Loading...
HomeMy WebLinkAbout24-Purchasing . CI1C) OF SAN BERNARDIO - REQUO" FOR COUNCIL AC'Q)N From: Dean R. Meech, Sr. Buyer Subject: Elevator - Escalator Maintenance - Contract Dept: Purchasing Date: December 12, 1984 Synopsis of Previous Council action: On May 7, 1984 The Mayor And Common Council authorized the cancellation of the ,existing elevator and escalator maintenance contract with U.S. Elevator Corpor- ation for non-performance. A formal bid was administered for a new five year contract. Subsequent to this process and prior to contract award the Public Works Director advised of substantial specification changes that would invali- date the bids. On November 8,' 1984 The Mayor And Common Council rejected the bids and directed the Purchasing Agent to re-advertise for same. Recommended motion: Adopt Resolution Dean R. Meech Signature Contact person: Supporting data attached: Yes Dean R. Meech Phone: 5085 Ward: N/A o/,,zp.-/JI ~~Yi:..y.rJ."'+~"" Source: Annual Build~ngl: &!ri~'tt:"~~,, ,....... Finance: /tI"" c t"-.~ FUNDING REQUIREMENTS: Amount: $107,716.56 (Maximum 5 YR.) Account Note: Contract contains non-appropriation of Funds Clause. Council Notes: 75-0262 -~,-~ '" . CI-R OF SAN BERNARDICb - REQUQr FOR COUNCIL AC~N STAFF REPORT On May 7, 1984 The Mayor And Common Council authorized the cancellation of the existing elevator and escalator maintenance contract with U.S. Eievator Corpor- ation for non-performance. A formal bid was administered for a new five year contract. Subsequent to this process and prior to contract award the Public Works Director advised of substantial specification changes that would invalidate the bids. On November 8, 1984 The Mayor And Common Council rejected the bids and directed the Purchssing Agent to re-advertise for same. In accordance with that action and in order to provide continued maintenance, appropraite specifi- cations were prepared, published, and furnished to area elevator service com- panies. The City currently owns seven elevators and two escalators. Periodic cleaning, adjustment and repair is required to maintain this equipment at a level that will insure public acceptance and safety. The most cost effective method of providing this level of maintenance is a long term full service maintenance contract. Coverage under this type contract provides for parts replacement, preventive maintenance, repair on an as required basis, and annual maintenance and overhaul at a fixed monthly cost. Bids were publicly opened and declared on December 10, 1984. Only one bid was received, that of Reliable Elevator Co. which is summarized as follows: Maximum Monthly Cost 1st 2nd 3rd 4th 5th Year Year Year Year Year Annual Adjustment Ceiling 5% 5% 10% 10% $1575.00 $1653.75 $1736.44 $1910.09 $2101.10 Second, third, fourth, and fifth year monthly cost as reflected above is maximum cost based on the annual adjustment ceiling. Actual adjustment is based on per- centage changes in material and labor cost or this adjustment ceiling which ever is less. As a matter of information in the elevator maintenance industry, labor and material cost has increased at a rate of approximately 7% per year for the last 10 years. The lack of bidding is attributed to stringent aspects of the specifications, that require the successful bidder to maintain an inventory of parts and demon- strate competency in the maintenace of elevators with solid state controls. In view of the foreging it is recommended that the bid be accepted for contract. 75-0264 J_ II o o o RESOLUTION NO. RESOLUTION OF THE CITY OF SAN BERNARDINO AUTHORIZING THE EXECUTION OF AN AGREEMENT WITH RELIABLE ELEVATOR CO. RELATING TO ELEVATOR AND ESCALATOR MAINTENANCE SERVICE. BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AS FOLLOWS: SECTION 1. The Mayor of the City of San Bernardino is hereby authorized and directed to execute on behalf of said City an Agreement with Reliable Elevator Co. relating to elevator and escalator maintenance service, a copy of which is attached hereto, marked Exhibit "A" and incorporated herein by reference as fully as though set forth at length. I HEREBY CERTIFY that the foregoing resolution was duly adopted by the Mayor and Common Council of the City of San the day of meeting thereof, held on , 1984, by the following vote, Bernardino at a to wit: AYES: Council Members , NAYS: ABSENT: City Clerk The foregoing resolution is hereby approved this day of , 1984. Mayor of the City of San Bernardino Approved as to form: City Attorney , , o o o A G R E E MEN T (maintenance service) THIS AGREEMENT is made and entered into this day of , 1985, by and between the CITY OF SAN BERNARDINO, a municipal corporation, referred to as "City", and RELIABLE ELEVATOR CO., referred to as "Company". The parties agree as follows: 1. Services for Elevators. A. Company agrees to furnish City full maintenance service on the following listed City elevators: TYpe ~anti ty Make Job or I.D.# Landing & Q;>ening Gec:red Pass 3 U.S. Elevator 364-3252/54 8 - 8 in line Hydro Frt 1 U.S. Elevator 364-3255 2 - 2 in line Hydro Pass 1 Oliver & Wi 11 ians 5 - 5 in line Hydro Elec. Plunger 1 M:lntganery 36067 2 - 2 in line Hydro Elec. Plunger 1 M:lntganery 36060 2 - 2 in line B. Company shall furnish the following work and materials on the above referenced elevators: (1) Periodically provide such full maintenance service as is necessary to maintain said elevators in good working condition. (2) When conditions warrant, Company shall adjust, repair or replace machine, motor, generator and controller parts including generator, worms, gears, thrusts, bearings, brake magnet coils, brake shoes, brushes, windings, commutators, armatures, coils, contacts, resistance units, frames, sheaves, shafts, bearings, solid state components, and other parts as needed. (3) When necessary, repair or renew car guide EXhiJff i\ . . 0 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 " o o o shoes, counterweight guide shoes, and 8ibs; adjust or replace belts, and, when necessary, equalize the tension on all hoisting ropes; when necessary renew all wire rope cables and repair conductor trail cables; replace fuses, repair wiring for shaftway door interlocks, push buttons, car operating stations; repair or replace renewal parts of the automatic car door operator and other accessory equipment; replace indicator bulbs in the operating panels and indicators during periodic servicing or as needed. (4) Company shall within four (4) weeks of award of contract, at its own expense maintain at a minimum the following inventory of parts on the job site, verifiable by the City. (a) Three (3) generator field control II (GFC II) units. (b) Two (2) light emitting diode leveling vanes. (c) Three (3) W.E.S.S. (World Electronics Sales & Service) Solid State Leveling P.C. Boards. (d) Three (3) W.E.S.S. Solid State Stepper P.C. Boards. (e) Three (3) W.E.S.S. Solid State Door Operator P.C. Boards. (f) Six (6) Light Emitting Diode leveling Pods. (g) Two (2) G.A.L. Safety Edges. (h) One (1) G.A.L. Master Door Operator Motor. 2 . . 0 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 o o o (i) Fifteen (15) G.A.L. Door Rollers. (j) Twenty-five (25) G.A.L. Pick-Up Rollers. (k) Twelve (12) u.s. Square, Black Bezeled Push Button Housings~ Repairs or renewals necessitated by ordinary wear and tear only shall apply only to this contract, and the Company shall not be required to make adjustments, repairs or renewals necessitated by reason of negligence on the part of others or misuse of said equipment. Company shall not be required to make capacity or safety tests or to install new attachments on the elevator whether or not recommended or directed by insurance companies or by governmental authorities, or to make any replacements with parts of a different design. The repair, refinishing or replacement of any of the following is not included in this agreement: car lighting fixtures, tubes and ballasts, car and hoistway enclosures, car and hoistway door panels, frames and sills, rams and cylinders, undergound pipe or conduit, power switches or fuses for same, and power wiring to the controller. Should City request Company to correct trouble which develops with the elevator equipment between regular routine examinations, the Company will absorb the cost of all labor expended at, and in traveling to or from the job site in performing the corrective work, except premium on overtime which City shall pay in the event City requests service outside of the regular workday hours of the City. The premium on overtime hours worked and traveledwill be billed at Company's standard billing I rates and City agrees to pay the resultant charges in addition to I 3 () 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 JI o o o the compensation stipulated herein. Such trouble-calI answering service will be provided on these terms on a 24-hour, 7-day week basis, and the Company guarantees a one hour or less response time on a trouble call. 2. Services for Escalators. A. Company agrees to furnish City full maintenance service on two (2) Montgomery escalators 10cated at Central City MaIl, San Bernardino, California. B. Company shall furnish the following work and material: (1) Periodically provide such full maintenance service as is necessary to maintain said escalators in good working condition. (2) When conditions warrant, Company shall adjust, repair or replace machine, motor and controller parts inc Iud ing worms, gears, thrusts, bearings, b,rake magnet coils,' brake shoes, brushes, windings, commutators, armatures, coils, contacts, resistance units, magnet frames, sheaves, shafts, bearings, solid state components and other parts as needed. (3) When necessary, repair or renew guide rollers, adjust or replace chains and equalize the tension; when necessary replace fuses, repair wiring for shaftway, operating stations, repair or renew parts of other accessory equipment, and perform other related repair work as needed. (4) Company will also repair, and, if in Company's judgment it is necessary, Company shall replace handrails, comb plates, threads and risers. (5) Company shall perform "annual maintenance and 4 o o o overhaul" as is standard in the industry. Such service shall be performed by one mechanic and one helper (1 team) under the supervision of the Public Buildings Superintendent or his or her designated representative. (6) Company shall within four (4) weeks of award of contract at its own expense maintain at a minimum the following inventory of parts on the job site verifiable by the City. (a) Two (2) comb plates, one each for the up and down escalators. (b) Necessary fuses and/or switches. Repairs or renewals necessitated by ordinary wear and tear only shall apply, and the Company shall not be required to make adjustments, repairs or renewals necessitated by reason of negligence on the part of others or misuse of the equipment. Company shall not be required to make capacity or safety tests or to install new attachments on the escalator whether or not I I recommended or directed by insurance ~ompanies or by governmental i I authorities or to make any replacements with parts of a different I ! design. Also excluded from this agreement are all lights I located i ! , , within the balustrades and escalators. The repair, refinishing or replacement of the following are not included in this agreement: lighting fixtures, hoistway enclosures, hoistway door panels, frames, power switches or fuses for same, power wiring for controller, balustrades and escalator frame. Should City request Company to correct trouble which develops with the escalator equipment between regular routine 5 'I o o o examinations, the Company will absorb the labor expended at, and in traveling to or from the jobsite in performing the corrective work, except premium on overtime which City shall pay in the event City requests service outside of the regular workday hours of City. The premium on overtime hours worked and traveled will be billed at company's standard billing rates, and City agrees to pay the resultant charges in addition to compensation stipulated. Such trouble-call answering service will be provided on these terms on a 24-hour, 7-day week basis, and Company guarantees a one hour or less response time on a trouble call. 3. Conditions. Nothing shall be construed to mean that the Company assumes any liability on account of accidents to persons or property except those directly and solely due to negligent acts of the Company or its employees. When not working in, about, or on the said equipment, the Company does not assume the management or control thereof. At any time the Company's service representative is servicing the equipment, the Company is asserting possession and control only over the specific component being serviced at any given moment, and possession and control of the remainder of the equipment shall remain with the City. Company shall hold City, its elective and appointive boards, commissions, officers, agents and employees, harmless from any liability for damage or claims for damage for personal injury, including death, as well as from claims for property damage which may arise from Company's performance and operations. Company shall defend City and its elective and appointive boards, commissions, officers, agents and employees from any suits or actions at law or in equity for damages caused, or alleged to 6 0 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 o o o have been caused, by reason of any of the' aforesaid operations. , ' The Company shall, at its own expense, during the term of the agreement, maintain public liability insurance in the amount of $250,000 for injury or death of anyone person subject to the limit of $500,000 for anyone accident, and property damage insurance in the amount of not less than $100,000. Policies or certificates evidencing the above required coverage shall be filed with the City and shall include the City as an additional insured. The Company shall not be held responsible or liable for any 10ss, damage, detention, or delay caused by accidents, strikes, 10ckouts, fire, floods, acts of civil or military authorities, or by insurrection or riot, or by any other cause which is unavoidable or beyond its control. In no event shall Company be liable for consequential damages. City agrees that Company, in performing work shall be bestowing its skill and services necessary for the construction and for proper maintenance of the construction of the aforesaid equipment at the jobsite. The City agrees to keep the elevator pit(s) and motor room(s) free from water and rubbish;, to give the Company written notice within twenty-four (24) hours of any accident, alteration or change affecting the equipment of which City has knowledge, to discontinue the equipment from service immediately when it becomes unsafe or operates in a manner which might cause injury to a user thereof; and to maintain surveillance of the equipment for such purposes. In the event of suit by the Company or City under the agreement or damages for its breach, the prevailing party shall 7 JI o o o be entitled to recover as part of the judgment in any such action reasonable attorneys' fees and costs of suit. 4. Term. This agreement shall commence on January I, 1985, and continue thereafter for a term of five (5) years; provided, however, this agreement shall automatically terminate at the end of any City fiscal year in the event the Mayor and Common Council of City fail to allocate funds for the purpose of this agreement. 5. Compensation. The maximum monthly price for the services stated herein shall be as set forth below for each year of the contract. Monthly payments shall be made within thirty days of receipt of invoice. First Year = $1575.00 Second Year = $1653.75 Third Year = $1736.44 Fourth Year = $1910.09 Fifth Year = $2101.10 It is und~rstood that the actual adjustment for the second, third, fourth and fifth years is to be based on percentage changes in material and labor costs, or the adjustment ceiling listed above, whichever figure is less. 6. Assignment and Delegation. Neither party hereto shall have the right to assign or delegate this contract without prior written consent of the other party, and any assignment or delegation made without such written consent shall be void and of I no effect. 7. Severability. If any provision of this agreement is for any reason held to be invalid or unconstitutional by the decision of any court of competent jurisdiction, such decision shall not affect the validity of the remaining portions of said agreement. 8. Time of Essence. Time is of the essence of this 8 o o o agreement. 9. Entire Agreement. Specification No. F-84-38 is hereby incorporated by reference into this agreement as though set forth at full. This agreement, including the specifications incorporated by reference, constitutes the entire agreement between the parties hereto and supersedes any prior negotiations and understandings between the parties. lO. Termination. Should Company fail to comply with any term, condition or provision of this agreement, City may terminate the agreement by giving ten days' written notice to Company. Upon such termination, City shall be under no further obligation to Company. Should City fail to comply with any term, condition or provision of this agreement, Company may terminate this agreement by giving ten days' written notice to City. Upon such termination, Company shall be under no further obligation to City. Other than as described above, this agreement may be amended, modified or terminated only by written agreement signed by both parties and failure on the part of "either party to enforce any provision of this agreement shall not be construed as a waiver of the right to compel enforcement of such provision or provisions. II. Notices. Any notices required hereunder other than trouble call requests which may be made by telephone shall be in writing and delivered in person or sent by certified mail, / / / / / / / / / / / / / / / / / / 9 . , 0 1 2 3 4 5 6 7 8 9 10 11 12 I:' 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 o o o postage prepaid, addressed as follows: CITY COMPANY City Clerk 300 North "D" Street San Bernardino, CA 92418 Reliable Elevator Co. 13215 E. Penn Street Suite 630 Whittier, CA 90602 IN WITNESS WHEREOF, the parties hereto have subscribed their names the day and year first hereinabove written. ATTEST: City Clerk Approved as to form: City Attorney CITY OF SAN BERNARDINO By Mayor RELIABLE ELEVATOR CO. By Title 10 I' lIt 0 0 0 J \ ( .I I GUVER & WILLIAMS E LEV A TOR COR P. 0433 SO. WATERMAN AVE., SUITE "G" 0 SAN BERNARDINO, CA 92408 EASTERN DIVISION w U > '" w '" '" ::> 0 :I: ... .... 0 '" '" -< "- w '" 1 06 Z 0 J l- I u , w l "- '" I z 0 z j 0 I- j -< N 'I z "" w a 0 ~ 0 1 '" 1 "" I 0 , I- j -< 1 ~ , -< " " u , '" , w 1 0 '1 '\ '" (1 "" I 0 I- 'I -< 1 > w ~ w ~ "" w 1 C> 1 z w " '" '" j -< "- a Z -< 'j I- :I: C> w "" '" CONTRACTORS LICENSE #119523 TELEPHONE: (114) 825-0113 December 28, 1984 ""~ \'::,.-',,",:17'0, ""'..... -....'<.?7:' ~,' .' ::-li;', ,\;..\, " ('/;" \." ...,' . '~~;... ,; ,. \\ p~ I...... ,\. JtlN 0 ~ -~ ~., - \1 - ~ j~o";lIo. I, (', 1.11 v,',, ~ I' t..' "vr"(s'o~ '/.' - C.ly 01 Sa fl1I; < - " \ n 8o:-RI1<thlo .# rb~~, .>' 't""!:\'\' _J~' The Honorable Bob Holcomb Mayor of the City of San Bernardino 300 North "D" Street San Bernardino, California 92418 Re: Specification Number F-84-38 Letter dated December II, 1984 Dear Mr. Holcomb: Pursuant to our telephone conversation of December 26, 1984, regarding the parts inventory in the above-referenced specification, the parts inventory is ludicrous and leans heavily towards one (1) company. The items in the inventory are not high wear items and are brand new. If the installer claims the efficiency and longevity are suppose to be better than what was replaced, the installer should be queried if the parts do not perform to expectancy. We have taken from the specifications the inventory out- lined and have modified the inventory to sufficiently take care of the needs of the City, to open up the bidding for all the elevator industry, and to save the City money (see Attachment) . Another situation, to take into consideration, is the fact that the company that was awarded the bid has only one (I) service/mechanic in the San Bernardino area; whereas, Oliver & Williams Elevator Corporation has nine (9) service/mechanics in the area. I; -0 o o o The Honorable Bob Holcomb December 28, 1984 Page Two If I can, be of further assistance, please feel free to call me. Sincerely, r~m!!_~ILLIA "':: Richard Eastern CORPORATION T. cinas Division Manager ~ RTE:dcb Attachment ccs. with Attachment: 1. Councilman Robert Castaneda Ward I, City of San Bernardino 2. San Bernardino Chamber of Commerce 3. Sun Telegram . . c III o o o The Honorable Bob Holcomb Attachment December 28, 1984 TECHNICAL SPECIFICATIONS, ELEVATOR SERVICE 1. Services for Elevators (4) Contractor shall within four (4) weeks of award contract, at his own expense maintain at a minimum the following inventory of parts on the job site, verifiable by the City. (a) Three (3) generator field control II (GFC II) units (only one (1) necessary). Two (2) light emitting diode leveling vanes (only one (1) necessary). (c) Three (3) W.E.S.S. (World Electronics Sales & Service Solid State Leveling P.C. Boards (only one (1) necessary) 0 (b) (d) (e) (f) (g) (h) (i) (j) (k) Three (3) W.E.S.S. Solid State Stepper P.C. Boards (only one (1) necessary). Three (3) W.E.S.S. Solid State Door Operator P.C. Boards (only one (1) necessary). Six (6) Li~ht Emitting Diode Leveling Pods (only two (2) necessary). Two (2) G.A.L. Safety Edges (only one (I) necessary) . One (1) G.A.L. ~~ster Door Operator Motor (this is reasonable). Fifteen (15) G.A.L. Door Rollers (only four (4) necessary). Twenty-Five (25) G.A.L. Pick-Up Rollers (only four (~) ~ecessary). Twelve (12) U.S. Square, Black Bezeled Push Button Housings :~nly cr.ree (3) necessary).