Attachment “B” Oakland County Purchasing Division Solicitation Specifications Solicitation Event ID: 002224 Elevator Modernization Due Date 05/15/2012 by 3:00 PM

Oakland County Purchasing Division is requesting proposals on behalf of Facilities Maintenance & Operations for elevator modernization at the Oakland County Courthouse East as specified below.

OWNER: OAKLAND COUNTY 2100 PONTIAC LAKE ROAD WATERFORD, MICHIGAN 48328

CONSULTANT: NATIONAL ELEVATOR CONSULTANTS, INC. 7397 AQUA ISLE ALGONAC, MICHIGAN 48001

PROJECT: OAKLAND COUNTY E. COURTHOUSE ELEVATOR MODERNIZATION - PASSENGER ELEVATORS 1 - 3

1. INVITATION

A. These Specifications and Bidding Documents shall serve as your proposal to furnish and install all material as outlined herein.

2. CONTRACT DOCUMENTS

A. Proposals shall be based on the Contract Documents as prepared by Oakland County Purchasing and National Elevator Consultants, Incorporated.

3. EXAMINATION OF SITE AND QUESTIONS

A. A non-mandatory pre-bid and walk-thru will be held on: Tuesday May, 1 2012 at 10:30 AM. Pre-bid meeting will be held at the Public Works building at One Public Works Drive Bldg. 95W, Waterford, MI 48328. A site visit will immediately follow the pre-bid meeting.

B. Arrangements for further examination of premises shall be to the office of: Joe Murphy. Telephone: 248 362-2000

C. Any questions relative to the bid documents or specifications shall be directed to Ed Tucker, email address: [email protected]

QUALIFICATIONS OF BIDDERS

A. The Owner requests each bidder to submit, in a concise manner on his letterhead, the following information, with the submission of his bid.

1. The Bidder’s official firm name, and whether an individual, partnership or Corporation. If a partnership: the names of all partners and if a Corporation, the State of Incorporation.

Page 1 of 38 Attachment “B” Oakland County Purchasing Division Solicitation Specifications Solicitation Event ID: 002224 Elevator Modernization Due Date 05/15/2012 by 3:00 PM

2. Contractor’s Federal Identification number.

3. The address and description of the bidder’s plant or permanent place of business.

4. List separately four (4) similar and completed projects within a 75-mile radius, including project location, reference contact and phone number.

B. The bidder shall meet the following requirements:

1. The Contractor (Bidder) shall be regularly engaged in the business of servicing equipment of the type and character required by these Specifications. Furthermore, the local service facility must be owned and operated by the Contractor (Bidder), and shall consist of management, field supervision, and residing local journeymen.

2. Oakland County and/or the Consultant reserve the right to visit and inspect the local bidder’s facility.

3. The lead mechanic picked to install the equipment at each location will be identified at the beginning of the installation and will have installed a minimum of 3 projects similar to this installation. The lead mechanic that starts each location installation will not be removed from the job until completion unless agreed upon by all parties.

SECTION 2 BID REQUIREMENTS

1. INTERPRETATION OF DOCUMENTS

A. Any explanation desired by bidders must be requested of Oakland County, in writing or by email. (Email: [email protected]). All questions and answers will be made available on the Michigan Inter-governmental Trade Network (MITN) website in the form of an addendum.

B. Neither Oakland County (or their representative) will give oral answers to any inquiries (regarding the meaning of specifications) or instructions previous to the award of the Contract. Any oral statement (regarding the same) by any persons, previous to the award, shall be un-authoritative.

C. All addenda issued prior to date of receipt of proposals shall become a part of the Contract Document and all proposals are to include the work therein described. Each proposal submitted shall list all addenda, which have been received prior to the time scheduled for receipt of proposals.

D. Should there be a conflict between the specifications and any drawings, brochures, etc., at all times the specifications will take precedence.

Page 2 of 38 Attachment “B” Oakland County Purchasing Division Solicitation Specifications Solicitation Event ID: 002224 Elevator Modernization Due Date 05/15/2012 by 3:00 PM

2. NOTICE OF AWARD A. The Contract shall be deemed as having been awarded when a notice of acceptance of the proposal has been duly served upon the intended contractor by Oakland County.

B. It is understood that the work is to be carried through to completion with the utmost speed that is consistent with good workmanship

3. BIDDER’S RESPONSIBILITY FOR CONDITIONS OF WORK AT SITE

A. Each bidder shall inspect the site of the work and inform himself of the conditions under which the work is to be performed, any obstacles which may be encountered and all other relevant matters concerning the work to be performed. The bidder, if awarded the Contract, shall not be allowed any extra compensation, by reason, for any matter or thing, because of his failure to have so informed himself prior to the bidding. The bidder’s failure to inspect the site, specifications and/or otherwise inform himself of all conditions under which the work is to be performed, will not relieve him in any way of the responsibility of furnishing material or work necessary to complete the project at no additional cost to Oakland County.

B. Bidder, before submitting his Proposal for this work, must thoroughly acquaint himself with all of the conditions called for in the Specifications. Bidder must know in advance and convey to Oakland County any likely interference with work he expects with his own forces or additional expense that he may incur due to the operations of other contractors. There will be no additional compensation paid “later” because of alleged extra expense due to the improper performance of “work by others” without pre-bid documentation.

C. Dimensions and information indicated, specified or given orally concerning existing obstructions on or near the site; sizes, elevators, and location of services, walks, curbs, pavements and rail facilities; boring data, etc., have been obtained from sources Oakland County believes to be reliable, but they do not warrant the accuracy of same. Such information is given solely for the convenience of the bidder and use of such dimensions, elevators, sizes, or information is made at contractor’s own risk. . 4. PROJECT SCHEDULE / COMPLETION OF WORK. A. If the undersigned is notified of their acceptance of this bid, they agree to execute a contract for work as specified for the stated compensation within 30 days.

B. The Contractor shall submit a proposed schedule showing the start date and individual finish date of work to be performed at each location.

C. The schedule shall be compatible with payment requests for labor performed and materials delivered.

Page 3 of 38 Attachment “B” Oakland County Purchasing Division Solicitation Specifications Solicitation Event ID: 002224 Elevator Modernization Due Date 05/15/2012 by 3:00 PM

5. BID SUBMISSION REQUIREMENTS

Bid Requirements

 Bidders are to submit one (1) original and three (3) copies of the proposal in a sealed package with the provided label by or before the due date and time stated in this document.

 Bidders are to submit ALL pages of the proposal forms completed, signed, unaltered and in the correct order by the date and time specified on the proposal form. No late bids will be accepted.

 Bidders are to provide all information and/or items requested in this request for Proposal.

Bond Requirements

 A 5% bid bond must accompany all bids in access of $50,000.00

 A 100% performance and warranty bond will be required of the successful bidder

Payment Discounts

Please provide any payment discount terms available.

______% ______Days, Net 30

Evaluation Criteria

The following factors will be considered in the bid evaluation process.

A. Bidder’s qualifications and references B. Base bid price, and hourly rates C. Cost savings or alternates offered D. Quality and completeness of proposal

6. MATERIAL SUPPLIERS A. Each bidder shall list all material suppliers he intends to use on the job, in the space provided in the Proposal Form. Any change of - material suppliers from the submitted list or any additions thereto, shall be made only upon written approval of Oakland County. Oakland County reserves the right to disapprove any - material supplier intended for use on this project.

7. MATERIALS AND SUBSTITUTIONS A. If materials are specified using names of specific manufacturers, the sole purpose is to establish standards of design, function and quality but not to limit competition.

Page 4 of 38 Attachment “B” Oakland County Purchasing Division Solicitation Specifications Solicitation Event ID: 002224 Elevator Modernization Due Date 05/15/2012 by 3:00 PM

B. Proposals shall be based on the various materials specified. However, the bidder may submit with his proposal, substitute materials of other manufacturers for similar use providing such substitutes have been given prior approval by Oakland County. Each such substitution shall be listed on bidder’s proposal, stating in full: the amount which is to be added to or deducted from Base Proposal in the event the substitution is accepted.

C. Where the specifications call for any stipulated item or “approved equal”, or words to that effect, the proposal shall be based on the specified make or style of material. If the bidder prefers to use any substitute material, he shall so state in his proposal, and set forth the description of the substitute material together with the amount to be added to or deducted from the price set forth in his Base Proposal in the event such substitute material is used. The final selection of materials will rest with Oakland County.

D. Oakland County may award the Contract with or without substitutions.

E. If the Bidder names no substitutes, the materials specified shall be provided.

F. Oakland County’s representative shall make the determination as to whether or not a substitution is considered equal to that specified.

G. Should a conflict exist between two or more items of the specifications, the Bidder shall resolve the issue prior to bid date. Any conflict after bid date shall be interpreted by Oakland County, their consultant and abided to by the Bidder.

8. SUBSTITUTIONS (Base Bid) (Oakland County reserve the right to approve or disapprove any one or all of the following substitutions.)

Specified Substitute

1. ______

2. ______

3. ______

4. ______

5. ______

6. ______

Page 5 of 38 Attachment “B” Oakland County Purchasing Division Solicitation Specifications Solicitation Event ID: 002224 Elevator Modernization Due Date 05/15/2012 by 3:00 PM

NO SUBCONTRACTORS - All WORK TO BE DONE DIRECTLY BY BIDDER

The undersigned proposes to provide the following labor and material as specified without subcontractors.

______Name Date

9. ADDITIONAL WORK:

If it is determined that additional work will be required during the modernization, the mark-up for this work shall not exceed ______% of work, materials and the adjusted labor cost including benefits.

10. RECOMMENDED ELEVATOR EQUIPMENT MANUFACTURERS: (The equipment bid must be non-proprietary and identified by manufacturer and model at bid submission. Any equipment bid must be equal to the recommended equipment and available for purchase by any bidder.) A. ELEVATOR CONTROL MANUFACTURERS: B. ELEVATOR DRIVE MANUFACTURER: Motion Control Engineering Magnetek-Elevator Products Division

C. TRACTION ELEVATOR HOIST MACHINE: D. ELEVATOR DOOR CONTROLS: Hollister Whitney G.A.L. Manufacturing Corp. Geared Machine with disc brake MOV-FR Door Operator

E. ELEVATOR DOOR DETECTION F. ELEVATOR FIXTURE COMPANIES: Janus – PanaChrome – 3D Door Detection Innovation Industries - Bruiser Collection

G. ROLLER GUIDES: Elsco Delco

Page 6 of 38 Attachment “B” Oakland County Purchasing Division Solicitation Specifications Solicitation Event ID: 002224 Elevator Modernization Due Date 05/15/2012 by 3:00 PM

SECTION 3 BID FORM

BIDDER:

OWNER: OAKLAND COUNTY OAKLAND COUNTY, MICHIGAN 48328

CONSULTANT: NATIONAL ELEVATOR CONSULTANTS, INC. 7397 AQUA ISLE ALGONAC, MICHIGAN 48001

PROJECT: OAKLAND COUNTY EAST COURTHOUSE PASSENGER ELEVATOR E. Courthouse Tower (Passenger Elevators) State Nos.: #1 (9461) / #2 (9462) / #3 (9463)

Dear Sir/Madam:

We hereby submit our bid for the construction and completion of the above project and in full compliance to the Specifications, including all terms and conditions.

1. TOTAL CONTRACT PRICE(S) (Base Bid)

A. Having carefully considered the proposed form of agreement, invitation for bids, instructions to bidders, general terms and conditions, specifications, addenda, related drawings, alternates, site visitations and any conditions affecting the work, the undersigned proposes to furnish all labor, material, tools, equipment and machinery to complete the entire project for the lump sum of:

Dollars ($ )

B. Any additional work by the elevator modernization contractor will be billed at the rates provided on the last page of this document.

Page 7 of 38 Attachment “B” Oakland County Purchasing Division Solicitation Specifications Solicitation Event ID: 002224 Elevator Modernization Due Date 05/15/2012 by 3:00 PM

2. ALTERNATES:

A. VOLUNTARY ALTERNATE NO. 1

Add the sum of ($ )

Deduct the sum of ($ )

B. VOLUNTARY ALTERNATE NO. 2 Add the sum of ($ )

Deduct the sum of ($ )

C. VOLUNTARY ALTERNATE NO. 3 Add the sum of ($ )

Deduct the sum of ($ )

3. ADDENDA - The following addenda to the specifications and bidding documents have been received during the bidding period and have become a part of this proposal:

Addendum No. dated

Addendum No. dated

Addendum No. dated

4. COLLUSION - The Undersigned affirms that, in making this proposal, neither he nor any company that he may represent, nor anyone in behalf of him or his company, directly or indirectly, has entered into any combination, collusion, undertaking or agreement with any other bidder or bidders to maintain the prices of said work, or any contract to prevent any other bidder or bidders form bidding on said Contract, or work, and further confirms that this proposal is made without regard or reference to any other bidder and/or without any agreement, understanding or combination, either directly or indirectly, with any other person or persons with reference to such bidding in any way or manner whatsoever.

5. These specifications, when legally accepted by both parties, shall constitute a contract. All prior, written or verbal, representations or agreements not incorporated herein are superseded.

Page 8 of 38 Attachment “B” Oakland County Purchasing Division Solicitation Specifications Solicitation Event ID: 002224 Elevator Modernization Due Date 05/15/2012 by 3:00 PM

ACCEPTANCE

Contractor

By

Title Date

Approved by Authorized Official of Elevator Company

SECTION 4 GENERAL GENERAL The intent of these specifications is to cover the complete installation of elevator equipment as herein specified. At all times the final specifications, and performance requirements take precedence over any area of dispute of difference between the elevator contractor and the consultant, his representative, or the owner. All verbal agreements or representations not properly documented will always be superseded by the plans and specifications.

CONTRACTOR AND EQUIPMENT STANDARDS:

The Contractor shall be regularly engaged in the business of manufacturing, and/or installing and servicing equipment of the type and character required by the specifications and in the interest of undivided responsibility may also be the manufacturer of major components. Furthermore, the local service facility must be owned/leased by the installer/manufacturer and shall consist of management, field supervision and residing local journeymen. The Contractor shall have previously manufactured and/or installed and serviced equipment of a similar size, speed control, and capacity in at least five (5) different buildings. The job site installation shall be supervised by “qualified, full-time employees of the Contractor. They shall be experienced in installing equipment having the type of control system specified. The owner/consultant reserves the right to approve or disapprove any bidder using equipment manufactured by a division or subdivision of the parent company.

MATERIAL FINISH SUBMITTALS

For products incorporated as part of this specification, Four (4) samples of each of the following shall be submitted (upon request) for approval before installation: a. Paint and enamel finishes for color selection(s). b. Plastic laminated finishes. c. All fixture cover finishes. d. All other exposed surfaces.

Page 9 of 38 Attachment “B” Oakland County Purchasing Division Solicitation Specifications Solicitation Event ID: 002224 Elevator Modernization Due Date 05/15/2012 by 3:00 PM

SHOP DRAWINGS, MEASUREMENTS, & SUBMITTALS

Before starting fabrication, shop drawings in the form of reproducible submissions of uniform size in accordance with GENERAL CONDITIONS, shall be submitted to the consultant for approval. The following items shall be included in the elevator shop drawings:

a. Cuts or drawings showing detail of the signal and operating devices and such other devices as specified or required.

b. Complete and dimensioned layouts of any changes from the original installation, as now specified; showing changes in the elevator machine, controller, governor, cab, car sling, platform, counterweights, sheaves, supporting beams, guide rails, buffers, reaction at points of support, weights of principle parts, top and bottom clearances and the over-travel of the car and counterweight location and sizes of conduit and junction boxes, etc.

c. Complete drawing of any changes in the elevator hoistway entrances and doors showing the method of operation, details of construction, and the method of fastening to the structural members of the building.

d. Cuts or drawings showing detail of the signal and operating devices and such other drawings as may be required to inform the architect (if involved) of all details of the installation.

e. Architect’s drawings showing the general arrangement of the installation. They may not be scaled for dimensions or used as shop drawings. (Contractor to take all field measurements necessary for getting out materials and fitting the installation to the building construction and arrangements. Contractor must verify all dimensions including complete travel of each elevator).

f. At the final completion of all equipment, provide two (2) sets of parts catalogs for all equipment as finally furnished and installed.

PERMITS FEES AND INSPECTIONS

It shall be the elevator contractor’s responsibility to apply for, obtain and pay for any and all permanent and temporary installation permits that are required by the state or municipality covering the project. Primary modernization installation permits will be applied for within 30 days of a fully executed contract. Furthermore, the elevator contractor must arrange for and conduct all inspections and tests required for certificate of operation and final acceptance by both the code authority and the owner’s representatives.

CODE REQUIREMENTS

Unless otherwise specified, all elevator material, design, clearances, construction, workmanship, and tests, shall conform to the latest requirements of the American National Standard Safety code for “Elevators, Dumbwaiters, Escalators, and Moving Sidewalks”, ANSI-A17.1. This Code represents minimum standards and can only be superseded by a local or state Code having overriding jurisdiction. Additional compliances (as may apply) shall be to the “National Board of Fire Underwriters”, “National Electric Code”, and BOCA. Compliance shall meet revisions and authorized standards necessary. Page 10 of 38 Attachment “B” Oakland County Purchasing Division Solicitation Specifications Solicitation Event ID: 002224 Elevator Modernization Due Date 05/15/2012 by 3:00 PM

Equipment and all installation, when completed, shall be in full compliance with ADA (Americans with Disabilities Act).

The intent of these specifications is to be in total compliance with all applicable codes. Should there be a variation between these specifications and the codes, then the latest and applicable codes shall take precedence. The Contractor will be responsible for 100% code compliance.

COOPERATION WITH OTHERS

The contractor shall cooperate in the successful completion of this project, by providing all labor and materials as specified, with the Consultant, Owner, General Contractor and other involved trades.

POWER REQUIREMENTS AND DISCONNECTS

Prior to the manufacturing or fabricating on any new elevator equipment, the elevator contractor must confirm all existing power at the installation site. All new equipment installed must meet available conditions. If there is any power equipment, that does not meet code requirements, the contractor must submit the requirements in writing to the owner and the consultant at the submission of the bid. Failure to do so will result in the expense of such changes being the responsibility of the contractor.

RECEIVING AND UNLOADING OF MATERIAL:

The receiving and unloading of material at the job site shall be performed by the Elevator Contractor, as part of the work covered by this proposal. The job site storage area of materials and tools shall be provided by the Owner or General Contractor. Any other storage requirements will be by the Elevator Contractor.

TEAROUT/REMOVAL OF MATERIALS

Included in this agreement and classified as work by the Elevator Contractor, the Elevator Company shall include all necessary labor and material for the removal of all unused equipment, both directly and indirectly related to the subject elevators. This equipment shall be removed from the premises and become the property of the Elevator Contractor unless previously determined by owner.

WASTE DISPOSAL

All oils, lubricants, flushing and cleaning materials shall be disposed of in accordance with all the requirements of the EPA (Environmental Protection Agency) standards by the Elevator Contractor.

HOLES AND FASTENINGS:

The Elevator Contractor will drill and/or cut all necessary holes in the steel, tile or concrete work as required to install equipment as specified. The Elevator Contractor will do all fastenings necessary to secure guide rails, machine supports and other equipment to the building.

Page 11 of 38 Attachment “B” Oakland County Purchasing Division Solicitation Specifications Solicitation Event ID: 002224 Elevator Modernization Due Date 05/15/2012 by 3:00 PM

HOISTWAY VENTILATION

If code requires ventilation requirements for hoist-ways it shall be the responsibility of the Elevator Contractor.

HALL BUTTON CHANGEOVER

Any hall button changeovers requiring shutdown of more than one elevator will be done by the Elevator Contractor after building operation hours at no additional expense to the owner.

SECTION 5 SCOPE OF WORK WIRING BY ELEVATOR CONTRACTOR

The Elevator Contractor will provide all new wiring required to and from the elevator control system(s), pump motor(s), hoistway door interlocks, signal systems, control panels and any elevator management systems. All wire runs except traveling cables shall contain 10% spares and be in rigid conduit, EMT, or duct, except short connections where switches or other equipment may require shifting for adjustments. This wiring shall be installed in “flexible” conduit. All conduit shall terminate in approved EMT wiring duct. Conduit fittings, enclosures and junction boxes shall be galvanized steel. All connections between any duct, conduit and/or flexible tubing into any junction box, electrical knockout box or any electrical outlet must have a nonconductive bushing on each end.

Control and signal wires shall be brought to accessible numbered terminal blocks located in the elevator controller, car operating panel, and/or control components, that require more than 6 wires.

Conductors in conduit or duct shall be N.E. code type “THW. Intra-panel wiring shall be of a flame-resistant type that complies with the National Electrical Code.

Two pair of RG-6U coaxial CCTV wires will be included in the traveling cable(s) for a future security camera. These wires will be terminated at the top of the elevator in an approved box or duct. Two pair of shielded wires will be included in each traveling cable for a future intercom provision.

Traveling cables shall be flame retardant, moisture resistant flexible cable that complies with the National Electrical Code Type “ET”.

Traveling cables shall originate at numbered terminal blocks on the elevator controller, and end at numbered terminal blocks in a steel junction box (or car operating panel) on the car. Traveling cables shall be fastened by an approved fastening, capable of withstanding a minimum of 200% strain relief. Each travel cable shall be provided with a minimum of ten- percent spare conductors per car and cable.

All wiring must test free from short circuits and grounds. The insulation resistance between conductors and ground shall be not less than one meg-ohm.

Page 12 of 38 Attachment “B” Oakland County Purchasing Division Solicitation Specifications Solicitation Event ID: 002224 Elevator Modernization Due Date 05/15/2012 by 3:00 PM

The elevator contractor shall furnish and deliver to the architect/owner (for approval) three (3) copies of complete wiring diagrams including schematic diagrams of all power, control, and safety devices. Wires shall be numbered, and the numbers shall be shown on all wiring diagrams.

Elevator Contractor shall provide work light fixtures with a GFI receptacle, on the top and bottom of the car. Fixture shall be suitable to accommodate a 150-watt incandescent lamp. Fixtures shall have wire lamp guards and toggle switches. The work light fixtures shall be so located that the work lights will provide good working light to the bottom and top of the car working area.

Elevator Contractor shall provide hoistway access switches in accordance with the code jurisdiction. Hoistway shall be equipped with necessary stop switches, located within code reach of the lower terminal landing door and within code reach of the pit floor, which shall interrupt the elevator safety control circuit and stop the car.

WIRING DIAGRAMS

Complete and legible field wiring diagrams, schematic straight-line diagrams etc., shall be furnished to Oakland County in triplicate, at the completion of the elevator modernization(s) of the project. Schematic straight-line diagrams to include all field corrections and additions necessitated as a result of the final adjustment required for acceptance of completed units by Oakland County. Wiring diagrams shall “not” be stamped as “property of” the elevator contractor.

SMOKE DETECTOR SYSTEM

The furnishing, installation, interfacing, or subcontracting of the Elevator Smoke Detector System will be the responsibility of the elevator contractor. The elevator contractor will be responsible for all smoke system and fire recall requirements per code. The code authority testing of the smoke detector system will be done after hours at the elevator contractor’s expense.

PAINTING

All existing machine room equipment including the machine room floor, shall receive one (1) field coat of industrial grade gloss enamel paint, prior to job completion. This shall include any existing machine, generator, controller, drive cabinets, duct, conduit and/or any new equipment that does not have an industrial grade, gloss enamel finish. Paint colors will coordinate with each other. Oakland County shall be responsible for the painting of machine room walls and ceilings at their discretion. Prior to any painting, all rust, oil, grease, etc. shall be removed.

All reused equipment located in the hoist-ways (up to the first landing), pits and pit floors, will be included as part of the painting specification requirements.

CONTRACTOR’S RESPONSIBILITY

The installing firm shall make all acceptance tests and be responsible for the elevator(s) and the operation of such equipment during its construction until it is accepted by Oakland County. Page 13 of 38 Attachment “B” Oakland County Purchasing Division Solicitation Specifications Solicitation Event ID: 002224 Elevator Modernization Due Date 05/15/2012 by 3:00 PM

CERTIFICATE OF COMPLIANCE

The operation of the subject elevators being modernized shall be unlawful by persons other than the installing contractor, until such equipment has been inspected, tested and a final or limited certificate of compliance has been issued by the jurisdictional code authority.

INSPECTIONS:

Upon completion of the work, the elevator contractor shall provide Oakland County with copies of all necessary installation permits, final certificates of operation and final equipment test and data reports.

TESTING: ALL ELEVATORS Oakland County may employ an independent elevator consulting firm, ie. National Elevator Consultants, Inc., to observe and report on the tests hereinafter specified. These tests shall be performed by the Elevator contractor who will include the furnishing of all testing equipment, including test weights, at no additional charge. Each elevator (turned over) will be tested under the watchful eye of the Consultant with all derived data supplied to the Consultant. Tests shall be of the “Performance” type, and not be construed as a substitute for safety tests required by the Local Codes.

2. A full-load (floor-to-floor) performance and stop test will be performed at each floor. Floor stops will be within ¼” of floor level or less.

3. The contract speed-v-actual “full-load” speed shall not exceed 5% variance.

4. All automatic door operation timing devices shall be checked for conformance.

5. All control timing devices shall be checked for conformance.

6. Leveling and stopping accuracy, both full-load and no-load, shall be checked.

7. Acceleration and Deceleration, both full-load and no-load, shall be checked.

8. Workmanship and Equipment shall be checked to conformance.

9. All signal devices and equipment shall be checked to conformance.

10. Dispatching and scheduling equipment shall be checked to conformance.

11. Necessary tests will be performed for electrical grounds and shorts including a “one megohm or less” test to the hoist motor armature and fields .

12. A 125% rated capacity test for static load testing only will be performed.

13. The commutations of the hoist motor will be checked.

Page 14 of 38 Attachment “B” Oakland County Purchasing Division Solicitation Specifications Solicitation Event ID: 002224 Elevator Modernization Due Date 05/15/2012 by 3:00 PM

14. Traction Elevators to balance electrically at 40% and statically (both post-wise and front to back) at less than 50 lbs. pressure.

ACCEPTANCE/ PERFORMANCE GUARANTY

Should the foregoing tests reveal any defects or poor workmanship, any variance or noncompliance to the requirements of the specified Codes and/or Ordinances, or any variance or noncompliance with the requirements of these Specifications, the following work and/or repairs shall be completed by the elevator Contractor at no expense to Oakland County.

Contractor shall replace any equipment that does not meet code or Specification requirements.

Contractor will perform all work and furnish all materials necessary to complete the specified operation and/or performance.

Contractor will perform all retesting required by the Governing Code Authority and the Owner to verify the specified operation and/or performance.

Contractor shall reimburse Oakland County for any additional expenses incurred for reinspection by the Elevator Consultant.

INTERIM SERVICE DURING MODERNIZATION

The Elevator Contractor that is awarded the contract for modernization, will provide interim full maintenance at “No-Charge”, (as outlined in the maintenance section of this specification) from the start of work until the completion of all cars in the respective group. At “No-Charge”, and as part of the base bid, equipment related overtime callbacks “SHALL BE FURNISHED THROUGHOUT THE INTERIM MAINTENANCE PERIOD”.

GUARANTEE AND FREE MAINTENANCE:

All labor and materials furnished and installed in accordance with these plans and specifications (and performing under local, normal operating conditions) shall be guaranteed for a period of one (1) year from the date of final acceptance of the last unit of each group. The cost to correct any defects covered under this guarantee, shall be the responsibility of the elevator contractor. At “No-Charge”, and as part of the base bid, equipment related overtime callbacks and complete maintenance, as specified under the following maintenance requirements, SHALL BE FURNISHED THROUGHOUT THE ONE (1) YEAR WARRANTY PERIOD.

SECTION 6 ELEVATOR MAINTENANCE

A. GENERAL The contractor, subject only to “Exclusions”, shall maintain and service the elevator and shall furnish all materials and labor required to keep the equipment in good and safe operating condition. Materials used shall be as outlined under “EXTENT OF COVERAGE.” Page 15 of 38 Attachment “B” Oakland County Purchasing Division Solicitation Specifications Solicitation Event ID: 002224 Elevator Modernization Due Date 05/15/2012 by 3:00 PM

B. HOURS OF WORK The contractor shall furnish qualified service personnel for the work required in the performance of this contract. Work shall be performed during the established working hours of 8:00 A.M. to 4:30 P.M. during the regular working days of the elevator industry within the area in which the equipment is located. All callbacks shall be answered within a maximum time of two (2) hours. Emergency calls shall be answered within a maximum time of one (1) hour.

C. JOB MATERIAL INVENTORY The contractor will maintain an adequate supply of contacts, coils, leads, generator brushes, proper lubricants, wiping materials, solid state components, common printed circuit boards, common micro- processor boards, and other minor parts, in a designated elevator machine room or storage area, necessary for the performance of routine maintenance and the restoration of service following minor shut downs.

D. SPARE PARTS INVENTORY The contractor will maintain a supply of replacement parts in their warehouse inventory. This inventory will include, but is not limited to, motor generator brushes, motor brushes, controller switch contacts, solid state components, printed circuit boards, typical micro-processor boards, selector parts, door hangers, rollers, hoistway limit switches, signal devices, and minor rotating elements.

E. STEEL PARTS CABINETS An industry standard parts cabinet shall be provided and maintained in the elevator machine room for the orderly storage of replacement parts.

ELEVATOR MAINTENANCE CONTRACTOR’S RESPONSIBILITY:

It shall be the Elevator Contractor’s responsibility to advise the owner, or provide the service, if covered under this agreement, relative to code violations and all scheduled tests, sufficiently prior to any due date, to eliminate the possibility of code citations. PERFORMANCE EVALUATIONS Your management or field service supervision will conduct periodic evaluations of equipment performance, including car speed, door operations, ride quality, car leveling, floor to floor time, systems operations, including traffic handling and response time. Following such evaluations, you will perform adjustments, repairs or replacements required to maintain the manufacturer’s operating performance standards. Performance evaluation reports are to be made available to the County on request as part of this agreement. In addition, your management representative or field supervisor will visit the premises, a minimum of once every six (6) months, (or more, if reasonably requested), to review your operations and performance with the County or his Designee. A. SAFETY TEST Contractor will provide any annual no-load test at the end of the first year as required by governing codes, as an inclusive part of this agreement.

B. FIREMAN’S RECALL TEST You shall include any firemen’s recall tests required by the governing code as an inclusive part of this contract and maintain a log documenting these tests in each elevator machine room. Page 16 of 38 Attachment “B” Oakland County Purchasing Division Solicitation Specifications Solicitation Event ID: 002224 Elevator Modernization Due Date 05/15/2012 by 3:00 PM

C. ADJUSTMENTS All timers, F.P.M. speeds, R.P.M.s, and regulators must be maintained and properly adjusted to within 5% of the manufacturer’s original design for relay equipment and within 2% of the manufacturers design for micro-processor equipment.

D. COMMUNICATION EQUIPMENT The extent of maintenance coverage shall include all communication equipment, installed by the elevator trade, and located within the elevator hoistways, elevator cars, machine rooms and lobby control panels.

E. LABOR TICKETS The County reserves the right to request and receive copies of all work tickets relative to routine maintenance hours, repair hours, callback hours, and any and all labor performed on work over and beyond the coverage of these specifications. Furthermore, the County reserves the right to require all elevator contractor personnel to report in with the appropriate building personnel before and after any work is performed.

F. EXCLUSIONS It is not intended that the agreement shall include refinishing, repairs, replacements, or cleaning interior of car enclosure (including removable panels, door panels, plenum chambers, hung ceilings, light tubes and bulbs, light diffusers, carpets, mirrors, handrails) hoist-way enclosures, hoist-way gates, doors, frames, sills, and all fixture cover plates. You will not be required to make renewal, repairs, replacements, or adjustments, necessitated by reason of the owner’s negligence, misuse, accidents, or vandalism of the equipment, or any cause beyond your control except ordinary wear and tear. All items not specifically excluded are to be considered included and the responsibility of the contractor.

G. ASSIGNMENT This contract cannot be assigned without the written approval of the County.

H. ADDITIONAL WORK ATTACHMENT Included in this agreement, (subject to annual price adjustments), will be included an attachment showing the current billing rates to be used for additional work performed during both regular and overtime hours.

I. Should the contractor provide, at the County’s request, examination, cleaning, lubrication, adjustments, repairs, replacements or emergency call-back service during other than regular industry straight time working hours, including legal and/or industry recognized holidays, you will absorb the straight time labor charges. However, you will be compensated for the overtime bonus hours at your normal billing rates. These rates shall be those rates in effect at the starting date of this contract. No additional work shall be performed, except under emergency conditions, until authorized by the County’s work order.

J. REPORT OF ADDITIONAL WORK Under completion of any additional services, including labor and/or material, the contractor shall report to the County before leaving the premises and a written report of services performed shall be provided.

K. RESPONSIBILITY AND LIABILITY The Elevator Contractor shall, if so directed by the County or his Representative, cooperate in the defense of Page 17 of 38 Attachment “B” Oakland County Purchasing Division Solicitation Specifications Solicitation Event ID: 002224 Elevator Modernization Due Date 05/15/2012 by 3:00 PM

suits brought jointly against the County, based on accidents involving this equipment and/or service.

L. EXTENT OF COVERAGE – ELECTRIC ELEVATOR MAINTENANCE Contractor will regularly and systematically examine the following equipment and/or components for units listed on page headed “Description of Equipment and Buildings.” Under the terms and conditions of this agreement, the contractor will use technically qualified personnel directly employed and supervised by the contractor. Furthermore, the following equipment and associated parts will be inspected, properly adjusted, cleaned, lubricated, and, if conditions warrant, repaired or replaced.

1. Geared/Gearless Machine(s): Machine seals, worm gear, thrusts, bearings, rotating elements, drive sheave, and drive sheave shaft bearings. Brake pulley, brake coil, brake switches, contacts and linings. Motor armatures, commutators, fields, brushes, riggings and all related component parts.

2. Control System: Complete motor generator, electronic drive, armature filters, dynamic braking resistors, brake panel, card rack and any micro-processor boards including relay board, power supply board, digital drive unit, motion adapter boards, main control board, brake control panel, normal/emergency terminal speed limit control, power transformer control, brake resistors, brake transformers, overload relay control, MSU board, parallel input/output board, serial input/output board, CPU board, specific microprocessor card racks for calls and common control interfaces. Other contract components, including, scheduling and dispatching equipment, all relays, micro-processors, solid state components, resistors, condensers, transformers, contacts, leads, overloads, dashpots, timing devices, computer devices, reader tape, and all mechanical and electrical driving equipment, including all hoist-way devices and switches.

3. Electrical: Electrical wiring, conduit, ducts, traveling cables from the elevator equipment to the machine room mainline disconnect switch and all hoist-way outlets. Included are all car and machine room elevator related electrical conductor cables.

4. Governor: Governor, governor sheave and shaft assembly, bearings, contacts, governor jaws, governor cable and all related governor equipment.

5. Hoist-way, Pit and Car Equipment: Landing and slowdown switches, deflector and/or secondary sheaves, bearings deflector shafts, car and counterweight guide rails, car and counterweight buffers, top and bottom limit switches, governor- tension sheave assembly, compensating chains and/or sheave assembly, car and counterweight guide shoes, including rollers and/or gibs, counterweights, counterweight frames, car frame and complete car and counterweight safety assemblies. Proper alignment of each component shall be maintained. You will also include car fan, platform and any wood platform flooring, all hoist-way locks, latching devices and their mounts and supports. Guide rails to be properly lubricated except where roller guides are used. Cleaning of pits, hoist-ways, car-tops, and hoist-way side of door sills will be included.

Page 18 of 38 Attachment “B” Oakland County Purchasing Division Solicitation Specifications Solicitation Event ID: 002224 Elevator Modernization Due Date 05/15/2012 by 3:00 PM

6. Door Equipment: Complete automatic door operators, hoist-way and car door, hardware, hangars, tracks, closers, interlocks, contacts, door protective devices, door gibs and auxiliary door closing devices.

7. Signals and Accessories: All signal Illuminations, car operating panels, hall push button stations, hall lanterns, emergency lighting, car and hall position indicators, lobby control panels, firemen’s service equipment and all other signal and accessory components furnished and installed as an integral part of the elevator equipment.

8. Hoist Ropes: Contractor will maintain, lubricate, periodically equalize the tension and replace, if necessary, all hoist-way and compensating wire ropes to maintain an adequate factor of safety. You will provide all the necessary lubricants and rope preservatives that are especially compounded to rope manufacturer’s specifications.

9. Communication Equipment: The extent of maintenance coverage shall include all communication equipment located within the elevator hoist-ways, elevator cars, machine rooms, and lobby control panels.

10. Lubricants: You will only use lubricants compounded under OEM’s specifications or equal.

11. Housekeeping: Clean elevator machine rooms, pit areas, hoist-way equipment including rails, interlocks, hoist-way door hangars and tracks, relating devices, switches, buffers and car tops. You will provide all cleaning compounds, cleaning tools, wicking and cleaning materials.

Used and oily wiping materials must be contained in metal fire-resistant containers, and periodically removed from each machine room to avoid combustion buildup.

12. All replacement parts shall be manufactured by the original manufacturer. However, due to obsolescence, shortages, etc., if parts are not available from the manufacturer, parts of equal quality may be used that meet or exceed industry standard as prescribed per A.S.M.E.code.

Page 19 of 38 Attachment “B” Oakland County Purchasing Division Solicitation Specifications Solicitation Event ID: 002224 Elevator Modernization Due Date 05/15/2012 by 3:00 PM

MAINTENANCE ADDITIONAL BILLING RATES: The Straight Time rate includes fringe benefits. The premium time rate will be the straight time plus the overtime portion less fringe benefits.

Straight Time: (X 1) Mechanic Billing Rate: $______

Helper Billing Rate: $______

Team Billing Rate: $______

Normal Overtime: (X 1.7 less fringe benefits):

Mechanic Billing Rate: $______

Helper Billing Rate: $______

Team Billing Rate: $______

Double Overtime: (X 2 less fringe benefits):

Mechanic Billing Rate: $______

Helper Billing Rate: $______

Team Billing Rate: $______

Page 20 of 38 Attachment “B” Oakland County Purchasing Division Solicitation Specifications Solicitation Event ID: 002224 Elevator Modernization Due Date 05/15/2012 by 3:00 PM

SECTION 7 EQUIPMENT PROFILE - PASSENGER ELEVATORS 1 - 3 A. GENERAL

Elevator Identification:...... State Nos. 9461 - 9462 - 9463 Loading Classification:...... Passenger Capacity: (Lbs.)...... 3000 Lbs. Floors Served:...... 6 Rated speed: (fpm)...... 300 f.p.m.

B. MACHINE ROOM

Location:...... Overhead machine room Type Machine:...... Geared Traction Machine Manufacturer:...... Haughton Elevator Company Roping:...... 1:1 / 6: 1/2" cables Brake:...... Drum brake Drive Motor:...... Direct Current motor Power Drive (Type):...... SCR drive Controller Type...... Solid State Controller Manufacturer:...... Thompson Power Supply:...... 480 V.A.C. Governor Type:...... Centrifugal Flyball Governor Manufacturer:...... Haughton Elevator Company Selector Type:...... Hoist-way reader Sequence/Type of Operation:..... Three car group operation Access/Door:...... B rated machine room door Ventilation/Clearances:...... Compliant Lighting...... Adequate lumens/No guards Fire Extinguisher:...... Yes Emergency Power ……………. None

Page 21 of 38 Attachment “B” Oakland County Purchasing Division Solicitation Specifications Solicitation Event ID: 002224 Elevator Modernization Due Date 05/15/2012 by 3:00 PM

EQUIPMENT PROFILE C. HOISTWAY Floors Served Front:...... Six: Floors G & 1-5 Door configuration:...... Single Spd. Center Opening Sight Guards...... Yes Clear Opening:...... 42" Tracks/Hangers:...... GAL Safety Interlocks:...... GAL Self-Closing Devices:...... GAL sill mounted Guide Rails Car:...... 16 # Guide Rails Counterweight:...... 12# Guides (Car/CWT.):...... Car: Fixed 6" Roller/Cntrwgt.: Fixed 3" Roller Guides Landing/Leveling Devices:...... Hoist-way readers Hoist-way venting...... Unknown D. PIT Access/Depth: ...... Walk-in pits Car Buffer:...... Short stroke oil buffers Counterweight Buffer:...... Short stroke oil buffers Compensation...... None Lighting/Safety Switch...... Non compliant Car Safety (Type)...... Wind up safeties Isolation (Platform)...... No Sump Pump………………...... Has floor drain Pit Ladder…………………...... Has ladder from pit floor to cross buffer stand E. CAB ENCLOSURE Car Door Panel: (Type)...... Single Spd. Center Opening Clear Opening:...... 42" Door Protection...... ICU Infra Red Tracks/Hangers...... GAL Power Door Operator...... GAL MOD

Page 22 of 38 Attachment “B” Oakland County Purchasing Division Solicitation Specifications Solicitation Event ID: 002224 Elevator Modernization Due Date 05/15/2012 by 3:00 PM

Cab Handrail height…………...... 32" to top of rail EQUIPMENT PROFILE F. FIXTURES/SIGNALS Car Stations: ...... Main & Auxiliary Car Push Button Type: …….… Manual illuminated push button Number of Hall Button Risers: One Hall Button Height:...... ……. 42" above finished floor (ADA compliant) Hall Push Button Type...... Manual illuminated push button Car Position Ind. type/loc...... Analog over door Lobby Position Ind. type/loc...... Lobby Panel Car Direction Lantern(s): ...... No Hall Lanterns...... Yes Emerg. Car Lighting...... Yes G. EMERGENCY SIGNALS/OPERATIONS Fire Service:...... Yes Phase I – Manual...... Yes Phase I – Automatic...... Yes Phase II Operation...... Yes Signals/Engraving...... No Smoke Sensors...... Yes Emergency Power Provisions...... No Emergency Car Communication..... Yes Emergency Car Alarms...... Yes Life Safety Provisions...... No H. KNOWN HISTORY Original Equipment Manufacturer... Haughton Elevator Co. Date of Original Installation...... Unknown Date of Last Upgrading...... 1995/Thompson Controls modernization Modernization Contractor...... Schindler Elevator Co.

Page 23 of 38 Attachment “B” Oakland County Purchasing Division Solicitation Specifications Solicitation Event ID: 002224 Elevator Modernization Due Date 05/15/2012 by 3:00 PM

TRACTION MODERNIZATION REQUIREMENTS Coding: *R&R – Retain and refurbish. M - Modify N-New (upgrade) A – Alternative (upgrade) NR – New (direct replacement) N/A – Not Applicable R – Retain (preventive maintenance service) N/E – No Evaluation Made

*Work described as “R&R (Retain and Refurbish) shall result in a product that has the appearance, condition and performance equivalent to that of a new product. All work to be done by Elevator Contractor unless identified as owner’s work.

A. Machine Room/Secondary/Overhead: Recommend Comments Hoisting Machine (s) New Install new Hollister Whitney No. 64 machine capable of the original speed and capacity. Machine to have a disc brake, cable guards sheave guards and variable frequency AC Motors. (See further description) Drive Motor New Machine will be fitted with a new variable frequency A.C. hoist motor. (See further description) Brake New Machine will be fitted with a new disc braking system.

Deflector Sheave(s) New Install new deflector sheaves.

Hoist Ropes New Furnish and install new hoist ropes. Hoist ropes configuration and size shall be per machine manufacturer’s specification. Install hoist rope lubricators to machine. Cable Guards New Furnish and install new cable guards to hoist machine driver.

Motion Control New Furnish and install new Non – Proprietary Control System. Identify and describe controller model with bid. AC-VVVF Power Drive New Furnish and Install a new variable frequency drive system.

Traction Auxiliary Power Supply New Install Traction Auxiliary Power Supply to level the elevator to the closest floor and open the doors in the event of a power failure. Signal Control New Install control manufacturer's equipment. ______Cross Cancellation Circuitry New Provide cross cancellation of hall calls during modernization.

Over-speed Governor New Install a new centrifugal governor rated for the car speed and capacity.

Fire Controls Modify Install new fire control system to meet all code requirements for fire recall. Primary fire recall (S.E.S.1) switch to be located in the lobby per code. Elevator contractor to include installation and/or interface of the complete smoke detector recall system, including necessary relays/wires to building smoke fire system if present. Sequence of Operation: New Install a new non proprietary, state of the art group dispatch system with artificial intelligence by control manufacturer. Machine Room Lighting Modify Install tube guards to all machine room fluorescent tubes. Lighting to meet all code requirements. Space conditions (General) Modify Separate the machine room from the non elevator related equipment area located at the rear of the machine room. Install a code approved fence at the far end of the raised hoist machine haunch. Relocate access to the raised machine area with a code approved stairway near the machine room entry door. Install any code required railings to the hoist machine area. Car #4 controller Modify Elevator contractor to relocate the existing #4 elevator controller to an area within the new common fenced elevator equipment area.

Page 24 of 38 Attachment “B” Oakland County Purchasing Division Solicitation Specifications Solicitation Event ID: 002224 Elevator Modernization Due Date 05/15/2012 by 3:00 PM

TRACTION MODERNIZATION REQUIREMENTS B. Hoist-way and Pit Recommend Comments Guide Rails - Car R&R Make necessary adjustments and alignments for smooth travel.

Guide Rails – Counterweight R&R Make necessary adjustments and alignments for smooth travel.

Governor Cables New

Hoist Cables New Install new hoist cables per machine manufacturer's requirements.

Counterweight(s) R & R Clean, tighten all fastenings, static balance to less than 50 # pressure to each rail surface clean and paint. Slow Downs/Limits New Install new control manufacturer's devices.

Landing/Leveling Devices New Install new control manufacturer's devices

Encoding Devices New Install new control manufacturer's devices

Auxiliary Safety Switches New Install new control manufacturer's devices

Buffers/Car/Cntrwt. R & R Drain and flush buffers. Fill with new manufacturers recommended oil. Sand pistons with No. 400 grade sandpaper and cover with one coat of “Prussian Bluing” or equivalent metal preservative. Governor Cable Tension Sheave New Install governor manufacturer's tail sheave.

Auxiliary Sheaves New Install any auxilliary hoist-way sheaves with new.

Conduit/Wiring New Install all new hoist-way wiring. Type to accommodate new equipment See wiring description. Electrical Traveling Cables New Install new car traveling cables with coax and shielded cables for future card readers, communication and future car cameras. See wiring description. Overhead Clearance Retain

Shaft Retain Elevator contractor to patch any holes in hoist-way and bevel any ledges required by code. Pit Switch(s) New Install all code required pit switches.

Pit Car Call (Walk in pits only) New Install top floor car call button in pit for checking counterweight run by..

Pit Depth Retain Elevator contractor to provide any additional structure or code requirements for deep or walk in pits. S.E.S. 1 & 2 New Install all ASME and fire code recall requirements. . Hoist-way Braille R & R Replace any missing hoist-way braille with matching braille.

Hoist-way Fascia R & R Secure any loose fascia and replace any missing hoist-way fascia or dust covers. Toe Guard New Install car toe guard that meets current code requiremnets. Paint with one coat of industrial grade rust preventive enamel. Hoist-way Floor Markings New Stencil paint the hoist-way side of each hoist-way doors to indicate floor level per code requirements. Hoist-way Screening New Install protective entire hoist-way screening where work will be performed alongside running elevators. Page 25 of 38 Attachment “B” Oakland County Purchasing Division Solicitation Specifications Solicitation Event ID: 002224 Elevator Modernization Due Date 05/15/2012 by 3:00 PM

Hoist-way Cleaning R & R Thoroughly clean entire hoist-way.

Hoist Cable Shackles Modify Lace hoist cable shackles per code.

TRACTION MODERNIZATION REQUIREMENTS C. Hoist-way Door Equipment Recommend Comments Entrance Frames Retain Install door open bumpers to hoist-way side of door frames.

Entrance Sills Retain Clean and polish back side of all hoist-way sills.

Entrance Sight Guards R&R Secure any loose sight guards and replace any damaged or missing sight guards.. Entrance Doors R&R Check for asbestos. If asbestos is present in existing doors, provide abatement process necessary for the installation of any new door hardware. Entrance top Track/Hangars New Install new door tracks, rollers, closers and hardware to all hoist-way doors.

Entrance Interlocks New Install new hoist-way door locks to all hoist-way doors.

Entrance Closers New Install new door closers to all hoist-way doors.

Entrance Door Gibs New Install new door gibs with fire tabs to all hoist-way doors. Install a minimum of 2 door gib assemblies per panel. Entrance Fire Tabs New Install all new code required fire tabs to the hoist-way doors.

D. Car Equipment: Recommend Comments Door Operator New Install new heavy duty closed loop door operator .

Clutch Engaging Device New Install new door engaging clutch with door restriction device.

Door Detection New Install new door detectors with colored indicators that display the opening . color of green and closing color of red. Door Panels Retain Adjust doors for plumb operation and code tolerances.

Door Top Track/Hangars New Install complete new door track and closer assembly.

Door Panel Bottom Sill R & R Tighten all fastenings and clean/polish entire sill.

Door Gibs New Install new car door gibs. Install a minimum of 2 door gib assemblies per panel. Car Enclosure Modify Install new Lexan diffuser panels to existing ceiling grid. Remove and re- install cab interior panels relaminated by owner. Car Ventilation New Install new quiet design 2 speed car fan.

Car Lighting (Interior) Retain Retain existing ceiling grid, install new Lexan diffuser panels,

Car Lighting (Top) New Install new OHSHA approved car top lighting.

Car Top Inspection Station New Install new OHSHA approved car top operating station.

Car Frame R&R Check and tighten all fastenings. Check all structural components for stressed or fatigued components and replace as necessary. Page 26 of 38 Attachment “B” Oakland County Purchasing Division Solicitation Specifications Solicitation Event ID: 002224 Elevator Modernization Due Date 05/15/2012 by 3:00 PM

Car Platform R&R Check and tighten all fastenings. Check all structural components for stressed or fatigued components and replace as necessary. Car Safety R &R Refurbish and lubricate all pivot points and components. Replace any worn, stressed or cracked components before and after the code required full load safety test. Car Guides New Install new 6" Elsco Model "B" spring loaded roller guides. .

Counterweight Guides New Install new 4" Elsco 4" spring loaded roller guides.

TRACTION MODERNIZATION REQUIREMENTS E. Operating Signal Fixtures – Furnish and install new “vandal resistant” fixtures by acceptable manufacturer (approved by owner). Fixtures shall meet ADA and Barrier Free, Code Compliance. They shall have L.E.D. illumination with adjustable tone generators in their audible signals. Finishes to coordinate with existing. Recommend Comments Access Key Switches New If present, replace any existing access key switches with new.

Main Car Operating Stations New Replace the main car operating panels with new. (See further description) Aux. Car Operating Stations Modify Remove the existing auxiliary car operating station and re-skin the car return with stainless steel to match existing finishes.. Car Position Indicator New Include new L.E.D. digital indicators in Car Operating Panel. Indicator color selection, by owner. Main Lobby Position Indicator New Install new surface mount L.E.D. digital position indicators at the main lobby. Emergency Lighting New Incorporate new emergency car lighting in main car operating panel. Include separate testing button or key switch in car operating panel. Emergency Communication New Provide system that complies with ASME A17.1 and the” Americans with Disabilities Act (ADA), On activation, system dials or contacts monitoring station and identifies elevator location to monitoring station. System provides two-way voice communication without using a handset and provides visible signals that indicate when system has been activated and when monitoring station has responded. System to be integrated into the car control station with identification instructions for use and activation button centered in a row by itself. Handicap Provisions New Make complete installation ADA and Barrier Free compliant.

Corridor Push Buttons New Install new applied fixtures with Appendix "H" inscriptions etched or engraved in panel cover-plate. Fixture to cover existing cutout. Corridor Direction Lanterns New Install new digital fixtures Fixture to cover existing cutout.

Main Landing Lobby Panel Modify Eliminate existing car lobby panel/display. Install a finished #4 brushed stainless cover over existing cutout.

Page 27 of 38 Attachment “B” Oakland County Purchasing Division Solicitation Specifications Solicitation Event ID: 002224 Elevator Modernization Due Date 05/15/2012 by 3:00 PM

ADDITIONAL WORK BY ELEVATOR CONTRACTOR

Machine Room 1. Provide a new code approved, Three Phase, Main Line Electrical Disconnect for each elevator. 2. Provide a 4th wire earth bonding ground wire to each disconnect. Earth bonding ground shall sized per the control manufacturer's requirements and will connect directly to the disconnect and each machine room component using a “daisy chain” or “tree” layout. 3. Provide a new lockable single pole/single throw disconnect for car lighting and ventilation for each elevator. 4. Provide a code approved fence to separate the machine room from the non-complying area. 5. Provide a new lockable single pole/single throw disconnect for the emergency rope gripper. 6. Provide GCFI receptacles per code to all outlets in the machine room. 7. Provide proper machine room fluorescent light guards. Assure code required illumination. 8. Provide drip pans for any overhead drains or water pipes. Hoist-way Work 1. Patch any existing holes in hoist-way walls. 2. Provide hoist-way venting if required by code. 3. Provide GFI receptacles to pit. INSTALLATION AND PRODUCT REQUIREMENTS

MACHINE ROOM EQUIPMENT

A. Arrangement: Arrange equipment in existing Machine Room spaces and submit drawings showing location. B. New Geared Traction Hoist Machines: 1. Install new AC Hoist Machines with Disc Machine Brakes. Machine will be mounted on new sound isolated motor mounting pads. It will be equipped with a D.C. current brake. The drive sheave will be demountable for replacement. The drive gear will be demountable for replacement. The steel worm will be on an integral shaft. It shall have mounted on it, a brake switch, sheave guard, and cable oiler.

C. Install Ascending Car Protection. D. Install new AC-VVVF Solid-state Power conversion and Regulation Unit: 1. Design unit to limit current, suppress noise, and prevent transient voltage feedback into building power supply. Provide internal heat sink cooling fans for the power drive portion of the converter panels. Conform to IEEE standards 446-1987 for line harmonies and switching noirs. 2. Isolate unit to minimize noise and vibration transmission. Provide isolation transformers, filter networks, and choke inductors.

Page 28 of 38 Attachment “B” Oakland County Purchasing Division Solicitation Specifications Solicitation Event ID: 002224 Elevator Modernization Due Date 05/15/2012 by 3:00 PM

3. Suppress solid-state converter noises, radio frequency interference, and eliminate regenerative voltage transients induced into the mainline feeders or the building standby power generator. 4. Install Traction Auxiliary Supply to release passengers in the event of a power failure E. Install new Encoder: Direct drive, solid-state, optical, digital type. Update car position at each floor and automatically restore after power loss. F. Install new Controller: UL/CSA labeled. 1. Compartment: Securely mount all assemblies, power supplies, chassis switches, relays, etc., on a substantial self-supporting steel frame. Completely enclose equipment with covers. Provide means to prevent overheating. 2. Relay Design: Magnet operated with contacts of design and material to insure maximum conductivity long life and reliable operation without overheating or excessive wear. Provide wiping action and means to prevent sticking due to fusion. Contacts carrying high inductive currents shall be provided with arc deflector or suppressors. 3. Microprocessor Related Hardware: a. Provide built-in noise suppression devices which provide a high level of noise immunity on all solid-state hardware and devices. b. Provide power supplies with noise suppression devices. c. Isolate inputs from external devices (such as pushbuttons) with opto-isolation modules. d. Design control circuits so that one side of power supply is grounded. e. Safety circuits shall not be affected by accidental grounding of any part of the system. f. System shall automatically restart when power is restored. g. System memory shall be retained in the event of power failure or disturbance. h. Equipment shall operate properly with a 500 KHZ to 1300 MHZ radio frequency signal, transmitted at a power level of not less than 100 watts. Effective Radiated Power (ERP) at a distance of 3 feet. i. Equipment shall be provided with Electro Magnetic Interference (EMI) shielding within FCC guidelines. 4. Wiring: CSA labeled copper for factory wiring. Neatly route all wiring interconnections and securely attach wiring connections to studs or terminals. 5. Permanently mark components (relays, fuses, PC board, etc.) with symbols shown on wiring diagrams. 6. Provide controller or machine mounted auxiliary, lockable “off” disconnect if mainline disconnect not in sight of controller and machine.

Page 29 of 38 Attachment “B” Oakland County Purchasing Division Solicitation Specifications Solicitation Event ID: 002224 Elevator Modernization Due Date 05/15/2012 by 3:00 PM

CONTROL SYSTEM & OPERATION: A. The existing elevator control will be replaced with a new microprocessor based supervisory and car control system, capable of efficient grup dispatching. The system(s) shall be capable of determining various traffic conditions and assign corridor calls based upon: number of car calls assigned to each elevator, position and condition of each elevator (location in hoist-way), direction of travel, accelerating and decelerating, full speed, elevator in bypass, and elevator at Lobby with next signal. With minimal building traffic, elevators shall be programmed to zone elevator at the Main Lobby floor. B. When the car (without registered car calls) arrives at a floor where both up and down hall calls are registered shall initially respond to the hall call in the direction that the car was traveling. If no car call or hall call is registered for further travel in that direction, the car shall close its doors and respond to the hall call in the opposite direction and upon reaching the designated floor shall reopen its doors. Car direction lanterns shall indicate the changed direction when the doors reopen. C. The system core memory shall be non volatile (EPROM). D. Fabricate printed circuit boards with FR4 or G10 glass epoxy material with a minimum equivalent one- ounce copper. Coat all printed circuitry with tin lead. Include built-in immunity on double sided printed circuit boards and on all solid state hardware, and devices. E. Provide power supplies with noise-suppression devices. Isolate inputs from external devices (such as pushbuttons) with opto-isolation modules. Provide separate regulated power supply for each computer chassis. Design control circuits so that one side of power supply is grounded. LEVELING CONTROL: A. Existing mechanical leveling devices shall be removed and replaced with a digital feedback system integrated with the new micro processor system and drive.

DRIVE CONTROL SYSTEMS A. The drive control system shall be a closed-loop feedback type based primarily on car position. The velocity profile should be calculated by the individual car computer therefore producing a smooth ride and accurate stopping. A machine mounted velocity transducer (spring loaded) shall be used to provide continuous comparison of machine speed to velocity profile and to car speed. The position and velocity feedback should permit fast and accurate control of acceleration and retardation not to exceed 5 feet/ second/ second/ with an initial ramp up between 0.5 and 0.75 seconds, regardless of direction of travel or load in the car.

EMERGENCY FIRE FIGHTING OPERATION A. An emergency fire fighting operation system for use by fire fighting or rescue personnel as specified in the latest ANSI A17.1, code edition for the local jurisdiction, shall be programmed into the control system. It’s switches shall be arranged and designed to prevent unauthorized use or accidental operation.

B. Phase 1: Emergency operation to return the elevator to the Lobby floor level by means of a key operated switch at the Lobby shall be provided in compliance with Code. A fixture with a key switch

Page 30 of 38 Attachment “B” Oakland County Purchasing Division Solicitation Specifications Solicitation Event ID: 002224 Elevator Modernization Due Date 05/15/2012 by 3:00 PM

integral with the Lobby pushbutton riser shall be provided to initiate SES. If the Lobby floor level detector senses smoke, the system shall direct the elevator to a programmed alternate floor. C. Phase 2: A key switch shall be provided in the Car Operating Panel to allow independent use of the elevator by emergency or rescue personnel. Operation as specified by the latest engraved ANSI A 17.1 Rule for the State of Michigan shall apply to its operation. Auxiliary contacts in the elevator control panel shall be available for interfacing with the building alarm system.

ADDITIONAL CONTROL PROVISIONS A. Provide Anti Nuisance, Differential Door Times, No Call Behind feature, Direction Reversal, Independent Service, ADA & Barrier Free requirements.

B. Provide rope and smoke guards for sheaves, cables, and cable slots in machine room.

C. Vibration Isolation: All elevator equipment provided under this contract, including power conversion unit, controller and their support, shall be mechanically isolated from the building structure and from electrically induced vibration to minimize the possibility of objectionable noise and vibrations being transmitted to the car, building structure or occupied areas of the building.

D. Sound Isolation: 1. Noise level relating to elevator equipment and its operation shall not exceed 80 DBA in the machine room.

2. All DBA readings to be taken three feet off the floor and 3 feet from the equipment.

CAR EQUIPMENT

A. Car Roller Guides: Install new 6” roller guides to top and bottom of car with three spring dampened, sound-deadening rollers per guide. Provide swivel type arms with renewable oiless inserts.

B. Door Operators (Front): Install new – closed loop master door operator(s), capable of opening doors at no less than 1 ½ f.p.s. Accomplish reversal in no more than 2 ½” of door movement. Open doors automatically when car arrives at a floor.

C. Differential Door Time: Provide separately adjustable timers to vary time that doors remain open after stopping in response to calls. 1. Car Call: Hold open time adjustable between 3.0 and 4.0 seconds.

2. Corridor Call: Hold open time adjustable between 5.0 and 6.0 seconds. Use corridor call time when car responds to coincidental calls.

D. Door Clutch: Install New heavy-duty door clutch, linkage arms, drive blocks and pickup rollers or cams to provide positive smooth, quiet door operation. Provide clutch that allows car doors to be closed, while hoist-way doors remain open. Page 31 of 38 Attachment “B” Oakland County Purchasing Division Solicitation Specifications Solicitation Event ID: 002224 Elevator Modernization Due Date 05/15/2012 by 3:00 PM

E. Restricted Opening Device: Install new restrictor to prevent opening of car doors outside the unlocking zone. F. Door Locks: Install new door locks.

G. Car Door Hangers: Install new two-point hangers. Provide door rollers with neoprene surface. Provide eccentric up door thrust roller adjustment.

H. Car Door Track: Retain, clean and polish the entire sill. Check and tighten all fastenings.

I. Door Electrical Contact: Install new. Prohibit car operation unless car door is closed within tolerance allowed by Code.

J. Car Operating Panels: 1. Install new "Vandal Resistant) car operating panels with front faceplate, consisting of a metal box containing the operating fixtures, mounted behind the car enclosure. Faceplate shall be hinged and constructed of stainless steel. a. Locate operating controls no higher than 48” (front approach) 54” (side approach) above the car floor, no lower than 35” for stop switch and alarm button. 2. Suitably identify assemblies, including floor buttons, alarm button (switch), door open button, door close button and emergency stop switch. 3. Include cast tactile braille symbols. Visionmark or . Symbols shall be surface recessed and flush rear mounted. a. Install braille plates per ADA Standards, Local Accessibility Standards and UFAS. 4. Install minimum ¾” diameter raised 1/8” floor pushbuttons which illuminate and indicate call registration. Include 5/8” high designation of the floors served on face of button. 5. Install alarm button at bottom of each car operating panel to ring bell located on car and in hoist-way as required by code. Illuminate button when actuated. 6. Install code approved, red emergency stop switch at bottom of car operating panel to interrupt car safety circuit. Maintain registered calls when feature is actuated and continue normal service after power is restored. 7. Install “door open” buttons to stop and reopen closing doors or hold doors in open position. Button operable only while car is stopped at a floor regardless of special operational features, 8. Install “door close” buttons to both panels, to activate door close cycle. Cycle shall not begin until normal door dwell time for a car call has expired, except during fire-fighters’ service. 9. Install a code compliant lockable fire service compartment with recessed flush door to main panel. Door material and finish to match car return panel or car operating panel faceplate. Provide firefighters’ Phase II operation, switches and indicators with any code required engraved instructions. Include light jewel, buzzer, and call cancel button if code required.

Page 32 of 38 Attachment “B” Oakland County Purchasing Division Solicitation Specifications Solicitation Event ID: 002224 Elevator Modernization Due Date 05/15/2012 by 3:00 PM

10. Install the following keyed switches. Function and operating positions identified by engraved shoulder. a. Light Switch b. 3-position exhaust blower switch (Lo/Off/High). c. Momentary pressure test switch for battery pack emergency lighting.

11. Install black paint filled engraved signage to main panel as follows: a. Car No. over main car operating panel. b. State No. over main car operating panel c. Car capacity in pounds on main car operating panel d. “NO SMOKING”.

12. Communication System: New on Main Panel a. Install a “Push to Call” two-way communication instrument in car with automatic dialing, tracking and recall features with shielded wiring to car controller in machine room. Provide dialer with automatic rollover capability with minimum two numbers. b. “Push to Call” button or adjacent light jewel shall illuminate and flash when call is acknowledged. Button shall match floor pushbutton design. Provide uppercase c.c. “PUSH TO CALL”, “FLASHING LIGHT-CALL RECEIVED” engraved signage, Sans Serif or simple Serif type. Mount integral with car front return panel, centered in a separate row from car call buttons. Where space is available, provide one blank row between lowest car call button and communications button. c. Install “Push to Call” button tactile symbol engraved signage and Braille adjacent to button. d. Emergency Car Lighting – Install new with code required backup power. K. Car Top Control Station: Install new OHSHA approved station on car top. Mount to provide utilization while standing in an upright position. 1. Include work Light and Duplex Plug Receptacle: 2. Install new GFCI protected outlet to top of car. Include on-off switch and grounded metal lamp guard. CAR ENCLOSURE A. Cab Enclosures 1. Remove cab panels for owner to refinish with new code approved laminate. Re-install upon completion. B. Cab Ceilings: 1. Install new ceiling “Insert panels” Panels will be 8 mm honeycombed lexan translucent panels with a frosted finish.

Page 33 of 38 Attachment “B” Oakland County Purchasing Division Solicitation Specifications Solicitation Event ID: 002224 Elevator Modernization Due Date 05/15/2012 by 3:00 PM

SIGNALS A. Design: 1. Signals shall be "Vandal Resistant" design with vandal resistant fastenings. HALL CALL CONTROL STATIONS

A. Provide new ADA compliant "Vandal Resistant" hall buttons fastened with vandal resistant, surface mounted #4 brushed stainless steel faceplates. B. Include pushbuttons for each direction of travel, that use LED illumination to indicate call registration. C. Include approved etched or engraved message and pictorial Appendix “H” representation prohibiting use of elevator during fire (or other emergency situation) as part of the faceplate. D. Code recognized (ingress/egress) floor to contain fire service, Phase 1 – key switch per code. E. Pushbutton design shall match car operating panel pushbutton. FACEPLATE MATERIAL AND FINISH: A. Hall Pushbutton Station: #4 Brushed Stainless Steel HALL DIRECTION LANTERNS: A. Provide new alpha numeric digital display indicators with adjustable tone generators at each entrance to indicate travel direction of car in hoist-way. B. Locate per ADA compliance. MAIN LOBBY POSITION INDICATOR/DIRECTION LANTERN: A. Provide new, at Main Lobby Level entrance, to indicate position, and travel direction of car in hoist- way. B. Provide an alpha numeric digital multi-light indicator type, containing floor designations and direction arrows to indicate floor served and direction of car travel. C. Locate per ADA compliance. CAR POSITION INDICATOR: A. Provide Alpha-numeric digital type indicator containing floor designations and direction arrows that are a minimum of ½” high, to indicate floor served and direction of car travel. B. Locate fixture in car-operating panel. C. When a car leaves or passes a floor, illuminate indication representing position of car in hoist-way. D. Illuminate proper direction arrow to indicate direction of travel. FACEPLATE MATERIAL AND FINISH: A. Car Direction Lantern: #4 Stainless Steel

B. Car Position Indicator: #4 Stainless Steel

Page 34 of 38 Attachment “B” Oakland County Purchasing Division Solicitation Specifications Solicitation Event ID: 002224 Elevator Modernization Due Date 05/15/2012 by 3:00 PM

FLOOR PASSING TONE: A. Provide an audible tone of not less than 20 decibels and frequency of no higher than 1500 Hz. to sound as the car passes or stops at a floor served.

SITE CONDITION INSPECTION A. Examine site conditions before beginning work. Notify owner immediately, of any deficiencies or discrepancies noted. Ensure that conditions have been corrected in an acceptable manner before work begins.

B. Deliver materials in manufacturer’s original packaging. Store and handle in a manner that prevents damage, soiling, or wetting. During installation, protect all finishes and materials from damage.

C. Install equipment in accordance with accepted industry practice, code requirements, and manufacturer’s instructions. Anchor all components securely in place for long life under hard use.

D. Upon completion, schedule and perform Code required certification testing of the elevator. Make all changes and adjustments required thereby at no extra charge to Owner.

PRODUCT DELIVERY, STORAGE AND HANDLING A. Deliver material in Manufacturer’s original, unopened protective packaging. B. Store material in original protective packaging. Prevent soiling, physical damage or moisture damage. C. Protect equipment and exposed finishes from damage and stains during transportation, erection, and construction. INSTALLATION A. Install all equipment in accordance with Manufacturer’s instructions, referenced codes, specification and approved submittal. B. Install machine room equipment with clearances in accordance with referenced codes and specification. C. Install all equipment so it may be easily removed for maintenance and repair. D. Install all equipment for ease of maintenance. E. Install all equipment to afford maximum accessibility, safety and continuity of operation. F. Remove oil, grease, scale, and other foreign matter from the following equipment and apply one coat of field-applied machinery enamel to: 1. All exposed equipment and metal work installed as part of this work, which does not have a factory enamel finish. 2. Machine room equipment, hoist-way equipment including guide rails, guide rail brackets and pit equipment. 3. Neatly touch up any damaged factory-painted surfaces with original paint and color. Protect machine finish surfaces against corrosion.

Page 35 of 38 Attachment “B” Oakland County Purchasing Division Solicitation Specifications Solicitation Event ID: 002224 Elevator Modernization Due Date 05/15/2012 by 3:00 PM

FIELD QUALITY CONTROL A. Work at jobsite will be checked during course of installation. Full cooperation with reviewing personnel is mandatory. Accomplish corrective work required prior to performing further installation. ADJUSTMENTS A. Adjust rails plumb vertically with tolerance of 1/16” in 100’-0”. Secure joints without gaps and file any irregularities to a smooth surface. B. Static balance car to equalize pressure of guide shoes on guide rails to less than 50 lbs. 1. Balance the car compensation at the top and bottom floor, using a balanced load between 40 - 50% of car duty. Compensation variation, between top and bottom floor, shall not exceed 10% of car duty. C. Lubricate all equipment in accordance with Manufacturer’s instructions. D. Adjust motors, power conversion unit, brake, controllers, leveling switches, limit switches, stopping switches, door operators, interlocks and safety devices to achieve required performance levels. CAR PERFORMANCE A. Car Ride Quality

1. Horizontal acceleration within car during all riding and door operating conditions. Not more than 15 mg. peak to peak in the 1-10 Hz range.

2. Acceleration and Deceleration: Smooth constant and not more than 5 feet/second/second with an initial ramp between 0.5 and 0.75 seconds.

3. Sustained Jerk: Not more than 8 feet/second/cubed.

4. Car Speed +- 3% of contract speed under any loading condition.

5. Car Capacity: Safely lower, stop and hold up to 125% of rated load.

6. Car Stopping Accuracy +- ¼” under any loading condition. B. Other Items:

1. Door Opening Time: Meet current code requirements.

2. Door Closing Time: . Meet current code requirements.

3. Car Floor-to-Floor Performance Time: 10.5 – 12.5 Seconds, from start of doors closing until doors are ¾ open (1/2 open for side-opening doors) and car in stopping zone at next successive floor under any loading condition or travel direction (12’ typical floor height):

Page 36 of 38 Attachment “B” Oakland County Purchasing Division Solicitation Specifications Solicitation Event ID: 002224 Elevator Modernization Due Date 05/15/2012 by 3:00 PM

CODE INSPECTIONS: A. Upon completion and code inspection of completed work, the Elevator Contractor will furnish the Owner with such certificates of inspection and approval as are customarily issued for this class of work and required by the governing code.

ACCEPTANCE INSPECTION AND TESTS A. General: Furnish labor, materials, and equipment necessary for tests. Notify Consultant, Ten (10) days in advance, when ready for final review of each elevator. Final acceptance of installation will be made only after all field-quality control reviews have been completed, identified deficiencies have been corrected, all Owner’s information and certificates have been received, and the following items have been completed to satisfaction of Purchaser and Consultant. 1. Workmanship and equipment comply with specification. 2. Contract speed capacity, floor-to-floor, and door performance comply with specification. 3. Performance of following is satisfactory. a. Starting, accelerating, running. b. Decelerating, stopping accuracy c. Door operation and closing force d. Equipment noise levels e. Signal fixture utility f. Overall ride quality g. Performance of door control devices h. Operations of any special security operation and floor lock-off provision. 4. Test Results a. In all test conditions, obtain specified speed, performance times, stopping accuracy without re- leveling, and ride quality to satisfaction of the Owner and Consultants. B. Performance Guarantee: Should tests reveal defects, poor workmanship, variance or noncompliance with requirements as specified Codes and/or ordinances, or variance or noncompliance with the requirements of specification, complete corrective work to satisfaction of Owner and Consultant(s) at no cost. 1. Replace equipment that does not meet Code or specification requirements. 2. Perform work and furnish labor, materials and equipment necessary to meet specified operation and performance. 3. Perform and assume cost for retesting required by Governing Code Authority if retesting cost is the fault of the elevator contractor.

Page 37 of 38 Attachment “B” Oakland County Purchasing Division Solicitation Specifications Solicitation Event ID: 002224 Elevator Modernization Due Date 05/15/2012 by 3:00 PM

C. Field Review Scheduling: 1. Schedule progress and final equipment reviews with Owner/Consultant. 2. Reply promptly, in writing, to corrective work indicated in Consultant’s progress and/or final review reports, indicating status, schedule for completion, and questions. 3. Contract amount will be reduced to reimburse Consultant at normal billing rates for additional visits due to non-completion.

MODERNIZATION - ADDITIONAL WORK ATTACHMENT Billing Rates: The Straight Time rate includes fringe benefits. The premium time rate will be the straight time plus the overtime portion less fringe benefits.

Straight Time: (X 1)

Mechanic Billing Rate: $______

Helper Billing Rate: $______

Team Billing Rate: $______

Normal Overtime: (X 1.7 less fringe benefits):

Mechanic Billing Rate: $______

Helper Billing Rate: $______

Team Billing Rate: $______

Double Overtime: (X 2 less fringe benefits):

Mechanic Billing Rate: $______

Helper Billing Rate: $______

Team Billing Rate: $______

Page 38 of 38