City of New Rochelle New York

Similar documents
City of New Rochelle New York

City of New Rochelle New York

City of New Rochelle New York

City of New Rochelle New York

City of New Rochelle New York

City of New Rochelle New York

BOARD OF EDUCATION DEPEW UNION FREE SCHOOL DISTRICT COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS

MEDICAL OXYGEN SUPPLY & TANK RENTAL FOR THE PINES HEALTHCARE AND REHABILITATION CENTERS OLEAN, MACHIAS

City of New Rochelle New York

SOUTH COLONIE CENTRAL SCHOOL DISTRICT BOARD OF EDUCATION

Department of Finance Phone: (914) North Avenue FAX: (914) New Rochelle, NY REQUEST FOR PROPOSAL Spec # 5254

COUNTY OF OSWEGO PURCHASING DEPARTMENT

WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR. Spray foam services At. Wyoming County of Wyoming. Animal shelter

Request for Proposal Automobile Driver Education Services RFP #

Putnam Valley Central School District Bid # Athletic Uniform Cleaning Putnam Valley, N.Y NOTICE TO BIDDERS

City of New Rochelle New York

JACQUELINE M. IZZO MAYOR

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

INSTRUCTIONS TO BIDDERS

HEATING AND COOLING SYSTEM MAINTENANCE

REQUEST FOR SEALED BID PROPOSAL

PROPOSAL LIQUID CALCIUM CHLORIDE

INSTRUCTIONS TO BIDDERS

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

2. AMENDMENTS TO BID:

Notice to Bidders. No faxed or ed bids will be accepted. Bids received after the closing time will not be accepted.

TOWN OF HOPKINTON WINTER SAND. Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

NOTICE IS HEREBY GIVEN

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

Erie County Water Authority

WHITLEY COUNTY BOARD OF EDUCATION 300 MAIN STREET WILLIAMSBURG, KY INVITATION TO BID--

Computerized Point-Of-Sale Accountability System And Meal Application Software for USDA National School Meals Program

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None

MELBA SCHOOL DISTRICT

REQUEST FOR SEALED BID PROPOSAL

Request for Bids. Recycling Collection Containers and Hauling Services at OCRRA s Transfer Stations to Local MRF

REQUEST FOR SEALED BID PROPOSAL

Request for Bid/Proposal

Request for Proposal Transition/Vocational Services RFP No

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

ADVERTISEMENT FOR BID

INVITATION TO BID Retaining Wall

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM

City of Harris Harris, Minnesota Public Works Department GRADING GRAVEL ROADS REQUEST FOR PROPOSALS Fax #

(District - Wide) Bid Period: July 1, 2018 through June 30, 2019

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL

ONONDAGA COUNTY WATER AUTHORITY PURCHASING POLICY

REQUEST FOR SEALED BID PROPOSAL

Annual Fuel Bid - #01-09

BOROUGH OF HAWTHORNE Office of the Borough Administrator 445 Lafayette Avenue, Hawthorne, New Jersey (TEL) (FAX)

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

City of Sevierville The Sevierville Golf Club P. O. Box 5500 Sevierville, TN Phone: (865) Fax: (865) Contact: Nicole

HOUSEHOLD HAZARDOUS WASTE PROGRAM

NORTHAMPTON AREA SCHOOL DISTRICT REQUEST FOR BIDS

Bids must be received in the Purchasing Office by 3:00 p.m. on 11/22/16.

GENERAL INFORMATION 1. SCOPE:

THIS QUOTATION # SHOULD BE REFERENCED ON ALL MAILING LABELS, ENVELOPES, AND OTHER CORRESPONDENCE.

Construction Materials Testing and Special Inspection Services; Document #GC Q

City of Miami Blanket Purchase Order Department of Purchasing P.O. Box Miami, Florida (305) Fax - (305)

PURCHASING DEPARTMENT

CITY OF LIVERMORE BID #4050 FOR: FIRE AND BURGLAR ALARM MONITORING NOTICE TO BIDDERS

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone

SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Boilers and Cooling Towers Equipment Treatment Programs INVITATION TO BID

Albany Parking Authority 25 Orange Street Albany, NY

SNOW PLOW BLADES, GRADER BLADES AND LOADER CUTTING EDGES

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

BID # FOR COOPERATIVE CUSTODIAL SUPPLIES BID BID SUBMISSION/OPENING DATE: FRIDAY, NOVEMBER 20, 2015 AT 10:30 A.M.

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

North Colonie Central School District 91 Fiddlers Lane Latham, New York NOTICE TO BIDDERS

BID PROPOSAL. Specifications submitted on call. Otsego County reserves the right to reject any or all

PURCHASING DEPARTMENT

COUNTY OF COLE JEFFERSON CITY, MISSOURI

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

PROPOSAL GRANULAR FILL (BANK RUN GRAVEL)

RFP GENERAL TERMS AND CONDITIONS

TOWN OF LINCOLN GENERAL SPECIFICATIONS

Annual Fuel Bid - #01-08

SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

REQUEST FOR FORMAL BID

REQUEST FOR SEALED BID PROPOSAL

PURCHASING DEPARTMENT

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance

Invitation to Bid BOE. Diesel Exhaust Fluid

March 9, REQUEST FOR PROPOSAL Dover School District SAU #11 Elevator Maintenance and Repair Services

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone: Remit Address:

NIAGARA FALLS WATER BOARD

PURCHASING DEPARTMENT

Appomattox River Water Authority

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

REQUEST FOR SEALED BID PROPOSAL

BID # EFI H1625 LED Wide Format Printer Fullerton College

ALL TERRAIN SLOPE MOWER

Transcription:

Department of Finance Tel (914) 654-2065 515 North Avenue New Rochelle, NY 10801 Mark Zulu Commissioner City of New Rochelle New York REQUEST FOR BID To: All Prospective Bidders BID SPEC No. 5260 For: Elevator Service Maintenance WALK THROUGH: 2/7/2019 at 10:00am DATE DUE: 2/19/2019 NOTE: Bids are due by 3:00 p.m. Late bids will NOT be accepted! Respond to: City of New Rochelle Purchasing Office/Dept of Finance 515 North Ave. New Rochelle, N.Y. 10801 INSTRUCTION FOR RESPONDING TO THIS BID 1. Vendors interested in bidding on the referenced items should read the entire document. The vendor must complete all sections of this document including the VENDOR DATA SECTION and sign where indicated. Your signature identifies your acceptance of all terms and conditions herein. 2. All vendors must fill in the prices being requested in the places and formats indicated. All blank spaces in said bid shall be filled in and no changes shall be made in the phraseology, or in the items, terms and conditions contained therein. 3. Completed bids should be sent to the address identified at the top of this page. 4. Please indicated the bid specification number and due date on the outside of your submitted bid. 5. Faxed or emailed bids will not be accepted. Use US Mail, Special Delivery or Hand Delivery. 6. The City of New Rochelle is a sponsor of the Westchester Affirmative Action Equal Employment Agreement and encourages all minorities to submit bids. Firms qualified and certified as Minority Business Enterprises (MBE) and Women Business Enterprises (WBE) are strongly encouraged to submit bids.

Instructions, Terms and Conditions, Spec. #5260 1. Submission of Bids - Each bid must be in a separate sealed envelope, clearly labeled with vendor name, bid number and due date and addressed to City of New Rochelle, Department of Finance- Purchasing Office, City Hall, New Rochelle, New York 10801. All bids must be properly signed and received by the time and date specified in order to be valid. 2. Award of Bids - Awards will be made, if at all, to the lowest responsible bidder meeting the specifications. The City reserves the right to reject any and all bids or portion thereof, or any bids that are vague, incomplete or indefinite. 3. Withdrawal of Bids The submission of the bid proposal shall constitute an irrevocable offer which shall remain in full force and effect until the bid proposals received by the City are either accepted or rejected. Proposals may be withdrawn at any time prior to the bid opening. 4. Bid Deposits - Bid deposits, if required, will be returned to unsuccessful bidders after the bid has been awarded. A successful bidder s deposit will be returned after a written contract has been executed, or after a performance bond, if required, has been accepted by the City. 5. Bid Format - Bidders are advised to become familiar with all conditions, instructions and specifications governing this bid. Once the award has been made, failure to have read all the conditions, instructions and specifications shall not be cause to alter the original bid. All bids must be priced per unit specified in the bid specifications or on the bid form submitted, and must be signed and dated. In the event of a discrepancy between the unit price and extension, the unit price will govern. No exceptions will be allowed with regard to errors made in the computation of a bid. Purchases by the City of New Rochelle are not subject to any federal, state or local taxes. Do not include any of these taxes when bidding or invoicing. Exemption certificates will be furnished upon request. 6. Substitutions - Any deviation from specifications or indicated brand shall be clearly stated and fully explained by accompanying specification sheets with submitted bid. Samples shall be supplied by the vendor, at no charge to the City, upon request. The City reserves the right to accept equals approved by it. If exception to indicated brand is not noted, bidder is required to deliver brand specified. 7. Delivery of Product - All delivery are to be considered inside delivery to locations as specified by the authorized City agent. All items must be guaranteed against faulty material and workmanship and delivered as such. Deliveries of incorrect or faulty items will be rejected and returned at vendors expense. Failure to deliver within the specified time maybe cause for cancellation of the order. 8. Shipping Terms - Shipping terms will be considered F.O.B. Destination and without charge for containers, packing, etc., unless specified on the bid and the cost thereof quoted. 9. Payment Terms - The City of New Rochelle shall pay invoices at net 30 days after receipt of invoice and of material; whichever is later, unless alternate terms are indicated on the bid. 10. ACH Payments The City is moving toward ACH payments, awarded vendor will be supplied with our ACH authorization form should you wish to accept payments via this method. 11. Collusion Clause By submission of this bid, each bidder and each person signing on behalf of any bidder certified, and in the case of a joint bid, each party thereto as to its own organization, under penalty of perjury, that to the best of its knowledge and belief: A. the prices in this bid have been arrived at independently without collusion, consultation, communication or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or any competitor; and B. unless otherwise requires by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder prior to the opening, directly or indirectly, to any other bidder or to any competitor; and C. no attempt has been made or will be made by the bidder to induce any other person, partnership or corporation to submit or not to submit a bid for the purpose of restricting competition. The bidder certifies that this bid is made without any connection with any other person making a bid for 2

the same purpose, and is in all respects fair and without collusion or fraud, and that no elected official or other officer or employee or person whose salary is payable in whole or in part from the city treasury is directly or indirectly interested therein, or in supplies materials and equipment to which it relates, or in any portion of the profits thereof. 11. The City of New Rochelle is a sponsor of the Westchester Affirmative Action Equal Employment Agreement and encourages all minorities to submit bids. Firms qualified and certified as Minority Business Enterprises (MBE) and Women Business Enterprises (WBE) are strongly encouraged to submit bids. 12. METHOD OF AWARD: The contract if awarded will be to the lowest responsive/responsible bidder(s) in part or in whole who meet(s) all the terms of the specifications. The City guarantees no minimum or maximum purchases or contracts as a result of award of this bid. The City of New Rochelle reserves the right to allow all municipal and not for profit organizations authorized under the General Municipal Laws of the State of New York, to purchase any goods and/or services awarded as a result of this bid in accordance with the latest amendments to NYS GML 100 through 104. However, it is understood that the extension of such contracts are at the discretion of the vendor and the vendor is only bound to any contract between the City of New Rochelle and the vendor. Additionally, the City reserves the right to purchase any goods or services included as a part of this bid from any means legally available to it at any time. 13. Iran Divestment Act By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of perjury, that to the best of its knowledge and belief that each bidder is not on the list created pursuant to paragraph (b) of subdivision 3 of section 165-a of the state finance law. 14. Prevailing Wage (PRC:201900748) - All vendors submitting bids are required to conform to all current NYS prevailing wage laws, the City has applied for and has received a PRC number for this project, which has been included with this document as an attachment. The successful vendor(s) is/are responsible for complying with all current labor rates and regulations throughout the duration of any contract resulting from this document. Current rates are available by calling the NYS Department of Labor at (585) 258-4505. Rates are also available via the internet at: http://1 98.22.236.39/~revailinq wage home.shtm NOTE: Vendors currently on the NYS Labor Department Debarred list will not be considered for award of this contract. By submitting a bid for consideration, the vendor is indicating to the County that they are currently in good standing with the NYS Department of Labor at the time of the bid. 3

STATEMENT OF NO BID RETURN THIS FORM ONLY IF YOU ARE SUBMITTING A NO BID It is the intent of the City of New Rochefle to afford all suppliers an equal opportunity to bid on all commodities, operating supplies, equipment and/or services as listed in this specification. In the event your firm declines to bid, kindly advise the City of New Rochelle Purchasing Department to that effect by completing and returning this document. City of New Rochelle Purchasing Department, We, the undersigned, have declined to bid on your Request for Quotation/Proposal Specification No. 5260 Elevator Service Maintenance for the following reasons: We do not offer this product/service We are unable to supply the product/service at this time We are unable to meet the specifications We are unable to meet the bond requirements Other: We understand that if the no bid letter is not executed and returned our name may be deleted from the list of qualified bidders for the City of New Roche/Ia COMPANY NAME: ADDRESS: TELEPHONE #: Mise/nobid (rev 10/201 7) REQUEST FOR QUOTATION SPEC. 4

ELEVATOR SERVICE MAINTENANCE AT VARIOUS LOCATIONS THROUGHOUT THE CITY OF NEW ROCHELLE. ELEVATOR SERVICE MAINTENANCE FOR CITY OWNED BUILDINGS 1) INTENT The City of New Rochelle is soliciting qualified firms or individuals to provide ELEVATOR MAINTENANCE SERVICES to City owned buildings as detailed herein. The awarded contractor will be responsible for monthly Elevator Maintenance and Emergency Service to buildings at four (4) locations within the City of New Rochelle as listed herein. 2) BID DUE DATE Bids will be accepted up until 3:00 PM on February 19, 2019 in the Purchasing Office, City of New Rochelle City Hall, 515 North Avenue, New Rochelle, N.Y. 10801. Late submissions will not be accepted. 3) TERM OF CONTRACT The contract shall be awarded for a term of one (1) year with an option to renew the agreement for an additional three (3) one (1) year terms upon mutual constant. 4) INSPECTIONS Inspections of the identified service locations shall be performed each month. Service should be perform during regular work hours Monday Friday 8:00am -4:30pm. All service visits shall be coordinated with Officials from the City s Department of Public Works. 5) AWARD Please quote your company s pricing for services, labor and part replacement on the attached cost summary sheets. The City of New Rochelle shall not be held harmless by the successful bidder for any lost revenue, lost profit and overhead, or any other hardship due to amount of services or supplies required during the award period. Award may be made to the lowest responsible bidder based on monthly service and labor charges. Or what is in the best interest of the City, which will be determined solely by the City upon bid review. 6) INVOICES Payment will be made throughout the life of this contract for services in accordance with the price schedule submitted by the successful bidder. The awarded vendor shall submit invoices each month for services. The contractor shall be paid upon submission of a satisfactorily completed City of New Rochelle 5

Standard Claim Form and listing at least the following for each charge (where applicable): -location and scope of work preformed -attached manufacturer s invoices -signed work/service ticket(s) -certified payroll when applicable *NOTE: All work/service tickets submitted must have the signature of the appropriate facility representative verifying the services rendered. It shall be the vendor s responsibility to obtain the appropriate signature at the time services are rendered and not at a later date. Invoices will not be paid if signed tickets are not attached unless prior approval has been authorized by DPW. 7) CANCELLATION CLAUSES Any violation of the terms, conditions, requirements and/or non-performance of the agreement resulting from this bid shall result in immediate cancellation. The agreement may be cancelled by the City for any other reason(s) upon thirty (30) day written notice. 8 ) ASSIGNMENT The awarded vendor shall not assign the contract or any part thereof without the written approval from the City of New Rochelle Department of Public Works. 9) LABOR LAWS: PRC Number: 201900748 All vendors submitting bids are required to conform to all current NYS prevailing wage laws, the City has applied for and has received a PRC number for this project, which has been included with this document as an attachment. The successful vendor(s) is/are responsible for complying with all current labor rates and regulations throughout the duration of any contract resulting from this document. Current rates are available by calling the NYS Department of Labor at (585) 258-4505. Rates are also available via the internet at: http :// 198.22.236.3 9/prevailing_wage home. shtm NOTE: Vendors currently on the NYS Labor Department Debarred list will not be considered for award of this contract. By submitting a bid for consideration, the vendor is indicating to the County that they are currently in good standing with the NYS Department of Labor at the time of the bid. 10) LIABILITY REQUIREMENTS The successful company must furnish the City with Certificates of Insurance and Endorsement prior to commencement of work. The required coverage shall not be less than the following: Workers Compensation New York State Disability Coverage Public Liability/Property Damage Automobile Liability Errors and Omissions Statutory Requirements Statutory Requirements $2,000,000 combined single limit $2,000,000 per occurrence $1,000,000 per occurrence Insurance certificates and endorsement shall name the City of New Rochelle as additional insured party, shall state that all coverage be primary to any other insurance coverage held by the city, and be accompanied by an endorsement. 6

11) NEW YORK LAW AND VENUE This contract shall be construed under the laws of the State of New York. All claims, actions, proceedings, and lawsuits brought in connection with, arising out of, related to, or seeking enforcement of this contract shall be brought in the Supreme Court of the State of New York, Westchester County. In addition, City contractors which are not incorporated in the State of New York shall produce a Certificate to Do Business in the State of New York from the New York Secretary of State prior to executing their contract with the City. 12) BASIS OF PAYMENT In responding to this bid, the Contractor shall provide pricing for monthly services, hourly labor rates and pricing for parts/material. The monthly services prices shall cover the cost of furnishing all equipment, labor and materials necessary to complete the work as described in Scope of Work. All invoices should be submitted monthly, unless otherwise agreed upon by the City. The contractor shall also provide an hourly rate for weekends and emergencies. REPAIRS OUTSIDE THE SCOPE OF WORK Some elevator repairs may fall outside of the scope of work listed. In this case contractors should contact Authorized City Officials. Upon approval of City Officials, the contractor shall submit a quotation in writing for any work outside of the scope. The City also has the right to seek competitive quotations from other contractors. All quotations shall contain the following: scope of work, name of authorizing City of New Rochelle Department and representative, estimated of labor hours and hourly rates, list of material to be used and cost, total estimated cost for the project. Should any repair work be performed without authorization, payment will not be made. 13) SITE LOCATIONS Service may be provided to the following locations. Name/ Location Type Quantity Make City Hall 515 North Ave. Passenger/Traction 2 Armour Public Safety Facility 475 North Ave. Passenger/Hydraulic 4 Mainco Freight/Sidewalk Lift 1 Handi-Lift 40 Peiham Rd Freight / Electric 1 Unknown Mascaro Boys & Girls Club 79 Seventh St. Passenger /Hydraulic 1 Allied 7

14) SCOPE OF WORK a) General All service and repair shall be performed in compliance with the American National Standard Safety Code for Elevators, Dumbwaiters, escalators and Moving Walks. The awarded bidder shall provide monthly maintenance and perform periodic tests as determined by the industry. The awarded bidder will supply all necessary fluid, oils, grease and other lubricants, cleaning material, cotton waste and shall be included with monthly pricing. The awarded bidder will comply with instruction by the Elevator Inspector when violations may occur to rectify said violation. Work will be performed by trained workmen who are fully employed and supervised by the awarded vendor. The vendor will complete a detailed work ticket to be signed by a City Officials at the work location. The original copy of work ticket is to be left with the City Officials at the time and date of work. Duplicate copy of work ticket shall be submitted with the monthly invoice. b) Response Time Responses time is every important to the City the contractor shall provide a 24 hour emergency call back service for all elevators/units covered under this maintenance agreement. The City expects a service technician on site within two hours of receipt of all calls to the office/dispatch. Such call back service shall be included under the annual maintenance agreement; no additional charges shall be incurred for call back service. The City requires a service technician on site within two hours of our call to dispatch for emergency services. Emergency shall be determined solely by the City (elevator out of service). For all other calls, technician shall be on site within 24 hours. All services, excluding emergency, shall be done during our normal business hours 8:00am to 4:30pm, Monday Friday unless otherwise directed by City Officials. Emergency Phone Number(s)/Contact Person(s): c) Contractual Penalty In the event of any breach of the obligations set forth in this contract the awardee shall pay a penalty in an amount $100.00 (one hundred dollars and zero cents) for every hour the contractor fails to appear once a service ticket has been issued in accordance with the above response time requirements. All contractual breaches will be documented by the City in writing and all charges will be deducted from current and/or future invoices. Continual contractual breaches could lead to contract cancellation by the City as outlined within. d) Maintenance Maintenance under this agreement shall provide a constant, high quality service to properly protect all elevator equipment from deterioration and to provide constant peak performance of all elevators, resulting in a minimum of down time for any portion of the system. 8

Parts/Materials necessary to complete required work shall be billed at the contractors certified cost plus a percentage. Such percentages will be submitted by all bidders in the cost summary section. Copies of the original manufacturer s or distributor s invoices should be provided to the City with all payment submittals. The company will maintenance once per month and systematically examine, adjust, and lubricate components as required per industry standards. The vendor is required to provide a detailed work ticket for each visit. The company will clean the machine, motor, controller and top of car enclosure. The company will repair and/or replace components that are worn and deemed unsafe. e) Full Load Test All monthly pricing shall include Full Load Tests which shall indicate your cost per elevator to perform full load test. 15) WALK THROUGH A walk through meeting will be held on February 7, 2019 at 10:00AM. The meeting will start at the ground floor lobby of City Hall located at 515 North Aye, New Rochelle, NY 10801. All prospective bidders are encouraged to attend to gain familiarity with City owned equipment and facilities. 9

Cost Summary Spec #5260 Please clearly state pricing for each elevator location for monthly services. Elevator Location Type Quantity Monthly Cost/Location City Hall Passenger/Traction 2 515 North Ave. Public Safety Facility Passenger/Hydraulic 4 475 North Ave. Public Safety Facility Freight/Sidewalk 1 475 North Ave. Lift 40 Pelham Rd Freight / Electric 1 Mascaro Boys & Girls Passenger/Hydraulic 1 Club 79 Seventh St. Total Cost/Month: Pricing shall be submitted per hour for each labor category below. Regular hours will be Monday Friday 8am -4:30pm, weekends (Saturday and Sunday), and emergencies are any weekday after 4:30pm. Labor Category Regular Hours Weekends Emergency 8:OOAM-4:3OPM Mechanic Apprentice Material/Parts: Please provide a percentage markup on all parts and material. Percentage Markup: Markup in Words: 10

COMPANY INFORMATION, SPEC. #5260 Signature: Date: Print Name and Title: Company Name: Address: Telephone#: Fax Number: Email Address: 11