Ashland, Ashtabula, Carroll, Columbiana, Cuyahoga, Erie, Geauga, Harrison, Holmes, Huron, Jefferson, Lake, Lorain, Mahoning, Medina, Portage, Richland, Stark, Summit, Trumbull, Tuscarawas, Wayne.

3. Region 3 (CENTRAL): Defines facility locations in the following counties of Ohio: Champaign, Coshocton,

Delaware, Fairfield, Fayette, Franklin, Guernsey, Hocking, Knox, Licking, Logan, Madison, Marion, Morrow, Muskingum, Perry, Pickaway, Ross, Union.

4. Region 4 (SW): Defines facility locations in the following counties of Ohio: Adams, Brown, Butler, Clark, Clermont, Clinton, Darke, Greene, Hamilton, Highland, Miami, Montgomery, Preble, Warren.

5. Region 5 (SE): Defines facility locations in the following counties of Ohio: Athens, Belmont, Gallia, Jackson, Lawrence, Meigs, Monroe, Morgan, Noble, Pike, Scioto, Vinton, Washington.

IV. PRICING STRUCTURE

1. The Bidder may bid for one, multiple or all of the five (5) defined regions (NW, NE, Central, SW, SE). Failure to bid pricing all locations, specified equipment, labor rates, materials mark-up, five-year full load tests, and additional equipment types the desired region may deem the bidder not responsive for that region.

2. For each region bid, the Bidder shall separately provide a five-year full load test price and a monthly scheduled preventative maintenance service price for all services as defined in the Scheduled Preventative Maintenance section for all locations and equipment in the desired region(s). Hydraulic elevators do not require Five Year Load Testing. For this equipment in the price pages, Bidder may enter “N/A in the "Five Year Load Test (per test) cell or leave it blank. *

3. For each region bid, the Bidder shall provide time and materials rates for categories below for applicable

maintenance as defined in the Time and Materials specifications above: .

• Normal Working Hours Callback Service Labor Rate for Mechanic • Normal Working Hours Callback Service Labor Rate for Mechanic Assistant • After Hours Callback Service Labor Rate for Mechanic • After Hours Callback Service Labor Rate for Mechanic Assistant • Holiday Hours Callback Service Labor Rate for Mechanic • Holiday Hours Callback Service Labor Rate for Mechanic Assistant • Markup on vendor supplied parts for repairs

4. For each region bid, the Bidder shall provide a Markup (or discount) percentage multiplier on materials and

equipment for the performance of time and materials maintenance as defined.

5. For each region bid, to accommodate Additional Facilities and Equipment, the Bidder shall separately provide a five-year full load test price and a monthly scheduled preventative maintenance service price for all services as defined in the Scheduled Preventative Maintenance section for all equipment types listed.

PRICE PAGE LINK * To advise of change in pricing structure paragraph IV.2.

Page 18: ELEVATOR, ESCALATOR AND LIFTS ... - procure.ohio.gov · ELEVATOR, ESCALATOR AND LIFTS PREVENTATIVE MAINTENANCE & REPAIR . CONTRACT No.: RS902618 EFFECTIVE DATES: 06/01/18 to 05/31/21

Index No.: GDC028

Eff. Date: 06/01/18 Page 18

SPECIFICATIONS (continued)

III. BIDDER REFERENCES, SUBMISSION AND PRICING REQUIREMENTS A. Bidder References - In addition to the Bidders Instructions and Special Terms and Conditions

1. All bidders should have a minimum of five (5) years’ experience in performing like services for similarly sized

facilities and equipment.

2. All bidders shall also provide with their bid a list of their facilities, capacities, and the location(s) which will be responsible for this Contract.

Each bidder shall provide the name, email address, organization, address and telephone number of at least three (3) references with whom they have provided like services for at least five (5) years. Failure to submit three (3) positive references may result in disqualification and no further consideration given. Appendix Five

B. Check Charts – All bidders shall submit with their bid a schedule for inspection and adjustments in the form of a

Check Chart, submitting one (1) chart for each different type of elevator system. The Check Chart shall indicate the preventive maintenance, routine and periodic inspections to be performed, and the frequency of those tasks in accordance with the specifications contained herein.

Page 19: ELEVATOR, ESCALATOR AND LIFTS ... - procure.ohio.gov · ELEVATOR, ESCALATOR AND LIFTS PREVENTATIVE MAINTENANCE & REPAIR . CONTRACT No.: RS902618 EFFECTIVE DATES: 06/01/18 to 05/31/21

Index No.: GDC028

Eff. Date: 06/01/18 Page 19

APPENDIX ONE

MANDATORY SITE VISITS - FACILITY LOCATIONS, DATE/TIME AND CONTACTS

REGION

COUNTY

AGENCY

FACILITY

ADDRESS

CONTACT PERSON AND

PHONE NO

SITE VISIT

DATE & TIME

2 (NE) Summit DAS Ocasek Government Office Building (DAS)

161 S. High Street, Akron, OH 44308

Timothy Davis (330) 643-1790

March 20, 2018 9:00 a.m.

2 (NW) Cuyahoga DAS Lausche State Office Building (DAS)

615 Superior Avenue, Cleveland, OH 44113

Chris Camak (216) 787-4894

March 20, 2018 12:30 p.m.

1 (NW) Lucas DAS DiSalle Government Building (DAS)

640 Jackson Street, Toledo, OH 43604

Patrick Kelleher (419) 245-3082

March 22, 2018 11:00 a.m.

3 (CTR) Franklin DAS

Ohio Department of Education Building

(DAS)

25 South Front Street, Columbus, OH 43215

Noel Rozelle (614) 387-0300

March 27, 2018 8:00 a.m.

3 (CTR) Franklin DAS

Riffe Center for Government & Arts

(DAS)

77 S. High Street, Columbus, OH 43215

Brian Hammen (614) 644-9854

March 27, 2018 9:30 a.m.

3 (CTR) Franklin DAS Rhodes State Office

Tower (DAS) 30 E. Broad Street,

Columbus, OH 43215 Diane Tredway (614) 204-8665

March 27, 2018 11:00 a.m.

3 (CTR) Franklin DAS North High Complex-High Street (DAS)

246 North High Street, Columbus, OH 43215

Eric Hanna (614) 995-1477

March 27, 2018 2:00 p.m.

(both with same site visit)

3 (CTR) Franklin DAS

North High Complex---E. Chestnut Street

(DAS)

35 East Chestnut Street, Columbus, OH

43215

3 (CTR) Franklin DAS Governor’s Residence (DAS)

358 N. Parkview, Columbus, OH 43209

Alan Rawlins (614) 207-4278

March 27, 2018 3:30 p.m.

Page 20: ELEVATOR, ESCALATOR AND LIFTS ... - procure.ohio.gov · ELEVATOR, ESCALATOR AND LIFTS PREVENTATIVE MAINTENANCE & REPAIR . CONTRACT No.: RS902618 EFFECTIVE DATES: 06/01/18 to 05/31/21

Index No.: GDC028

Eff. Date:06/01/18 Page 20

APPENDIX TWO

OPTIONAL SITE VISITS - FACILITY LOCATIONS AND AGENCY CONTACT

REGION

COUNTY AGENCY

FACILITY

ADDRESS CONTACT PERSON

AND PHONE NO

1 (NW) LUCAS DMH Northwest Ohio

Psychiatric Hospital

930 Detroit Avenue, Toledo, OH 43614

Timothy Lanning * (419) 381-1881 Ext.

2261

1 (NW) ALLEN DOT ODOT District 1 1705 N. McCullough Street,

Lima, OH 45801 Tony Lotz,

(419) 999-6791

1 (NW) WOOD DOT ODOT District 2 317 E. Poe Rd,

Bowling Green, OH 43402 Greg Strausbaugh,

(419) 373-4310

1 (NW) SHELBY DOT ODOT District 7 1001 St. Marys Avenue,

Sidney, OH 4536 : Ryan Noll, (937)

497-6730

1 (NW) HANCOCK DPS Findlay Patrol Post 3201 North Main Street,

Findlay, OH 45840 Cheryl Lee,

(419) 423-3435

1 (NW) LUCAS DRC Toledo Correctional

Institution 2001 East Central Avenue,

Toledo, OH 43608

Gary Wiswasser, (419) 726-7977,

Ext. 7265

1 (NW) ALLEN DRC Oakwood Correctional

Facility 3200 N. West Street,

Lima, OH 45801

Dennis Barkimer, (419) 225-8052,

Ext. 2236

2 (NE) ASHLAND DOT ODOT District 3 906 North Clark Street,

Ashland, OH 44805 Richard Feldkamp,

(419) 207-7122

2 (NE) SUMMIT DOT ODOT District 4 2088 S. Arlington Road,

Akron, OH 44805

Tony Nathan Crozier,

(330) 786-2238

2 (NE) TUSCARAWAS DOT ODOT District 11 2201 Reiser Ave,

New Philadelphia, OH 44663 Steve Limbacher, (330) 308-3924

2 (NE) CUYAHOGA DOT ODOT District 12 5500 Transportation Blvd.,

Garfield Heights, OH 44663 Tom Vanek,

(216) 584-2040

2 (NE) SUMMIT DMH Northcoast Behavioral

Healthcare 1759 Sagamore Rd., Northfield, OH 44067

David Palmer * (330) 467-7131

X2261

2 (NE) RICHLAND DRC Heartland Behavioral

Healthcare

3000 Erie Street,

Massillon, OH 44646

Daniel Rutt, (330) 833-3135,

Ext. 1281

2 (NE) MAHONING DRC Ohio State Penitentiary 878 Coitsville-Hubbard Road,

Youngstown, OH 44505

Mitchell Jackson (330) 743-0700,

X5000

2 (NE) ERIE DVS Ohio Veterans Home-

Sandusky 3416 Columbus Avenue,

Sandusky, OH 44870-5598

Christopher * Kaufman,

(567) 998-3461

2 (NE) STARK DYS Indian River Juvenile Correctional Facility

2775 Indian River Road, Massillon, Ohio 44646

Joe Futrell (330) 236-5678

2 (NE) CUYAHOGA DYS Cuyahoga Hills Juvenile

Correctional Facility 4321 Green Road,

Highland Hills, Ohio 44128 Anthony Pacifica (216) 682-2235)

2 (NE) RICHLAND DRC Richland Correctional

Institution (DRC) 1001 Olivesburg Road, Mansfield, OH 44903

Kerry W. Cramer (419) 526-2100

X2401 * To advise of change in contact information. .

Page 21: ELEVATOR, ESCALATOR AND LIFTS ... - procure.ohio.gov · ELEVATOR, ESCALATOR AND LIFTS PREVENTATIVE MAINTENANCE & REPAIR . CONTRACT No.: RS902618 EFFECTIVE DATES: 06/01/18 to 05/31/21

Index No.: GDC028

Eff. Date:06/01/18 Page 21

APPENDIX TWO (CONTINUED)

OPTIONAL SITE VISITS - FACILITY LOCATIONS AND AGENCY CONTACT

REGION

COUNTY AGENCY

FACILITY

ADDRESS CONTACT PERSON

AND PHONE NO

3 (CTR) FAIRFIELD DRC

Southeastern Correctional Complex – Lancaster Unit

(DRC) 5900 BIS Road,

Lancaster, OH 43130

Kevin Ewers (740) 653-4324

X40773 or Jamie Spergin (740) 653-4324

X40780

3 (CTR) FRANKLIN AGR Department of Agriculture

Campus 8995 E. Main St

Reynoldsburg, Ohio 43068 Todd Shumacker (614) 374-7241

3 (CTR) LICKING DOT ODOT District 5

9600 Jacksontown Road, Jacksontown, OH 43030

Bob Roahrig (740) 323-5150

3 (CTR) DELAWARE DOT ODOT District 6

400 E William Street, Delaware, OH 43015

Karl Newman, (740) 833-8238

3 (CTR) ROSS DOT ODOT District 9

650 650 Eastern Avenue, Chillicothe, OH 45601

Ed Cox. (740) 774-8917

3 (CTR) FRANKLIN DNR Ohio Dept. of Natural Resources Campus

2045 Morse Rd. Columbus, OH 43229

Brad Armstrong (614) 265-7010

3 (CTR) FRANKLIN DPS Alum Creek Facility 1583 Alum Creek Drive, Columbus, OH 43209

Christopher Lee, (614) 995-3713

3 (CTR) FRANKLIN DPS Shipley Building 1970 West Broad Street Columbus, OH 43223

Christopher Lee, (614) 995-3713

3 (CTR) FRANKLIN DPS Emergency Management

Agency (EMA) 2855 W. Dublin Granville Rd.,

Columbus, OH 43235

Christopher Lee, (614) 995-3713

3 (CTR) GUERNSEY DPS Cambridge Patrol Post 7051 Glenn Highway, Cambridge,

OH 43725 James Tracey, (740) 439-1388

3 (CTR) PICKAWAY DRC

Pickaway Correctional

Institution 11781 St. Rt. 762, Orient, OH 43146

Margaret Brown, (614) 877-4362

Ext. 2560

3 (CTR) UNION DRC Ohio Reformatory for

Women 1479 Collins Avenue, Marysville, OH 43040

Richard Crawford (937) 537-2392

3 (CTR) MADISON DRC London Correctional

Institution

1580 St. Rt. 56, London, OH 43140

Chris Darling (740) 852-2454

X206228

3 (CTR) ROSS DRC Chillicothe Correctional

Institution 15802 St. Rt. 104N,

Chillicothe, OH 45601 Jan McAffe,

(740) 774-0022

3 (CTR) FRANKLIN DRC Franklin Medical Center 1990 Harmon Avenue, Columbus, OH 43223

Mark Dyer, (614) 394-3876

3 (CTR) MARION DRC Marion Correctional

Institution 940 Marion-Williamsport Road,

Marion, OH 43302

Keith Beitzel, (740) 382-5781,

Ext. 2014

3 (CTR) FRANKLIN MHA Twin Valley Behavioral

Healthcare 2200 West Broad Street, Columbus, Ohio 43223

Robert Bardelang (614) 752-0333

*

3 (CTR) FRANKLIN OSBD Ohio State School for the

Blind 5520 North High Street, Columbus, Ohio 43214

Chris C. Simonson (614) 728-4047)

3 (CTR) FRANKLIN OSBD Ohio School for the Deaf 500 Morse Road,

Columbus, Ohio 43214 Chris C. Simonson

(614) 728-4047)

4 (SW) HAMILTON DMH Summit Behavioral

Healthcare 1101 Summit Road,

Cincinnati, OH 45237 Jim O’Connor, (513) 948-3085

4 (SW) WARREN DOT ODOT District 8 505 S. State Route 741,

Lebanon, OH 45036 Bob Montgomery, (513) 933-6539

4 (SW) CLINTON DPS Wilmington Patrol Post 950 Rombach Avenue, Wilmington, OH 45177

Stan Jordan, (937) 382-2551

*Denotes item deleted, MHA 30 E. Broad Street.

Page 22: ELEVATOR, ESCALATOR AND LIFTS ... - procure.ohio.gov · ELEVATOR, ESCALATOR AND LIFTS PREVENTATIVE MAINTENANCE & REPAIR . CONTRACT No.: RS902618 EFFECTIVE DATES: 06/01/18 to 05/31/21

Index No.: GDC028

Eff. Date: 06/01/18 Page 22

APPENDIX TWO (CONTINUED)

OPTIONAL SITE VISITS - FACILITY LOCATIONS AND AGENCY CONTACT

REGION

COUNTY AGENCY

FACILITY

ADDRESS CONTACT PERSON

AND PHONE NO

4 (SW) MONTGOMERY DRC Dayton Correctional

institution 4104 Germantown Street,

Dayton, OH 45417

David Ragland, (937) 263-0060,

Ext. 5102

4 (SW) BROWN DVS Ohio Veterans Home –

Georgetown 2003 Veterans Boulevard, Georgetown, OH 45121

Charlie Hall, * (937) 378-2900

x2745

5 (SE) ATHENS DMH Appalachian Behavioral

Healthcare (Athens)

100 Hospital Drive, Athens, OH 45701

Rodney Vannest, (740) 594-5000

5 (SE) WASHINGTON DOT ODOT District 10 38 Muskingum Drive, Marietta, OH 45750

Rich Oster, (740) 568-3924

5 (SE) SCIOTA DRC Southern Ohio

Correctional Facility Lucasville-Minford Road,

Lucasville, OH 45699 Mike Sheeter,

(740) 370-3451 * To advise of change in contact information.

Page 23: ELEVATOR, ESCALATOR AND LIFTS ... - procure.ohio.gov · ELEVATOR, ESCALATOR AND LIFTS PREVENTATIVE MAINTENANCE & REPAIR . CONTRACT No.: RS902618 EFFECTIVE DATES: 06/01/18 to 05/31/21

Index No.: GDC028

Eff. Date: 12/31/18 Page 23

APPENDIX THREE

SPECIFICATIONS – ELEVATORS TO BE SERVICED (MONTHLY) REGION 1 – NORTHWEST (NW) OHIO

* NORTHWEST OHIO PSYCHIATRIC HOSPITAL CONTACT: TIMOTHY LANNING, (419) 381-1881 EXT. 2261

LOCATION NO. MFG. TYPE POWER CAPACITY LANDINGS Geriatrics 20647 Kerscher Passenger Hydraulic 4,000 3 Geriatrics 20648 Kerscher Passenger Hydraulic 4,000 3 Geriatrics 20649 Kerscher Passenger Hydraulic 4,000 3 Geriatrics 20650 Kerscher Passenger Hydraulic 4,000 3

FINDLAY PATROL POST CONTACT: SUE CHERYL LEE (419) 423-3435

LOCATION NO. MFG. TYPE POWER CAPACITY LANDINGS Main 44136 Concord Passenger Hydraulic 1,400 2

Exceptions to Specifications for this facility: Contractor must provide copy of completed monthly checklist to the Post. Contractor must maintain sign-in log at the Post. TOLEDO CORRECTIONAL INSTITUTION CONTACT: BEN SUMMER, (419) 726-7977, EXT. 62262

LOCATION NO. MFG. TYPE POWER CAPACITY LANDINGS A Block 41774 Thyssen Dover Passenger Hydraulic 4,500 2 B Block 41775 Thyssen Dover Passenger Hydraulic 4,500 2 C Block 41776 Thyssen Dover Passenger Hydraulic 4,500 2 D Block 41777 Thyssen Dover Passenger Hydraulic 4,500 2 Admin N 41761 Thyssen Dover Passenger Hydraulic 2,500 2 Admin S 41762 Thyssen Dover Passenger Hydraulic 4,500 2 Master 41895 Porchlift Wheel Chair Screw 750 2

OAKWOOD CORRECTIONAL FACILITY CONTACT: DENNIS BARKIMER, (419) 225-8052, EXT. 2236

LOCATION NO. MFG. TYPE POWER CAPACITY LANDINGS North Wing 28084 Otis Passenger Hydraulic 2,500 2 North Wing 28083 Otis Freight/Passenger Hydraulic 4,000 3

*Denotes removal of DiSalle Government Center effective 12/31/18 at 11:59 PM.

Page 24: ELEVATOR, ESCALATOR AND LIFTS ... - procure.ohio.gov · ELEVATOR, ESCALATOR AND LIFTS PREVENTATIVE MAINTENANCE & REPAIR . CONTRACT No.: RS902618 EFFECTIVE DATES: 06/01/18 to 05/31/21

Index No.: GDC028

Eff. Date: 06/01/18 Page 24

APPENDIX THREE (CONTINUED)

SPECIFICATIONS – ELEVATORS TO BE SERVICED (MONTHLY) REGION 1 – NORTHWEST (NW) OHIO

ODOT DISTRICT 1, 1705 N. MCCULLOUGH STREET, LIMA, OH 45801 CONTACT: TONY LOTZ, (419) 999-6791*** LOCATION NO. MFG. TYPE POWER CAPACITY LANDINGS

Garage N/A Wildeck Material/Freight Hydraulic 2000 2 ODOT DISTRICT 2, 317 E. POE RD, BOWLING GREEN, OH 43402 CONTACT: GREG STRAUSBAUGH, (419) 373-4310 LOCATION NO. MFG. TYPE POWER CAPACITY LANDINGS Office Bldg. 35839 Dover Passenger Hydraulic 3500 4

ODOT DISTRICT 7, 1001 ST. MARY’S’ AVENUE, SIDNEY, OH 45365 CONTACT: RYAN NOLL, (937) 497-6730 LOCATION NO. MFG. TYPE POWER CAPACITY LANDINGS Office Bldg. 14490 Plun. Passenger Hydraulic 2500 3 Office Bldg. 19279 Plun. Passenger Hydraulic 3000 2

REGION 2 – NORTHEAST (NE) OHIO

LAUSCHE ST. OFFICE BUILDING, 615 SUPERIOR AVE., CLEVELAND, OHIO 44113 CONTACT: TIMOTHY DAVIS (330) 643-1790 LOCATION NO. MFG. TYPE POWER CAPACITY LANDINGS

1 25168 ThyssenKrupp/Otis Freight Hydraulic 10000 5 2 25169 ThyssenKrupp Passenger Traction 3500 13 3 25170 ThyssenKrupp Passenger Traction 5000 15 4 25171 ThyssenKrupp Passenger Traction 3500 13 5 25172 ThyssenKrupp Passenger Traction 3500 13 6 25173 ThyssenKrupp Passenger Traction 3500 13 7 25174 ThyssenKrupp Passenger Traction 3500 13 8 25175 ThyssenKrupp Passenger Traction 3500 13

OCASEK GOVT. OFFICE BUILDING 161 SOUTH HIGH STREET, AKRON, OHIO 44308 CONTACT: TIM GRYS, (330) 643-1790 LOCATION

(NO.) NO. MFG. TYPE POWER CAPACITY LANDINGS

1 27148 Montgomery Passenger Traction 3500 13 2 27147 Montgomery Passenger Traction 3500 13 3 27146 Montgomery Passenger Traction 3500 13 4 27144 Montgomery Passenger Traction 3500 13 5 27474 Montgomery Freight Traction 4500 13

ES74248-01 28673 Westinghouse Escalator Escalator 5000 2 ES77428-08 28672 Westinghouse Escalator Escalator 5000 2 NORTHCOAST BEHAVIORAL HEALTHCARE CONTACT:DAVID PALMER (330) 467-7131 X2261*

LOCATION NO. MFG. TYPE POWER CAPACITY LANDINGS McKee 1L 20822 Dover Passenger Hydraulic 3800 5 McKee 2R 20823 Dover Passenger Hydraulic 3800 5

** **

Operator 62773 Thyssen Krupp Passenger Hydraulic 5000 2 McKee C/D 62775 Thyssen Krupp Passenger Hydraulic 5000 2 McKee A/B 62774 Thyssen Krupp Passenger Hydraulic 5000 2

* To advise of change in contact information. ** To indicate DMH elevators removed after no award, Equipment numbers 8373 & 8374 *** To Update contact phone number

Page 25: ELEVATOR, ESCALATOR AND LIFTS ... - procure.ohio.gov · ELEVATOR, ESCALATOR AND LIFTS PREVENTATIVE MAINTENANCE & REPAIR . CONTRACT No.: RS902618 EFFECTIVE DATES: 06/01/18 to 05/31/21

Index No.: GDC028 Eff. Date: 06/01/18 Page 25

APPENDIX THREE (CONTINUED) SPECIFICATIONS – ELEVATORS TO BE SERVICED (MONTHLY)

REGION 2 – NORTH EAST (NE) OHIO

* To advise of change in contact information. ** To advise of equipment specification correction.

HEARTLAND BEHAVIORAL HEALTHCARE (MASSILLON) CONTACT: DANIEL RUTT, (330) 833-3135, EXT. 1281 LOCATION NO. MFG. TYPE POWER CAPACITY LANDINGS

Rehab 21237 Plunger Passenger Hydraulic 4,000 2 Rehab 21238 Plunger Passenger Hydraulic 4,000 2 Rehab 21239 Plunger Passenger Hydraulic 4,000 2 Admin 43055 Thyssen Dover Passenger Hydraulic 2,100 2

OHIO VETERANS HOME – SANDUSKY CONTACT: CHRISTOPHER KAUFMAN, (567) 998-3461 *

LOCATION NO. MFG. TYPE POWER CAPACITY LANDINGS Giffin Care 9245** Haughton Passenger Traction** 3,500 4 Giffin Care 27974 Plunger Passenger Hydraulic 3,500 4

Secrest Nursing 25138 Plunger Passenger Hydraulic 4,000 3 Secrest Nursing 25137 Plunger Passenger Hydraulic 4,000 3 Secrest Nursing 25136 Plunger Passenger Hydraulic 4,000 3

Secrest Receiving Dock

25135

Plunger

Freight

Hydraulic

5,000

2

Veterans Hall 31522 Thyssen Dover Passenger Hydraulic 4,000 2 Veterans Hall 31523 Thyssen Dover Passenger Hydraulic 2,500 2 Veterans Hall 31524 Thyssen Dover Passenger Hydraulic 2,500 2 Veterans Hall 31525** Thyssen Dover Passenger Hydraulic 2,500 2 Veterans Hall 31521 Thyssen Dover Passenger Hydraulic 4,000 4

IF Mack Building 34359 Thyssen Dover Passenger Hydraulic 2,100 3 O Cottage NA Giant Lift Hydraulic UNK 2

OHIO STATE PENITENTIARY CONTACT: MITCHELL JACKSON, (330) 743-0700, EXT. 37347* LOCATION NO. MFG. TYPE POWER CAPACITY LANDINGS

Main Building 36001 Dover Passenger Hydraulic 4,000 5 Main Building 36068 Dover Passenger Hydraulic 4,000 5 Main Building 35997 Dover Passenger Hydraulic 3,000 2 Main Building 35998 Dover Passenger Hydraulic 3,000 3 Main Building 35999 Dover Passenger Hydraulic 3,000 3 Main Building 36000 Dover Passenger Hydraulic 3,000 3 Main Building 46118 Abell Passenger Hydraulic 3,000 3 Main Building 46119 Abell Passenger Hydraulic 3,000 3 Main Building 46120 Abell Passenger Hydraulic 3,000 3 Main Building 46121 Abell Passenger Hydraulic 3,000 3 Main Building 46122 Abell Passenger Hydraulic 3,000 5 Main Building 46123 Abell Passenger Hydraulic 3,000 3 Main Building 46124 Abell Passenger Hydraulic 3,000 3 Main Building 46125 Abell Passenger Hydraulic 3,000 5

Page 26: ELEVATOR, ESCALATOR AND LIFTS ... - procure.ohio.gov · ELEVATOR, ESCALATOR AND LIFTS PREVENTATIVE MAINTENANCE & REPAIR . CONTRACT No.: RS902618 EFFECTIVE DATES: 06/01/18 to 05/31/21

Index No.: GDC028

Eff. Date: 06/01/18 Page 26

APPENDIX THREE (CONTINUED)

SPECIFICATIONS – ELEVATORS TO BE SERVICED (MONTHLY)

REGION 2 – NORTHEAST (NE) OHIO

RICHLAND CORRECTIONAL INSTITUTION CONTACT: KEVIN PIERCE ( 419) 526-2100 X20656*** LOCATION NO. MFG. TYPE POWER CAPACITY LANDINGS

Housing Unit #1 40064 Abell Elevator Passenger Hydraulic 2,000 2 Housing Unit #2 40071 Abell Elevator Passenger Hydraulic 2,000 2 Housing Unit #3 40072 Abell Elevator Passenger Hydraulic 2,000 2 Housing Unit #4 40073 Abell Elevator Passenger Hydraulic 2,000 2 Housing Unit #5 40633 Abell Elevator Passenger Hydraulic 2,000 2

INDIAN RIVER JUVENILE CORRECTIONAL FACILITY (MASSILLON) CONTACT: JOE FUTRELL (330-236-5678)

LOCATION NO. MFG. TYPE POWER CAPACITY LANDINGS * *

CUYAHOGA HILLS JUVENILE CORRECTIONAL FACILITY (HIGHLAND HILLS) CONTACT: ANTHONY PACIFICA (216) 682-2235

LOCATION NO. MFG. TYPE POWER CAPACITY LANDINGS ** **

ODOT DISTRICT 3, 906 NORTH CLARK STREET, ASHLAND, OH 44805 CONTACTS: RICHARD FELDKAMP (419) 207-7122

LOCATION NO. MFG. TYPE POWER CAPACITY LANDINGS Office Bldg. 34293 Dover Passenger Hydraulic 4,500 3

ODOT DISTRICT 4, 2088 S. ARLINGTON ROAD, AKRON, OH 44805 CONTACTS: TONY NATHAN CROZIER, (330) 786-

2238 LOCATION NO. MFG. TYPE POWER CAPACITY LANDINGS Office Bldg. 30794 Dover Passenger Hydraulic 2500 3 Office Bldg. 33096 Dover Passenger Hydraulic 2500 3 Office Bldg. 46960 Dover Wheelchair/Lift Screw 750 3

ODOT DISTRICT 11, 2201 REISER AVE, NEW PHILADELPHIA, OH 44663 CONTACTS: STEVE LIMBACHER, (330) 308-3924

LOCATION NO. MFG. TYPE POWER CAPACITY LANDINGS Office Bldg. 34752 Schindler Passenger Hydraulic 3,000 2

ODOT DISTRICT 12, 5500 TRANSPORTATION BLVD., GARFIELD HTS OH 44663 CONTACTS: TOM VANEK, (216) 584-2040

LOCATION NO. MFG. TYPE POWER CAPACITY LANDINGS Office Bldg. 29291 Kone Passenger Hydraulic 2,500 3

* To indicate elevators removed after No Award is made; Indian River Correctional equipment numbers: 43780 & 43781 **To indicate elevators removed after No Award is made; Cuyahoga Hills Correctional equipment numbers: 21205 & 52424 *** To indicate contact information update

Page 27: ELEVATOR, ESCALATOR AND LIFTS ... - procure.ohio.gov · ELEVATOR, ESCALATOR AND LIFTS PREVENTATIVE MAINTENANCE & REPAIR . CONTRACT No.: RS902618 EFFECTIVE DATES: 06/01/18 to 05/31/21

Index No.: GDC028

Eff. Date: 06/01/18 Page 27

APPENDIX THREE (CONTINUED)

SPECIFICATIONS – ELEVATORS TO BE SERVICED (MONTHLY) REGION 3 – CENTRAL (CTL) OHIO

OHIO DEPARTMENT OF AGRICULTURE CAMPUS 8995 E. MAIN STREET, REYNOLDSBURG, OH 43130 CONTACT: TODD SHUMACKER (614) 374-7241

LOCATION NO. MFG. TYPE POWER CAPACITY LANDINGS Bldg. 22 Car 1 ThyssenKrupp Passenger Hydraulic 4,600 3 Bldg. 22 Car 3 Fujitec. Freight Hydraulic 4,600 3 Bldg. 3 Car 1 Garaventa

Assessibility Freight Electric 4,600 2

Bldg. 22 Car 1 Abell Passenger Hydraulic 2,080 2 Bldg. Car 1 Schindler Passenger Hydraulic 4,600 4 Bldg. Car 2 Schindler Passenger Hydraulic 4,600 4

METRO GROUP BUILDINGS 25 S. FRONT / 246 N. HIGH STREET / 35 E. CHESTNUT OHIO DEPT. OF EDUCATION BUILDING 25 SOUTH FRONT ST., COLUMBUS, OHIO CONTACT: AMY WILSON, (614) 387-0300

LOCATION (NO.)

NO. MFG. TYPE POWER CAPACITY LANDINGS

1 7467 Otis Passenger Traction 3,000 9 2 7468 Otis Passenger Traction 3,000 9 3 7470 Otis Passenger Traction 3,000 9 4 7469 Otis Passenger Traction 3,000 9 5 7471 Otis Freight Traction 5,500 9 6 29034 Capitol Freight Hydraulic 3,500 3

GOVERNOR’S RESIDENCE CONTACT: CAMERON MILLER, 614-644-7644 EXT. 5 LOCATION(NO.) NO. MFG. TYPE POWER CAPACITY LANDINGS

PE 1 N/A OTIS Passenger Traction 650 4

NORTH HIGH COMPLEX 35 EAST CHESTNUT STREET, COLUMBUS, OHIO CONTACT: ERIC HANNA, (614) 995-1477

LOCATION (NO.)

NO. MFG. TYPE POWER CAPACITY LANDINGS

1 47505 Otis Passenger Traction 3500 10 2 47502 Otis Passenger Traction 3500 10 3 47504 Otis Passenger Traction 3500 10 4 47501 Otis Passenger Traction 3500 10 5 47503 Otis Passenger Traction 3500 10 6 47506 Otis Freight Traction 4000 11

NORTH HIGH COMPLEX 246 NORTH HIGH STREET, COLUMBUS, OHIO CONTACT: ERIC HANNA, (614) 995-1477 LOCATION (NO.) NO. MFG. TYPE POWER CAPACITY LANDINGS

1 8041 Otis Passenger Traction 3,000 9 2 8042 Otis Passenger Traction 3,000 9 3 8043 Otis Passenger Traction 3,000 9 4 8044 Otis Passenger Traction 3,000 11 5 8045 Otis Passenger Traction 3,000 9 6 8046 Otis Passenger Traction 3,000 9 7 8047 Otis Passenger Traction 3,000 9 8 8048 Otis Passenger Traction 3,000 9 9 8049 Otis Freight Traction 4000 9

Page 28: ELEVATOR, ESCALATOR AND LIFTS ... - procure.ohio.gov · ELEVATOR, ESCALATOR AND LIFTS PREVENTATIVE MAINTENANCE & REPAIR . CONTRACT No.: RS902618 EFFECTIVE DATES: 06/01/18 to 05/31/21

Index No.: GDC028

Eff. Date: 06/01/18 Page 28

APPENDIX THREE (CONTINUED) SPECIFICATIONS – ELEVATORS TO BE SERVICED (MONTHLY)_

REGION 3 – CENTRAL (CTL) OHIO

DOWNTOWN COLUMBUS TOWERS RHODES ST. OFFICE TOWER 30 EAST BROAD ST., COLUMBUS, OHIO 43215 CONTACT: RYAN DALTON, (614)466-1268 LOCATION(NO.) NO. MFG. TYPE POWER CAPACITY LANDINGS

1 22001 Otis Passenger Traction 4000 17 2 22002 Otis Passenger Traction 4000 17 3 22003 Otis Passenger Traction 4000 17 4 22004 Otis Passenger Traction 4000 17 5 22005 Otis Passenger Traction 4000 17 6 22006 Otis Passenger Traction 4000 17 7 22007 Otis Passenger Traction 4000 17 8 22008 Otis Passenger Traction 4000 13 9 22009 Otis Passenger Traction 4000 13

10 22010 Otis Passenger Traction 4000 13 11 22011 Otis Passenger Traction 4000 13 12 22012 Otis Passenger Traction 4000 13 13 22013 Otis Passenger Traction 4000 13 14 22014 Otis Passenger Traction 4000 13 15 22015 Otis Passenger Traction 4000 13 16 22016 Otis Passenger Traction 4000 13 17 22017 Otis Passenger Traction 4000 13 18 22018 Otis Passenger Traction 4000 13 19 22019 Otis Passenger Traction 4000 13 20 22020 Otis Passenger Traction 4000 13 21 22511 Otis Freight Traction 5000 45 22 22512 Otis Freight Traction 5000 45 24 22306 Otis B-3 – Lobby Hydraulic 2000 4 25 22307 Otis B-3 – Lobby Hydraulic 2000 4

DW26 22503 Otis Dumbwaiter w/Safety

500 2

Down 22346 Otis Escalator Escalator 10000 2 Up 22347 Otis Escalator Escalator 10000 2

DOWNTOWN COLUMBUS TOWERS RIFFE CENTER FOR GOVT. & ARTS 77 SOUTH HIGH ST, COLS, OHIO 43215 CONTACT: BRIAN HAMMEN (614) 644-9854 LOCATION(NO.) NO. MFG. TYPE POWER CAPACITY LANDINGS

17 29010 Moseley Freight Hydraulic 30000 7 20 28568 Otis Passenger Hydraulic 2500 3 21 29777 Gillespie Passenger Traction 500 5 22 28569 Otis 506 Escalator Escalator 9000 PPH N/A 23 28570 Otis 506 Escalator Escalator 9000 PPH N/A 24 28571 Otis 506 Escalator Escalator 9000 PPH N/A 25 28572 Otis 506 Escalator Escalator 9000 PPH N/A 26 28573 Otis 506 Escalator Escalator 9000 PPH N/A 27 28574 Otis 506 Escalator Escalator 9000 PPH N/A 28 28575 Otis 506 Escalator Escalator 9000 PPH N/A 29 28576 Otis 506 Escalator Escalator 9000 PPH N/A 30 29001 Otis 506 Escalator Escalator 9000 PPH N/A 31 29002 Otis 506 Escalator Escalator 9000 PPH N/A 32 29003 Otis 506 Escalator Escalator 9000 PPH N/A 33 29004 Otis 506 Escalator Escalator 9000 PPH N/A 34 29006 Otis 506 Escalator Escalator 9000 PPH N/A 35 29005 Otis 506 Escalator Escalator 9000 PPH N/A 36 29008 Otis 506 Escalator Escalator 9000 PPH N/A 37 29007 Otis 506 Escalator Escalator 9000 PPH N/A 38 30199 Gala Truck Lift – Theater Hydraulic 8000 4 39 30353 Hoffman Stage Lift Screw 22250 5 40 48826 Hoffman Theater Seating Lift Screw Seating Only 2 41 48827 Hoffman Theater Seating Lift Screw Seating Only 2

Page 29: ELEVATOR, ESCALATOR AND LIFTS ... - procure.ohio.gov · ELEVATOR, ESCALATOR AND LIFTS PREVENTATIVE MAINTENANCE & REPAIR . CONTRACT No.: RS902618 EFFECTIVE DATES: 06/01/18 to 05/31/21

Index No.: GDC028

Eff. Date: 06/01/18 Page 29

APPENDIX THREE (CONTINUED)

SPECIFICATIONS – ELEVATORS TO BE SERVICED (MONTHLY) REGION 3 – CENTRAL (CTL) OHIO

ODPS, ALUM CREEK FACILITY CONTACT: CHRISTOPHER LEE, (614) 995-3713

*ANNUAL SERVICE LOCATION NO. MFG. TYPE POWER CAPACITY LANDINGS

Warehouse East Side

40402

Savaria

Passenger

ADA

Rope

Hydraulics

750

2

Warehouse West Side

40401

Savaria

Passenger

ADA

Rope

Hydraulics

750

2

ODPS, EMERGENCY MANAGEMENT AGENCY CONTACT: CHRISTOPHER LEE, (614) 995-3713

**QUARTERLY SERVICE LOCATION NO. MFG. TYPE POWER CAPACITY LANDINGS

Main Front

33753

Abell

Passenger/Freight

Hydraulic

4,000

2

Main Rear

33752

Abell

Passenger/Freight

Hydraulic

3,500

3

ODPS, SHIPLEY BUILDING CONTACT: CHRISTOPHER LEE, (614) 995-3713

LOCATION NO. MFG. TYPE POWER CAPACITY LANDINGS ODPS Building

35545

Dover

Freight Traction

7,500

7

ODPS Building

35546

Dover

Passenger Traction 3,500

6

ODPS Building

35547

Dover

Passenger Traction

3,500

6

ODPS Building

35548

Dover

Passenger Traction

3,500

6

ODPS Building

35549

Dover

Passenger Traction

3,500

6

ODPS Building

35550

Dover

Passenger Traction 3,500

6

CAMBRIDGE PATROL POST CONTACT: JAMES TRACEY, (740) 439-1388

LOCATION NO. MFG. TYPE POWER CAPACITY LANDINGS Main 45800 Wheel-O-Vator Passenger Hydraulic 1,400 2

Exceptions to Specifications for this facility: Contractor must provide copy of completed monthly checklist to the Post. Contractor must maintain sign-in log at the Post. PICKAWAY CORRECTIONAL INSTITUTION CONTACT: PEG BROWN, (614) 877-4362 EXT. 2560

LOCATION NO. MFG. TYPE POWER CAPACITY LANDINGS A Dorm 46592 ThyssenKrupp Passenger Hydraulic 2,500 2 B Dorm 46593 ThyssenKrupp Passenger Hydraulic 2,500 2

Med/Seg Bldg. 51884 Schindler Passenger Hydraulic 5,000 2 Med/Seg Bldg. 51913 Schindler Passenger Hydraulic 5,000 2

* Annual Service Requested for this location only ** Quarterly Service Requested for this location only

Page 30: ELEVATOR, ESCALATOR AND LIFTS ... - procure.ohio.gov · ELEVATOR, ESCALATOR AND LIFTS PREVENTATIVE MAINTENANCE & REPAIR . CONTRACT No.: RS902618 EFFECTIVE DATES: 06/01/18 to 05/31/21

Index No.: GDC028

Eff. Date: 06/01/18 Page 30

APPENDIX THREE (CONTINUED) (MONTHLY)

SPECIFICATIONS – ELEVATORS TO BE SERVICED (MONTHLY) REGION 3 – CENTRAL (CTL) OHIO

OHIO REFORMATORY FOR WOMEN CONTACT: RICHARD CRAWFORD, (937) 642-1065, EXT. 2045

LOCATION NO. MFG. TYPE POWER CAPACITY LANDINGS Laundry 25482 Plunger Freight Hydraulic 2,600 2

Food Service 13645 Canton Const. Freight Hydraulic 2,500 2 Kennedy Dorm 40419 Otis Passenger Hydraulic 2,500 2

N/A 51097 Schindler Passenger Hydraulic 2,500 2 N/A 51098 Schindler Passenger Hydraulic 2,500 2

LONDON CORRECTIONAL INSTITUTION CONTACT: MIKE LAIN, (740) 852-2454 EXT. 1401

LOCATION NO. MFG. TYPE POWER CAPACITY LANDINGS Main Building Front Lobby

44582

Thyssen Dover

Passenger

Hydraulic

2,000

3

LONDON CORRECTIONAL INSTITUTION, OPI Contact: Mike Lain, (740) 852-2454 Ext. 1401 LOCATION NO. MFG. TYPE POWER CAPACITY LANDINGS OPI Factory 10386 Warner Freight Traction 5,000 4

CHILLICOTHE CORRECTIONAL INSTITUTION CONTACT: JANE MCAFEE, (740) 774-7080 EXT. 2277

LOCATION NO. MFG. TYPE POWER CAPACITY LANDINGS Warehouse 16054 Otis Freight Traction 4,000 4

CHILLICOTHE CORRECTIONAL INSTITUTION, OPI Contact: Brendee Billings, (740) 774-7080 ext. 2440 LOCATION NO. MFG. TYPE POWER CAPACITY LANDINGS

Factory 16051 General Freight Traction 2,500 4 FRANKLIN MEDICAL CENTER CONTACT: MARK DYER, (614) 394-3876

LOCATION NO. MFG. TYPE POWER CAPACITY LANDINGS B Building 31266 Moseley Passenger Hydraulic 4,000 3 B Building 31267 Moseley Passenger Hydraulic 4,000 3

SOUTHEASTERN CORRECTIONAL COMPLEX – LANCASTER UNIT CONTACT: KEVIN EWERS 740-653-4324 X40773 OR JAMIE SPERGIN 740-653-4324 X40780

LOCATION NO. MFG. TYPE POWER CAPACITY LANDINGS Dormitory F-1 40423 OTIS 211 Passenger Hydraulic 2,500 2

MARION CORRECTIONAL INSTITUTION CONTACT: KEITH BEITZEL, (740) 382-5781, EXT. 2014

LOCATION NO. MFG. TYPE POWER CAPACITY LANDINGS Medical 02236 Capital Passenger Hydraulic 3,500 4

Back Dock 87223 Capital Freight Hydraulic 10,000 2 TWIN VALLEY BEHAVORIAL HEALTHCARE CONTACT: ROBERT BARDELANG (614) 752-0333

LOCATION NO. MFG. TYPE POWER CAPACITY LANDINGS Moritz Building EL25936 Mosely Passenger Hydraulic 2,100 2 Moritz Building EL25937 Mosely Passenger Hydraulic 2,100 2

Page 31: ELEVATOR, ESCALATOR AND LIFTS ... - procure.ohio.gov · ELEVATOR, ESCALATOR AND LIFTS PREVENTATIVE MAINTENANCE & REPAIR . CONTRACT No.: RS902618 EFFECTIVE DATES: 06/01/18 to 05/31/21

Index No.: GDC028

Eff. Date: 06/01/18 Page 31

APPENDIX THREE (CONTINUED)

SPECIFICATIONS – ELEVATORS TO BE SERVICED (MONTHLY) REGION 3 – CENTRAL (CTL) OHIO

* OHIO DEPARTMENT OF MENTAL HEALTH AND ADDITION SERVICES

LOCATION NO. MFG. TYPE POWER CAPACITY LANDINGS * * * * OHIO STATE SCHOOL FOR THE BLIND CONTACT: CHRIS C. SIMONSON (614) 728-4047)

LOCATION NO. MFG. TYPE POWER CAPACITY LANDINGS Admin Bldg.

Hallway 25518 ThyssenKrupp Passenger Hydraulic 2,500 2

New School Hallway

61025 ThyssenKrupp Passenger Hydraulic 2,500 2

OHIO STATE SCHOOL FOR THE DEAF CONTACT: CHRIS C. SIMONSON (614) 728-4047)

LOCATION NO. MFG. TYPE POWER CAPACITY LANDINGS N/A EJ8966 ThyssenKrupp Passenger Hydraulic 2,100 2 N/A H1486 Otis Freight Drum 2,000 2

ODOT DISTRICT 5, 9600 JACKSONTOWN ROAD, JACKSONTOWN, OH 43030 CONTACT: BOB ROAHRIG (740) 323-5150

LOCATION NO. MFG. TYPE POWER CAPACITY LANDINGS Office Bldg. 29155 Dover Passenger Hydraulic 2000 2 Office Bldg. 29156 Dover Passenger Hydraulic 2000 2

ODOT DISTRICT 6, 400 E WILLIAM STREET, DELAWARE, OH 43015 CONTACT: KARL NEWMAN, (740) 833-8238

LOCATION NO. MFG. TYPE POWER CAPACITY LANDINGS Office Bldg. 17876 Mosely Passenger Hydraulic 3000 2 Office Bldg. 32014 Mosely Freight Hydraulic 6000 2 Office Bldg. 32015 Mosely Passenger Hydraulic 2500 3 Office Bldg. 32016 Mosely Passenger Hydraulic 2500 2

ODOT District 9, 650 650 Eastern Avenue, Chillicothe, OH 45601 Contact: Ed Cox. (740) 774-8917

LOCATION NO. MFG. TYPE POWER CAPACITY LANDINGS Office Bldg. 27296 Mosely Passenger Hydraulic 2500 4

OHIO DEPT. OF NATURAL RESOURCES CAMPUS 2045 MORSE RD. COLUMBUS, OH 43229 CONTACT: BRAD ARMSTRONG 614-265-7010

LOCATION NO. MFG. TYPE POWER CAPACITY LANDINGS Building A 21470 Esco Passenger Hydraulic 2000 3 Building B 21471 Esco Passenger Hydraulic 2000 3 Building C 21863 Esco Passenger Hydraulic 2000 4 Building D 21361 Esco Passenger Hydraulic 2000 4 Building E 49242 Schindler Passenger Hydraulic 2100 3 Building F 23724 Esco Passenger Hydraulic 2000 3 Building G 23740 Esco Passenger Hydraulic 2000 3 Building H 23747 Esco Passenger Hydraulic 2000 3 Building I 35829 Dover Passenger Hydraulic 2500 3 Building I 35830 Dover Passenger Hydraulic 6000 3

* To indicate elevators removed, No Award made MHA, 30 E.Broad St.

Page 32: ELEVATOR, ESCALATOR AND LIFTS ... - procure.ohio.gov · ELEVATOR, ESCALATOR AND LIFTS PREVENTATIVE MAINTENANCE & REPAIR . CONTRACT No.: RS902618 EFFECTIVE DATES: 06/01/18 to 05/31/21

Index No.: GDC028 Eff. Date: 06/01/18 Page 32

APPENDIX THREE (CONTINUED)

SPECIFICATIONS – ELEVATORS TO BE SERVICED (MONTHLY) REGION 4 – SOUTHWEST (SW) OHIO

SUMMIT BEHAVIORAL HEALTHCARE CONTACT: JIM O’CONNOR, (513) 948-3085

LOCATION NO. MFG. TYPE POWER CAPACITY LANDINGS Main 47160 ThyssenKrupp Passenger Hydraulic 4,500 2 Main 47161 ThyssenKrupp Passenger Hydraulic 6,000 2

WILMINGTON PATROL POST Contact: Aaron Gentry, (937) 382-3223

LOCATION NO. MFG. TYPE POWER CAPACITY LANDINGS Main 40422 Dover Passenger Hydraulic 2,500 2

Exceptions to Specifications for this facility: Contractor must provide copy of completed monthly checklist to the Post. Contractor must maintain sign-in log at the Post.

DAYTON CORRECTIONAL INSITUTION CONTACT: DAVID RAGLAND, (937) 263-0060, EXT. 5102

MONTHLY SERVICE LOCATION NO. MFG. TYPE POWER CAPACITY LANDINGS B Building 2884 Otis Passenger Hydraulic 2,500 2

OHIO VETERANS HOME – GEORGETOWN (OVH-G), 2003 VETERANS BOULEVARD, GEORGETOWN, OH 45121 CONTACT: CHARLIE HALL (937-378-2900, EX. 27435)

LOCATION NO. MFG. TYPE POWER CAPACITY LANDINGS Georgetown 1 ThyssenKrupp Passenger Hydraulic-

TAC20 4500 2

Georgetown 2 ThyssenKrupp Passenger Hydraulic TAC20

4500 2

ODOT DISTRICT 8, 505 S. STATE ROUTE 741, LEBANON, OH 45036 CONTACT: BOB MONTGOMERY, (513) 933-6539 LOCATION NO. MFG. TYPE POWER CAPACITY LANDINGS Office Bldg. 18398 Dover Passenger Hydraulic 5500 3

ODOT DISTRICT 8, 805 W. THIRD STREET, CINCINNATI, OH 45202 CONTACT: BOB MONTGOMERY, (513) 933-6539 LOCATION NO. MFG. TYPE POWER CAPACITY LANDINGS Artimis Bldg. 35403 Dover Passenger Hydraulic 2000 2

Page 33: ELEVATOR, ESCALATOR AND LIFTS ... - procure.ohio.gov · ELEVATOR, ESCALATOR AND LIFTS PREVENTATIVE MAINTENANCE & REPAIR . CONTRACT No.: RS902618 EFFECTIVE DATES: 06/01/18 to 05/31/21

Index No.: GDC028

Eff. Date: 06/01/18 Page 33

APPENDIX THREE (CONTINUED)

SPECIFICATIONS – ELEVATORS TO BE SERVICED (MONTHLY) REGION 5 – SOUTHEAST (SE) OHIO

APPALACHIAN BEHAVIORAL HEALTHCARE (ATHENS) CONTACT: RODNEY VANNEST, (740) 594-5000*

LOCATION NO. MFG. TYPE POWER CAPACITY LANDINGS Main 32302 Thyssen Dover Passenger Hydraulic 4,000 2 Main 32303 Thyssen Dover Passenger Hydraulic 4,000 2 Main 32304 Thyssen Dover Passenger Hydraulic 4,000 2

SOUTHERN OHIO CORRECTIONAL FACILITY CONTACT: ROGER DETTWILLER, (740) 259-5544, EXT. 3258

LOCATION NO. MFG. TYPE POWER CAPACITY LANDINGS B Building 20692 Plunger Passenger Hydraulic 2,500 3 Infirmary 20693 Plunger Passenger Hydraulic 4,000 2 Laundry 20694 Plunger Freight Hydraulic 4,000 2

A Building Security Tower

20695

Plunger

DW

DW

150

2

Tower 3 20696 UNK DW DW 150 2 (Inclined Lifts, Stair Lifts, Porch Lift)

Library

33825

Porchlift

VWS

SCRE

750

2

L-1 Cell Block

33826

Garaventa Accessibility

IC

RP

450

2

Library 33827 American IC RP 450 2

Chapel

34452 Garaventa

Accessibility

IC

RS

450

2

K-1

34453 Garaventa

Accessibility

IC

RS

450

2

K-8

34454 Garaventa

Accessibility

IC

RS

450

2

J-3

35298 Garaventa

Accessibility

IC

RS

450

2 ODOT DISTRICT 10, 338 MUSKINGUM DRIVE, MARIETTA, OH 45750 CONTACT: RICH OSTER, (740) 568-3924 LOCATION NO. MFG. TYPE POWER CAPACITY LANDINGS Office Bldg. 61462 Thyssen Krupp Passenger Hydraulic 2000 3

* To advise of change in contact information.

Page 34: ELEVATOR, ESCALATOR AND LIFTS ... - procure.ohio.gov · ELEVATOR, ESCALATOR AND LIFTS PREVENTATIVE MAINTENANCE & REPAIR . CONTRACT No.: RS902618 EFFECTIVE DATES: 06/01/18 to 05/31/21

Index No.: GDC028

Eff. Date: 06/01/18 Page 34

APPENDIX FOUR

REGION MAP ILLUSTRATION

Page 35: ELEVATOR, ESCALATOR AND LIFTS ... - procure.ohio.gov · ELEVATOR, ESCALATOR AND LIFTS PREVENTATIVE MAINTENANCE & REPAIR . CONTRACT No.: RS902618 EFFECTIVE DATES: 06/01/18 to 05/31/21

Index No.: GDC028 Eff. Date: 03/11/19 Page 35

ELEVATOR SERVICE AWARD BY REGION

Price Page: Link Here USPSC Code: 72101506

COST ALLOCATION TABLE

*Denotes revision of supplier information for Region 3 (CTR).

Supplier Defines facility locations in the following counties of Ohio: Region

Schindler

Allen, Auglaize, Crawford, Defiance, Fulton, Hancock, Hardin, Henry, Lucas, Mercer, Ottawa, Paulding, Putnam, Sandusky, Seneca, Shelby, Van Wert, Williams, Wood, Wyandot Region 1 (NW)

Schindler

Ashland, Ashtabula, Carroll, Columbiana, Cuyahoga, Erie, Geauga, Harrison, Holmes, Huron, Jefferson, Lake, Lorain, Mahoning, Medina, Portage, Richland, Stark, Summit, Trumbull, Tuscarawas, Wayne. Region 2 (NE)

*Fujitec America Inc

Champaign, Coshocton, Delaware, Fairfield, Fayette, Franklin, Guernsey, Hocking, Knox, Licking, Logan, Madison, Marion, Morrow, Muskingum, Perry, Pickaway, Ross, Union. Region 3 (CTR)

Oracle Adams, Brown, Butler, Clark, Clermont, Clinton, Darke, Greene, Hamilton, Highland, Miami, Montgomery, Preble, Warren. Region 4 (SW)

Oracle Athens, Belmont, Gallia, Jackson, Lawrence, Meigs, Monroe, Morgan, Noble, Pike, Scioto, Vinton, Washington. Region 5 (SE)

Region Supplier Administrative Cost

Labor Cost

Materials Cost

Equipment Cost

Transportation (Cost) Total Cost

Region 1 (NW) Schindler 0% 80% 20% 0% 0% 100% Region 2 (NE) Schindler 0% 80% 20% 0% 0% 100% Region 3 (CTR) *Fujitec 0% 80% 20% 0% 0% 100% Region 4 (SW) Oracle 0% 100% 0% 0% 0% 100% Region 5 (SE) Oracle 0% 100% 0% 0% 0% 100%

Page 36: ELEVATOR, ESCALATOR AND LIFTS ... - procure.ohio.gov · ELEVATOR, ESCALATOR AND LIFTS PREVENTATIVE MAINTENANCE & REPAIR . CONTRACT No.: RS902618 EFFECTIVE DATES: 06/01/18 to 05/31/21

Index No.: GDC028

Eff. Date: 03/11/19 Page 36

*CONTRACTOR AND TERMS: BID CONTRACT NO.: RS902618-3

DELIVERY: Per ITB Schedule TERMS: Net 30 Days 0000012325 Fujitec America Inc 275 Old Countyline Rd Suite F Worthington, OH 43081 CONTRACTOR'S CONTACT: Brent Richards Telephone: 614-421-8623 E-Mail: [email protected]

CONTRACTOR AND TERMS: BID CONTRACT NO.: RS902618-1

DELIVERY: Per ITB Schedule TERMS: Net 30 Days 0000146375 Oracle Elevator Company 771 Dearborn Park Lane Suite B Worthington, OH 43085 REMITTANCE ADDRESS: PO Box 636843 Cincinnati, OH 45263-6843 CONTRACTOR'S CONTACT: Robert Mellring Telephone: (614) 781-9731 E-Mail: [email protected]

CONTRACTOR AND TERMS: BID CONTRACT NO.: RS902618-2

DELIVERY: Per ITB Schedule TERMS: Net 30 Days 0000053475 Schindler Elevator Corp. 3607 Interchange Rd. Columbus, OH 43204 REMITTANCE ADDRESS: 3607 Interchange Rd. Columbus, OH 43204 CONTRACTOR'S CONTACT: Mike Sullivan Telephone: (614) 573-2777 FAX: (614) 573-2786 E-Mail: [email protected] * Indicates addition of contractor information.

Page 37: ELEVATOR, ESCALATOR AND LIFTS ... - procure.ohio.gov · ELEVATOR, ESCALATOR AND LIFTS PREVENTATIVE MAINTENANCE & REPAIR . CONTRACT No.: RS902618 EFFECTIVE DATES: 06/01/18 to 05/31/21

Index No.: GDC028 Eff. Date: 03/11/19 Page 37

SUMMARY OF AMENDMENTS

Amendment Number

Effective Date Description

4 03/11/19

This amendment is issued to notify of the termination of Oracle Elevator Company, effective 11:59 PM EST 3/10/2019 and the award of Fujitec America Inc. as the supplier in Region 3 (CTR), effective 12:00 AM EST 3/11/2019.

3 12/17/18 This amendment is issued to notify of the removal of Greg Burnett and addition of Bob Mellring.

2 12/31/18 This amendment is issued to notify of the removal of DiSalle Government Center effective 12/31/18 at 11:59 PM.

1 09/17/18

This amendment is issued to correct equipment type and pricing for Item#46 in Region 2 NE retroactively as of 06/01/18. Additionally, the amendment is issued to add Item#84 to the price page in Region 2 NE and to update contact information.