38
UCSD RFP for Elevator Maintenance – RFP#0833RJB Page 1 of 29 THIS IS NOT AN ORDER, THIS IS A REQUEST FOR PROPOSAL For Elevator Maintenance _________________________________________________________________________________________________ It is the Vendor's responsibility to read the entire document and to comply with all requirements listed herein. Submittal Due Date and Time : All submittals must be received on or before 3:00 p.m. local time in San Diego, CA, on 01/29/09. Return by: electronic submission as email attachment with file size not greater than 5 megabytes, or on CD two (2) copies, or hard copy seven (7) copies to: University of California, San Diego 9500 Gilman Dr. La Jolla, California 92093-0210 Attn: Robert Beiner, Asst Dir Procurement & Contracts PH# (858) 534-3753 FAX# (858) 534-8295 [email protected] Late Submittals Will Not Be Accepted

For Elevator Maintenance - Business & Financial Services with... · UCSD RFP for Elevator Maintenance – RFP#0833RJB Page 2 of 29 IMPORTANT University of California, San Diego Bid

  • Upload
    leanh

  • View
    218

  • Download
    2

Embed Size (px)

Citation preview

Page 1: For Elevator Maintenance - Business & Financial Services with... · UCSD RFP for Elevator Maintenance – RFP#0833RJB Page 2 of 29 IMPORTANT University of California, San Diego Bid

UCSD RFP for Elevator Maintenance – RFP#0833RJB

Page 1 of 29

THIS IS NOT AN ORDER, THIS IS A

REQUEST FOR PROPOSAL For

Elevator Maintenance _________________________________________________________________________________________________ It is the Vendor's responsibility to read the entire document and to comply with all requirements listed herein. Submittal Due Date and Time: All submittals must be received on or before 3:00 p.m. local time in San Diego, CA, on 01/29/09. Return by: electronic submission as email attachment with file size not greater than 5 megabytes, or on CD two (2) copies, or hard copy seven (7) copies to:

University of California, San Diego 9500 Gilman Dr. La Jolla, California 92093-0210 Attn: Robert Beiner, Asst Dir Procurement & Contracts PH# (858) 534-3753 FAX# (858) 534-8295 [email protected]

Late Submittals Will Not Be Accepted

Page 2: For Elevator Maintenance - Business & Financial Services with... · UCSD RFP for Elevator Maintenance – RFP#0833RJB Page 2 of 29 IMPORTANT University of California, San Diego Bid

UCSD RFP for Elevator Maintenance – RFP#0833RJB

Page 2 of 29

IMPORTANT University of California, San Diego

Bid Receipt Acknowledgment for

Elevator Maintenance

RFP#0833RJB If you are interested in bidding on this RFP, please acknowledge receipt of this document and provide your contact information as requested below. Return fax or email receipt of this page will insure that UCSD has accurate information to forward any changes, addendum or clarification's during the quote process. Walkthrough Information: Instructions on the time and place of the MANDATORY walkthrough will only be provided to those who return this Bid Receipt Acknowledgment. Please Fax or email this completed page to: Fax (858) 534-8295 or [email protected] Include subject line with RFP#0833RJB Elevator Maintenance in all correspondence. If you do not receive positive confirmation of receipt of your completed Bid Receipt Acknowledgment form, within three days of sending, contact Robert Beiner. If a fax or email is not available you may remit this page to the following address: University of California, San Diego Attn: Robert Beiner, Asst Dir Procurement & Contracts MC 0210 9500 Gilman Dr. La Jolla, California 92093-0210

RESPONDENT IDENTIFICATION: ________________________________________ ___________________________________________ Company Name (Print) Principal Place of Business _________________________________________ ____________________________________________ Authorized Representative Name (Print) Title of Authorized Representative _________________________________________ _____________________________________________ Mailing Address For Authorized Representative E-mail Address _________________________________________ ____________________________________________ Telephone No. (include area code) Fax No. (include area code)

Page 3: For Elevator Maintenance - Business & Financial Services with... · UCSD RFP for Elevator Maintenance – RFP#0833RJB Page 2 of 29 IMPORTANT University of California, San Diego Bid

UCSD RFP for Elevator Maintenance – RFP#0833RJB

Page 3 of 29

TABLE OF CONTENTS PART A INTRODUCTION

General Description & Background Information Schedule of Activities

PART B SPECIFICATIONS

Definitions Job Site Locations Scope

PART C CONTRACT CLAUSES

University Standard Terms and Conditions Access To Records Performance Guarantee Insurance Coverage Pricing Period of Performance Changes Payment Keeping Good Relations Removal of Vendor/Subcontractor Employees Prevailing Wages Independent Contractor Regulatory Requirements State Audit Assignment Compliance With Law Subcontracting Now-Waiver Provisions Mechanics’ Lien Captions Miscellaneous Examination of Records Cancellation University Principals for Placing Outsourced Contract Work

PART D INSTRUCTION TO BIDDERS.

Contractor’s Qualifications Billing Rates Warranty Designation of Confidential Information The Regents Not Liable for Required Disclosure Responsible and Responsive Bidders Determination of Responsiveness Caution to Respondents Withdrawal or Modification of Bids

Page 4: For Elevator Maintenance - Business & Financial Services with... · UCSD RFP for Elevator Maintenance – RFP#0833RJB Page 2 of 29 IMPORTANT University of California, San Diego Bid

UCSD RFP for Elevator Maintenance – RFP#0833RJB

Page 4 of 29

Submittals and Correspondence Confidential Information Lowball Submittals Federal and State Laws Discrepancies Bid Protest University Sustainability Guidelines Quotation Submittal Checklist

PART E EVALUATION FACTORS & BASIS OF AWARD

Evaluation Process Scoring Proposer Disqualification Contract Negotiation Vacated Award Consideration for Efforts Related to Sustainability & Environmentally Friendly

Products Elements to be Evaluated for Quality Points

ATTACHMENT A LIST OF ELEVATORS UNDER THIS AGREEMENT

Page 5: For Elevator Maintenance - Business & Financial Services with... · UCSD RFP for Elevator Maintenance – RFP#0833RJB Page 2 of 29 IMPORTANT University of California, San Diego Bid

UCSD RFP for Elevator Maintenance – RFP#0833RJB

Page 5 of 29

PART A. INTRODUCTION General Description and Background Information UCSD was established in the late 1950s. The main campus is located in La Jolla and is part of the ten-campus statewide University of California system. UCSD is comprised of 6 colleges, with approximately 25,000 faculty and staff, and 26,500 undergraduate and graduate students. Primary facilities include UCSD’s main campus in La Jolla which is located 10 miles north of San Diego, consisting of about 220 buildings on 1200 acres, and several major satellite facilities. The highly regarded School of Medicine is within walking distance of the VA Hospital. UCSD is also home of the renowned Geisel Library and the Erwin and Joan Jacobs School of Engineering. UCSD’s Thornton Hospital, Shiley Eye Center, and the Mesa Apartment complex, are at locations near or adjacent to the main campus. Other facilities include the UCSD Medical Center at Hillcrest, near downtown San Diego; the UCSD Kearny Mesa Annex; Scripps Institution of Oceanography at La Jolla; and facilities at La Jolla, Point Loma, and other San Diego County sites. With its six undergraduate colleges and renowned faculty, UCSD ranks as one of the top ten research institutions in the country, and, offers its students the better of two worlds – the intimacy of a small college environment combined with the benefits of a world-class university. UCSD has several Nobel laureates on its faculty, and of all public universities in the U.S., has the second highest number of faculty elected to prestigious national academies. UCSD ranks fifth in the nation and first in the University of California system according to the amount of federal research dollars the campus spends on research and development. Last year UCSD received over $400 million in research funding. UCSD is consolidating the elevator maintenance requirements for three distinct Campus units: Facilities Management (FM), Housing*Dining*Hospitality (HDH), and Medical Center (MC). As such, the resulting services will be contracted with the winning bidder by each of the three participating entities by way of University Purchase Orders issued against a Master Agreement which would be concluded between the University and the winning bidder. The Master Agreement will contain the general terms and conditions and indicate that specific requirements will be placed by each participating campus unit organization under their respective Purchase Orders. The Purchase orders will (1) reference the Master Agreement terms and conditions (2) provide list of elevators covered (3) contain any special terms and conditions related to the issuing Campus department, and (4) specify the total monthly billing. The list of elevators by Campus unit can be found on Attachment A to this RFP Schedule of Activities The process related to this effort is as follows:

a) Publication of the RFP 12/11/08 b) Interested bidders identified by returning Bid Receipt Acknowledgement Page

of this RFP on or before: 12/22/08

c) Instructions on walkthrough sent to suppliers who return the Bid Receipt Acknowledgment:

12/23/08

d) Start date for MANDATORY walkthrough of elevators. The walkthrough will continue until all bidders have had an opportunity to see all listed elevators.

1/7/09

e) MANDATORY Bidders Conference at end of walkthrough (estimated date) to answer questions about the RFP listed elevators, RFP process, and RFP itself

1/14/09

f) Answers to questions will be provided at the conference and in writing the following date as an addendum to the RFP

1/16/09

g) Bidders submit bids by due date and time 1/28/09 3:00p.m. PST

Page 6: For Elevator Maintenance - Business & Financial Services with... · UCSD RFP for Elevator Maintenance – RFP#0833RJB Page 2 of 29 IMPORTANT University of California, San Diego Bid

UCSD RFP for Elevator Maintenance – RFP#0833RJB

Page 6 of 29

h) Bids reviewed for administrative compliance i) Reviewed bids submitted to evaluation team for quality point determination j) Cost per quality point ranking determined by procurement specialist k) Top two ranked bidders presentation to review committee l) Review committee selects apparent successful bidder (ASB) m) Negotiations conducted with ASB to finalize master contract

Feb 2009

n) Master contract awarded that calls for individual Purchase Orders to be issued EOM Feb 2009 o) Purchase Orders issued by participating UCSD campus units 2nd Week Mar 2009

PART B SPECIFICATIONS

DEFINITIONS ASB – Apparent Successful Bidder CONTRACT – The resulting contract issued by the UCSD Procurement & Contracts, which is also at times Referred to herein as the “Agreement”, or as the “Master Agreement”. PROPOSAL - The term “Bid” “proposal”, and Quote, are used interchangeably herein and refer to the bid submitted in response to this RFP. PURCHASE ORDER (PO) - The documents to be furnished to the successful contractor(s) by UCSD Procurement personnel, specifically describes the work to be done for a specific campus unit and references back to the Master Agreement. REGENTS OF THE UNIVERSITY --- The terms, “Owner”, “University”, “University of California”, “University of California, San Diego”, “UCSD”, “Buyer”, Procurement Specialist”, Department”, and “Regents of the University of California” are used interchangeably herein and refer to the same entity: Regents of the University REQUESTOR – The terms “Requestor”, “requesting department”, “department”, “end user”, “campus unit” and “jurisdictional personnel” are interchangeably herein and refer to the same entity, the receiver of goods and services. RFP or RFQ are used interchangeably and mean Request for Proposal. SELLER--- The term “Seller”, Supplier”, “Contractor”, “Bidder”, “Respondent”, “Provider”, “Awardee” and “Vendor”, are used interchangeably herein and refer to the same entity, the provider of goods and services to the University. WORK - “Work” shall include all obligations, duties, requirements, and responsibilities required for the successful completion of the Contract by the Seller, including the furnishing of all supervision, labor, materials, equipment and other supplies, incidental with the execution of the Contract and in accordance with the terms and conditions set forth in the Contract.

JOB SITE LOCATIONS The work will be performed on University property in University owned or operated buildings. See Attachment A for location of the elevators.

Page 7: For Elevator Maintenance - Business & Financial Services with... · UCSD RFP for Elevator Maintenance – RFP#0833RJB Page 2 of 29 IMPORTANT University of California, San Diego Bid

UCSD RFP for Elevator Maintenance – RFP#0833RJB

Page 7 of 29

SCOPE General Service Requirements

The University of California, San Diego, Procurement and Contracts Department is requesting quotes for elevator maintenance services in accordance with the performance specifications as included in this section and as applied to the detail by unit requirements in Attachment A. The service to be performed by the Contractor under this Contract is considered a full service agreement and shall consist of furnishing all material, labor, tools, and equipment necessary to provide inspection, maintenance, and repair. The contractor shall use only trained employees to insure safe operating equipment in accordance with all applicable Federal, State and Local laws, ordinances and regulations. Extent Of Work On Equipment The work described in this Contract involves the service, inspection, examination, cleaning, lubricating, repairing, testing, renewing and replacement of parts and equipment to maintain the Elevators in a safe and first-class operating condition conforming to the standards acceptable throughout the industry. The work shall be performed by the Contractor, and unless otherwise specified, applies to all parts of the equipment listed below, complete and in its entirety including, but not limited to: ◊ Machine: Worm and gear, pinion gear, thrust bearings, lateral bearings, drive sheaves, drive sheave shaft

bearings, brake pulley and brake coil, brake shoes and linings, brake pins and brake contacts, sound isolation, and other component parts.

◊ Motor and Motor Generator: Motor windings, gearless hoist motors, rotating element, commutator,

brushes, brush holders, bearings, field coils, armature and stator, shaft, collector and slip rings, rotor. As applicable, SCR Drives and Variable Frequency Drives are also included.

◊ Controller, Selector, Dispatching Equipment: All relays, rectifiers, solid state components, resistors,

condensers, transformers, contacts, conductors, dash pots, timing devices, selector switches, computer devices, steel selector tape, mechanical and electrical driving equipment, coils, solenoids, resistance grids, magnets and inductors, switch assemblies, and springs, microprocessors, transducers and printed circuit boards, wire and cable, arc deflectors, fuses, electronic tubes.

◊ Governor: Governor sheave and shaft assembly, bearings, contacts and governor jaws, switches,

governor tension sheave assembly. ◊ Hoistway door interlocks and hangers, bottom door guides, and auxiliary door closing devices, tracks,

cams, rollers, locks and contacts, air cord, chains, pivot and pivot pins, hinges, auxiliary hinges, gate switches and sight guards.

◊ Deflector and Secondary Sheave, bearings, car and counterweight buffers, car and counterweight guide

rails, top and bottom limit switches, governor tension sheave assembly, compensating sheave assembly, counterweight and counterweight guide shoes including rollers or gibbs, slowdown switches, leveling switches and associated cams and vanes, electronic components and steel tape assemblies, car and counterweight 2:1 sheaves.

◊ Automatic power operated door operators, car door hangers, car door contacts, door protective devices,

tracks, door clutch mechanism, closers and closer arms, load weighing equipment, car safety units, platform, wood platform flooring, tile floor covering in the elevator cab, elevator car guide shoes gibbs or rollers, car door gibbs and sills, elevator cab tops, car gates (vertical and collapsing).

Page 8: For Elevator Maintenance - Business & Financial Services with... · UCSD RFP for Elevator Maintenance – RFP#0833RJB Page 2 of 29 IMPORTANT University of California, San Diego Bid

UCSD RFP for Elevator Maintenance – RFP#0833RJB

Page 8 of 29

◊ Gates, all car and hoistway door equipment including “Peele” doors, cams, car switches, annunciators, and parking devices.

◊ All wire ropes, hoist, compensating and governor. as often as is necessary to maintain an adequate factor

of safety; to equalize the tension on all hoisting cables. The Contractor shall also shorten the wire ropes as required to maintain the legal counterweight and related equipment clearances. Whenever wire ropes are replaced or shortened, only wedge-type shackles shall be used if applicable. Any modifications necessary to achieve this result shall be the responsibility of the Contractor. Replace and repair, as required, traveling conductor cables including car, hoistway and machine room wiring, including the conductors extending from the main line switches to the controllers. The mainline switch together with fuses for same are excluded. Contractor shall be responsible to relamp all lighting fixtures in the pit, machine room, hoistway on top of and underneath the elevator car. Cab lighting is excluded.

◊ Fixture contacts, pushbuttons, key switches, locks, lamps and sockets of button stations (car and hall)

lanterns, position indicators (car and hall), direction indicators, relamp signal equipment including hall lanterns, position indicators, car and hall stations, traffic directory stations, lobby indicator panels, intercom and other in-car communication systems, alarm bells and elevator monitoring system. This contract includes repair of cab annunciator system and repair of car switch. All cab ventilation systems, including ventilation fans and associated switches are to be covered by the Contractor.

◊ All piping, fittings and accessories (such as vibration dampers, silencers, etc.), between the pumping plant

and the jack unit. Power plant (complete), consisting of its enclosure, pump, motor power transmission elements between the pump and motor, valves (of every kind), strainer, mufflers, gaskets, and all other accessories.

The contractor shall: ◊ Renew all wire ropes, hoist, compensating and governor. as often as is necessary to maintain an adequate

factor of safety; to equalize the tension on all hoisting cables. The Contractor shall also shorten the wire ropes as required to maintain the legal counterweight and related equipment clearances. Whenever wire ropes are replaced or shortened, only wedge-type shackles shall be used if applicable. Any modifications necessary to achieve this result shall be the responsibility of the Contractor. Replace and repair, as required, traveling conductor cables including car, hoistway and machine room wiring, including the conductors extending from the main line switches to the controllers. The mainline switch together with fuses for same are excluded. Contractor shall be responsible to relamp all lighting fixtures in the pit, machine room, hoistway on top of and underneath the elevator car. Cab lighting is excluded.

◊ Examine all safety devices and governors and conduct annual no load tests. Perform the full load, full

speed test of safety mechanism, overhead speed governors, car and counterweight buffers as required every five years for each elevator or as required by accepted safety standards at the time of testing. Car balance shall be checked and the governor recalibrated and sealed for proper tripping speed and tagged. All tests will be conducted in accordance with the provisions of the American National Safety Code for Elevator and Escalators ANSI/ASME A17.1 Current Edition as the same may be amended, supplemented or substituted, and in accordance with all applicable laws and codes. Hydraulic pressure tests are included in this agreement. Repair or replace the following parts of the pump unit; impellers, bearings, seals, operating valves, strainers, reservoir, solenoids, transmission sheaves and drive belts. Repair, renew or replace oil hydraulic tanks, valve screens, filters, pumps, motors, belts, fittings, above ground piping and supports, packings, “O” rings, cylinder head assemblies, pistons and isolation equipment.

◊ Keep guide rails free of rust and dust. Where roller guides are used, rails shall be kept dry and properly

lubricated when sliding guides are used. Replace guide shoe rollers and gibbs as required to insure

Page 9: For Elevator Maintenance - Business & Financial Services with... · UCSD RFP for Elevator Maintenance – RFP#0833RJB Page 2 of 29 IMPORTANT University of California, San Diego Bid

UCSD RFP for Elevator Maintenance – RFP#0833RJB

Page 9 of 29

smooth and satisfactory operation. Periodically examine rail brackets for tightness of bolts and nuts. File any rough surface, or gouge which may appear due to action of the safety devices.

◊ Furnish and utilize lubricants, consisting of oils, greases, and compounds, blended specifically for

elevator equipment. They shall be of the highest quality and consistency for the purposes employed, and the parts, to which applied. Cleaning compounds, waste clothes, and other materials, are to be supplied with the understanding that the cleaning agents employed shall not be flammable or noxious. This material shall always be stored in approved metal containers provided by the Contractor. The contractor will supply necessary hydraulic fluid, oils, grease and other lubricants, cleaning materials and cotton waste. The contractor will repair or replace hydraulic motor stator windings, rotors, slip rings and motor bearings. In the hoistway, repair or replace plunger packing, exposed piping and shut off valves. The contractor will repair or replace operating valves valve motors, motor windings, pumps, pump motors, leveling valves, hydraulic fluid tanks, hydraulic motors, and entire jack unit.

◊ Furnish all replacement parts that shall be new and specifically designed for the elevators on which they

are to be used. ◊ Keep the exterior of the elevator machinery and any other parts of the equipment subject to rust, painted

with heat resistant enamel and presentable at all times. The motor windings shall be treated as needed, with proper insulating compound as recommended by the motor manufacturer. Cleaning and refinishing of the interior of the cars and exterior of hoistway door frames are excluded from this Contract.

◊ Maintain all elevator equipment in hoistways, machine rooms, secondary levels, and pits in a clean

orderly condition, free of dirt, dust and debris. Pits and machine spaces shall be kept dry and clean. ◊ Notify the Owner (in writing) of the existence or development of any defects in, or repairs required to the

elevator equipment that the contractor does not consider to be his responsibility under the terms of the contract. The Contractor shall furnish the Owner with a written estimate of the cost to correct any such defects or make the required repairs. The Owner reserves the right to make the final determination concerning the responsibility for such defects, corrections or repairs.

◊ Give immediate notice to the Owner of any condition, which the contractor discovers that may present a

hazard to either the equipment or passengers. The maintenance under this Contract shall provide a constant high quality service to properly protect all elevator equipment from deterioration and provide constant peak performance of all elevators. It is understood that the maintenance work required by this Contract will be performed by the highest classification of mechanic. During regular working hours contractor must respond in a timely manner to service calls. Running on Arrival (ROA) calls will be included without additional cost. Manpower A minimum of two (2) full-time certified journeyman elevator mechanics, familiar with the various types of elevator equipment currently installed in the buildings listed on Attachment A, eight hours per day, Monday through Friday, except union holidays. The shifts of the two mechanics should be staggered to maximize coverage and be coordinated with the respective University Campus responsible units. The Contractor shall assign an experienced mechanic of the highest classification recognized by the union affiliated with the Contractor’s employees to be the full-time mechanics. Contractor shall make all reasonable efforts not to change the assigned mechanic unless requested by the Owner, or for unsatisfactory performance. Owner reserves the right to request that the assigned mechanic be changed for any or no reason at any time.

Page 10: For Elevator Maintenance - Business & Financial Services with... · UCSD RFP for Elevator Maintenance – RFP#0833RJB Page 2 of 29 IMPORTANT University of California, San Diego Bid

UCSD RFP for Elevator Maintenance – RFP#0833RJB

Page 10 of 29

The full time elevator mechanics are only to be used for service (including regular and emergency) and maintenance of the equipment contained in this contract. The mechanics should not be pulled from their service and maintenance duties to respond to calls on any elevators outside the scope of this agreement. In addition, these mechanics should not be used to perform major repairs. The contractor shall provide separate repair crews to perform major repairs to elevators in this contract. The Contractor will provide a vehicle for each full time mechanic for their exclusive use in servicing the elevators contained in this contract. Mechanics must be able to use these vehicles to travel independently from each other when performing their contractual duties. Contractor must obtain UCSD parking permits for Contractor vehicles. Hours And Manner Of Work The contractor shall perform all preventative maintenance, repairs, routine adjusting and service procedures during regular working hours of regular working days for the elevator trade (6 a.m.-6 p.m. Monday through Friday). Should shift work be required to complete an approved project, Contractor’s mechanics will notify University at start and completion of work. Shift work will not be authorized for Saturdays, Sundays or holidays unless approved by the University. The University shall be notified prior to the removal of elevators from normal service that requires the elevator to be out of service for more than 30 minutes. Elevator mechanics shall remain in contact with the respective Campus unit dispatcher while on campus. Should the elevator mechanic be required to leave the campus for any reason, the mechanic is to notify the appropriate University campus unit dispatcher at the time of his departure and his return. If an elevator is shut down with trapped passengers, during regular working hours, Contractor shall guarantee 30 minute response time from the time the trouble call is received. For times other than regular working hours, Contractor shall guarantee 60 minute response time from the time the trouble call is received. Any exceptions to this rule, would be footnoted in Attachment A and be specific to the elevator(s) as footnoted. In the event an elevator is shut down without trapped passengers, Contractor shall guarantee 60 minute response time from the time the trouble call is received during regular working hours, and 2 hour response time at all other times. Contractor personnel will be issued master keys for access to machine spaces around campus. In the event that one of these keys is lost, Contractor shall be responsible for replacement cost of the key and any and all re-keying deemed necessary by the University. Lubrication The contractor shall lubricate as needed, but at least twice a month all of those mechanical parts recommended to be lubricated by the original manufacturer of the elevator equipment or to otherwise lubricate as often as and in the manner specified by said manufacturer. Lubricants shall consist of oils, greases and compounds furnished by the Contractor. The lubricants shall be of the highest quality, the consistencies of which shall be proper for the purposes employed and for the parts to which applied. It being understood and agreed between the parties hereto that abrasive bearing lubricants shall not be employed except on new parts installed and only if and for the period recommended by the original manufacturer of the elevator equipment. Where abrasive bearing lubricants have been employed in conformity hereto, they are to be thoroughly removed by cleaning after the working-in-period has elapsed. Wherever possible, Contractor will use environmentally friendly, “Green Products”.

Page 11: For Elevator Maintenance - Business & Financial Services with... · UCSD RFP for Elevator Maintenance – RFP#0833RJB Page 2 of 29 IMPORTANT University of California, San Diego Bid

UCSD RFP for Elevator Maintenance – RFP#0833RJB

Page 11 of 29

Cleaning The contractor shall keep elevator machine rooms in clean and orderly condition. Contractor shall, during the course of all examinations, remove and discard immediately, all accumulated oil, grease, dirt and debris from machine spaces, car tops and pit areas once per month. Prior to each anniversary date of this Contract, Contractor shall thoroughly clean down the entire hoistway of all accumulated dirt, grease, dust and debris. All waste shall be discarded in compliance with all laws and codes. Cleaning compounds, waste, cloths and other materials necessary are to be supplied by the Contractor and shall be kept properly sealed to prevent leakage and stored in metal cabinets. It is understood and agreed between the parties that cleaning agents employed shall not be flammable or noxious. The contractor shall paint the elevator machine room(s) as deemed appropriate by the University. Wherever possible, Contractor will use environmentally friendly, “Green Products”. Emergency Call Back Service The Contractor shall provide 24 hour 7 day per week call back service without additional charge. This consists of dispatching qualified employees in response to emergency calls from the owner by telephone or otherwise, for adjustments or repairs on any day of the week, at any hour of the day or night. Emergency repairs shall be made in a timely manner to restore the elevators to operating order. If repairs cannot be made immediately, the mechanic or Contractor representative shall notify the University campus unit contact as to the reason. Inspection, Examination, And Adjustment Of Equipment Contractor shall on a routine basis inspect, examine, clean and adjust as necessary all mechanical and electrical parts subject to loosening, wearing, and/or burning out by reason of movement, contact or load, mechanical or electrical, which shall include all machines, motors, generators, SCR and variable frequency drives, and controller parts, worms, gears, governors, bearings brake shoes and linings, brushes, coils and windings, commutators, pumps, valves, armatures, rotors, stators, contacts, switches, relays, resistance, wiring of all circuits, magnet frames, sheaves, sheave centers, shafts, floor leveling and safety devices, counterweights, rixon hinges, car door hangers and guides, hall push-buttons, cab lighting, signal devices, gates, car panels, wire ropes, conductor cables, emergency signal controls and other electrical and mechanical parts. The Contractor is to make any and all inspections and adjustments to the elevator system in accordance with the manufacturer’s recommendations. The contractor shall furnish maintenance procedure check charts in each elevator machine room. The contractor shall keep each check chart in the machine room(s) up to date so as to reflect the current scheduled items of maintenance. Upon completion of the maintenance, the Contractor must initial and date the check chart to indicate what work has been completed. Contractor shall provide additional charts as needed. In addition to the check chart located in the elevator machine room(s), Contractor shall furnish work tickets to the Owner which will indicate all the malfunctions of the elevators and the corrective work performed by the Contractor. The work tickets shall specify date and time the work was performed and shall be signed by the Contractor’s mechanic. All regularly scheduled inspections shall also be recorded on work tickets signed by the Contractor’s mechanic. Work tickets shall also show the date and time arrived and departed from the job. Contractor shall, at any time during the term of this Contract, upon written request of the Owner, promptly submit to Owner a complete report of inspections, repairs or reinstallation of parts or services performed and supply samples of lubricants, compounds, or other materials employed, at no cost to Owner. Periodic Examination The contractor shall calibrate and/or test all safety devices, governors, wire ropes and conductor cables, periodically, in accordance with ANSI/ASME-A17.1, A17.2, A17.3, American National Standard Safety

Page 12: For Elevator Maintenance - Business & Financial Services with... · UCSD RFP for Elevator Maintenance – RFP#0833RJB Page 2 of 29 IMPORTANT University of California, San Diego Bid

UCSD RFP for Elevator Maintenance – RFP#0833RJB

Page 12 of 29

Code for Elevators (Code) as the same may be amended, supplemented or substituted, and in accordance with all applicable laws and codes. All necessary material and labor to make these tests shall be furnished by the Contractor and witnessed by a qualified elevator inspector employed by the Owner’s elevator insurance company or local authorities. The contractor shall perform any additional testing required by local authorities Travel It is understood that no travel time shall be charged under this Contract for normal working hours or for emergency call back service or for any other service provided for hereunder. Repairs And Replacements The Contractor shall take full responsibility to repair or replace, to manufacturer’s standard, all components of the elevator equipment specified under this agreement and any resulting purchase orders Special Provisions In certain buildings, the Owner may, at its discretion, require that the work detailed in the following list be performed during the building’s off-hours. It is the Contractor’s responsibility to determine the Owner’s policy regarding these items. As a default, the Contractor must perform the work on off-hours. The Contractor must have explicit written permission from the Owner prior to performing any of this work during normal business hours. There shall be no additional charge for this work; all costs including, but not limited to, the overtime labor cost shall be included in the monthly maintenance price.

• All wire rope replacements • All work that requires burning • Any work that would result in a level of noise incompatible with conducting business in the building

Performance Times, Leveling, And Contract Speed The contractor shall maintain the control systems to provide smooth acceleration and deceleration. The Contractor must maintain elevators in accordance with the manufacturer’s performance specifications (including floor-to-floor times, door timings, rate speed, group supervisory system, etc.). The Contractor shall be required to maintain these performance criteria (at minimum) during the entire term of any free, guaranteed or Contract maintenance period:

1. Pre-Door Opening Manufacturer’s Standards 2. Leveling Accuracy +1/4 inch 3. Floor-to-Floor Performance Time* Manufacturer’s Standards 4. Door Opening Time Manufacturer’s Standards 5. Door Closing Time Manufacturer’s Standards 6. Long Door Open Dwell Time 5.0 Seconds (or as required by ADAAG) 7. Short Door Open Dwell Time 3.0 Seconds 8. Nudging Time No less than 20 Seconds 9. Door Closing Force No more than 30 Pounds

* The Floor-to-Floor Performance Time is defined as the time elapsed from the time the elevator doors begin to close until the elevator doors are three-quarters open on a one floor run. Door opening and closing speeds shall be adjusted for ideal and maximum performance commensurate with door width and height.

Page 13: For Elevator Maintenance - Business & Financial Services with... · UCSD RFP for Elevator Maintenance – RFP#0833RJB Page 2 of 29 IMPORTANT University of California, San Diego Bid

UCSD RFP for Elevator Maintenance – RFP#0833RJB

Page 13 of 29

All door open dwell times are subject to Owner discretion and direction. Under no circumstances shall performance times violate any provisions of the Code. The contractor shall test and check the group supervisory (dispatching) systems quarterly to insure that all circuits and time settings are properly adjusted, and that the system performs as designed and installed by the manufacturer. Contractor shall submit to Owner a full written report that includes the description of the test of the supervisory system, and results of such test. The test shall include observations, adjustments and report of proper indications of cars in group, method of assignment, cars automatically removed from group as a result of individual malfunction, main floor demand setting, priority and security setting, preferred service response, peak traffic recognition and time clock settings for this purpose, car and hall call circuitry, direction performance operation, door dwell timing device settings, main floor loading times and sequence, and conditions which expedite or delay normal dispatch times. Testing The Contractor shall examine monthly all safety devices and governors, and conduct any required safety tests, including but not limited to annual and five (5) year safety tests. Additionally, during these tests the car balances will be checked, and the governor set, re-calibrated and sealed for proper tripping speed. Perform monthly test of the elevator Fire Safety System, i.e., Manual Recall and Firemen’s Elevator Operation in the designated elevators. Written Confirmation and results of all tests shall be forwarded to the Owner upon completion of testing. The contractor shall make all required filings included under the terms of this Contract. SPARE PARTS The Contractor shall maintain sufficient stocks to support contractual commitments and ongoing maintenance of assigned equipment. Manufacturer Support Barriers Contractor must not be bound by support barriers with any original equipment manufacturer for any elevators covered under the resulting Master Agreement and Purchase Orders. Contractor shall submit a statement regarding their ability to gain technical support and/or parts for each type of elevator equipment on campus. This should include, but not be limited to, controls, door equipment, emergency communication systems, rotating equipment, pump and power units. Wiring Diagrams Contractor shall maintain one (1) complete set of “as-built” field wiring and straight line wiring diagrams in each machine room, showing all electrical circuits in hoistway as well as the machine room, showing also any changes or update of circuits. These diagrams shall be the property of the Owner. The Contractor shall maintain a complete duplicate set of updated electrical wiring diagrams on file with Owner’s management; these diagrams shall be the property of the Owner. Painting The Contractor shall keep the exterior of the machinery and any other parts of the equipment subjected to rust and paint deterioration properly painted, identified and presentable at all times. Motor windings and controller coils shall be periodically treated with the proper insulating compound. Whenever possible, Contractor will use environmentally friendly “Green Products”. Items And Work Excluded From Contract

Page 14: For Elevator Maintenance - Business & Financial Services with... · UCSD RFP for Elevator Maintenance – RFP#0833RJB Page 2 of 29 IMPORTANT University of California, San Diego Bid

UCSD RFP for Elevator Maintenance – RFP#0833RJB

Page 14 of 29

The following additional items of elevator equipment are excluded from the contract: car enclosure (including removable panels, suspended ceiling, light diffusers, etc.), car doors, hoistways enclosures, hoistway doors, hoistway door frames and sills, fluorescent light tubes and car frames. Vandalism to the extent that labor estimate exceeds one hour per incident on the part of the Contractor assigned elevator mechanics. Also not covered would be any labor by other than Contractor assigned labor, all materials, equipment, and supplies connected to the vandalism. Additional Coverage All other materials, solid-state components, equipment, etc. not mentioned above which are part of the elevator installation are included in this agreement. PART C CONTRACT CLAUSES University Standard Terms & Conditions University of California standard purchase order terms and conditions, Appendix A and Appendix SD, apply to any resulting contract and are made a part of this solicitation, by reference, as if fully set forth herein. Appendix A, and Appendix SD may be located at the following web address : http://www-bfs.ucsd.edu/pur/appendices/appendices.htm Vendors must view the above terms online prior to the submission of their bid response. Submission of a bid response will be considered to mean the bidder accepts all of the terms and conditions set for in Appendix A and Appendix SD. The following clauses in this section relate back to Appendix A and SD. The University, or any of their duly authorized representatives, shall have access to any books, documents, papers, or records of the seller, or any subcontractor of the seller, which are directly pertinent to this order for the purpose of making audits, examinations, excerpts, and transcriptions. Seller shall fully indemnify, defend, and hold harmless the University from and against any and all claims, actions, and liability, for injury, death, and property damage, arising out of the dispensing or use of any of seller's services provided under authorized University orders. In addition to the liability imposed by law on the seller for damage or injury (including death) to persons or property by reason of the negligence, willful acts or omissions, or strict liability of the seller or his agents, which liability is not impaired or otherwise affected hereby, the seller hereby assumes liability for and agrees to save University harmless and indemnify it from every expense, liability or payment by reason of any damage or injury (including death) to persons or property suffered or claimed to have been suffered through any act or omission of the seller. The University agrees to provide seller with prompt notice of any such claims and to permit seller to defend any claim or suit, and that it will cooperate fully in such defense.

The University shall retain the right to cancel any purchase order that results from your offer, at any time, for cause, at the option of and without penalty to the University. The University is not liable for any cost incurred by Bidders prior to the issuance of an agreement, contract or purchase order. Responses will become public record. All materials submitted in response to this solicitation become a matter of public record and shall be regarded as public record after completion of a contract or purchase order with the successful bidder.

Page 15: For Elevator Maintenance - Business & Financial Services with... · UCSD RFP for Elevator Maintenance – RFP#0833RJB Page 2 of 29 IMPORTANT University of California, San Diego Bid

UCSD RFP for Elevator Maintenance – RFP#0833RJB

Page 15 of 29

The University reserves the right to investigate the quality of maintenance performed by the Contractor on equipment similar to that included herein and to refuse consideration of the Contractor’s bid if the report is unsatisfactory or if the bidder’s organization and qualifications are inadequate to undertake the work specified. Contractor shall be an equal opportunity employer and shall conform to all Affirmative Action and other applicable requirements; accordingly, Contractor shall neither discriminate nor permit discrimination in its operations or employment practices against any person or group of persons on the grounds of race, color, religion, national origin, or sex in any manner prohibited by law. Contractor shall be responsible for the acts of its employees and agents while on the University’s premises. Accordingly, Contractor agrees to take all necessary measures to prevent injury and loss to persons located on the University’s premises. Contractor shall be responsible for all damages to persons or property caused by Contractor or any of its agents or employees. Contractor shall promptly repair any damage that it, its employees or agents may cause to the University’s premises or equipment; on Contractor’s failure to do so, the University may repair such damage and Contractor shall reimburse the University promptly for the cost of repair. Contractor employee rate of pay shall equal or be greater than the higher of the prevailing wage rates according to local industry standards or UCSD wages for similar positions. Performance Guarantee If any unit is out of service due to equipment failure longer than two (2) consecutive work days for any non-scheduled reason, the monthly maintenance cost of that unit will be credited to the next monthly billing. If the contractor does not respond within the time frames specified in this contract for trouble calls (under “Hours and Manner of Work”), the following month’s billing will be credited in the amount of $500 for each event. If, during 30 consecutive days, the University experiences five (5) call backs on the same unit for the same problem, the monthly maintenance cost of that unit may be credited to the next monthly billing. No penalty shall be assessed under paragraphs one or three of this section if damage is caused by vandalism or any other cause excluded elsewhere in this contract. The Owner may have the elevators’ performance checked periodically to ensure the Contractor is performing in accordance with the terms and conditions of this Contract. If University determines that Contractor is not performing its obligations hereunder, then, in addition to all other rights and remedies reserved to Owner herein or at law or equity, including the right of cancellation, Owner may retain the monthly payments to Contractor for services not documented as having been performed. Insurance Coverage The Contractor shall not commence work under this Contract until it has obtained the following insurance. The Contractor will, throughout the duration of this contract or any contract or any work authorized under purchase order or otherwise, at its expense, carry and from time to time renew Worker’s Compensation Insurance, Public Liability Insurance in the amount of $5,000,000 single limit coverage both Bodily Injury and Property Damage including coverage for the below noted indemnity contract in such companies as may be approved by the Owner. Contractor hereby waves any right of subrogation against the additional insured Certificates in form approved by Owner, evidencing the premiums therefore have been paid, shall be delivered to the Owner simultaneously with the execution of any contract prior to performing any work, and within fifteen (15) days prior to expiration of such insurance, like certificates shall be delivered to the Owner

Page 16: For Elevator Maintenance - Business & Financial Services with... · UCSD RFP for Elevator Maintenance – RFP#0833RJB Page 2 of 29 IMPORTANT University of California, San Diego Bid

UCSD RFP for Elevator Maintenance – RFP#0833RJB

Page 16 of 29

evidencing the renewal of such insurance together with evidencing satisfactory to the Owner of the payment of the premium. All certificates must contain a definite provision that if such are canceled or changed during the periods of coverage as stated herein, in such a manner as to affect this certificate, written notice will be mailed to the Owner by registered mail ten (10) days prior to such cancellation or change. Owner, Owner’s Managing Agent and Owner’s mortgagee(s) and regulatory agencies shall be named as additional parties insured on all policies. In no event will the “deductible” on any liability policy exceed $5,000.00. The Contractor hereby agrees to indemnify and hold harmless the Owner from and against, liability claims, demands and costs, fees and expenses (including reasonable attorneys’, engineers’, consultants’ and experts’ fees,) incurred by Owner on account of injury to persons including death resulting therefrom and damage to property arising out of the performance of this Contract by the Contractor, employees, and agents of the Contractor and Contractor’s property, except from and against such claims and demands arising solely and directly out of negligence, omissions, or willful misconduct of the Owner. This indemnity covers the negligent acts, willful misconduct and omissions of Contractor’s agents, employees, licensees and subcontractors and insures to the benefit of Owner and its directors, officers and employees. All damage or loss to the property, caused in whole or in part by the Contractor, any subcontractor, and sub-subcontractor or anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable, shall be remedied by the Contractor, at absolutely no cost to Owner. Owner may take any and all steps deemed appropriate to avoid, prevent or remedy any situation; all of which shall be at the Contractor’s expense. Contractor shall indemnify and hold harmless Owner and its directors, officers and employees with respect to any claim arising from its work, installation or supervision hereunder. The Contractor shall, at his or its own expense, defend any and all actions at law brought against the Owner based thereon and shall pay all attorney fees and all expenses and promptly discharge any judgments arising therefrom. These conditions shall also apply to any subcontracted operations. The Owner agrees to give the Contractor notice within a reasonable time (Sunday and holidays exempted) of any accidents, alteration or change affecting the equipment covered by this Contract and of any change of ownership. It is understood and agreed that the Contractor will notify the Owner immediately when any equipment becomes unsafe or operating in a manner which might cause injury to anyone using said equipment and it is further understood and agreed that the Contractor will immediately remove any equipment from service when the equipment becomes unsafe or operating in a manner which might cause injury to anyone using said equipment. Pricing First 36 months fixed firm pricing per bid. Pricing for option year one and two will be declared at time of bid submission on Attachment A in the three columns marked Pricing: Base, Option Year One, Option Year Two. Period of Performance The purchase orders issued under this agreement are for a performance period of THREE YEARS WITH TWO OPTIONAL YEARS. Six months before the end of the base period, Owner will indicate in writing to the Contractor if it will exercise its option year. Six months into Option Year One, Owner will indicate in writing to the Contractor if it will exercise the second option year. After reaching the end of the second option year, the purchase orders will continue thereafter on a month to month basis until this agreement is terminated by 30 days written notice. Changes A UCSD Buyer may at any time, by written change order, make changes within the general scope of any Purchase Order issued under this agreement. If any such change causes an increase or decrease in the cost of, or the time required for performance of the Contract, an equitable adjustment shall be made in the price, and

Page 17: For Elevator Maintenance - Business & Financial Services with... · UCSD RFP for Elevator Maintenance – RFP#0833RJB Page 2 of 29 IMPORTANT University of California, San Diego Bid

UCSD RFP for Elevator Maintenance – RFP#0833RJB

Page 17 of 29

the purchase order shall be modified in writing by the UCSD Buyer accordingly and agreed to by the Contractor, UCSD’s authorized field representative, and the cognizant UCSD Buyer. Payment UCSD agrees to pay the successful bidder for service to elevators units herein stated on Attachment A, as monthly charges. These charges will be against and reference the respective purchase orders of the campus units responsible for maintenance of the elevators under their control. Purchase Orders will be funded annually by change order after the base year funding. Invoices are to be rendered only after the items and services have been furnished. Invoices must be itemized; all applicable discounts identified, and must reference a UCSD purchase order number or other unique order identifier as agreed upon by the University and Vendor as a means of order identification. Minimum offered Payment terms shall be net 30 days after receipt of an acceptable invoice. Keeping Good Relations Contractor agrees that it shall not at any time prior to or during the term of this Contract, either directly or indirectly use any sub-contractors and/or labor and/or materials which would or will create any difficulty with other contractors and/or subcontractors and/or labor engaged by Contractor or Owner or others in the construction, maintenance and/or operation of the development or any part thereof. Removal of Vendor/Subcontractor Employees In the event that University determines that an employee of vendor or a subcontractor hired by vendor is unqualified, unruly, or in any way endangering the project, vendor shall remove employee/subcontractor at the request of the University. This provision shall apply to all vendor personnel. Prevailing Wages Vendor shall pay to each employee and subcontractor a salary for work on this contract not less than the greater of the general prevailing wage rate in effect in the locality in which the work is done or the wages paid to a University employee performing the work to be outsourced. Independent Contractor It is understood and agreed by the University and vendor that in the performance of this agreement, vendor shall be, and act as an independent contractor and not as an agent or employee of the University. It is expressly understood and agreed that this agreement is not intended and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture or association between University and vendor. Vendor is not an employee of the University and is not entitled to the benefits provided by University to its employees, including but not limited to, group insurance, pension plans, worker's compensation or unemployment insurance. Vendor shall be solely responsible for the conduct and control of the work to be performed by vendor under this agreement. Vendor's services for the University shall be performed in accordance with currently approved methods and ethical standards applicable to vendor's professional capacity.

Regulatory Requirements Equal Employment Opportunity - All contracts shall contain a provision requiring compliance with E.O. 11246, "Equal Employment Opportunity," as amended by E.O. 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and as supplemented by regulations at 41 CFR part 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor." State Audit

Page 18: For Elevator Maintenance - Business & Financial Services with... · UCSD RFP for Elevator Maintenance – RFP#0833RJB Page 2 of 29 IMPORTANT University of California, San Diego Bid

UCSD RFP for Elevator Maintenance – RFP#0833RJB

Page 18 of 29

Any order resulting from this Request for Quote shall be subject to the examination and audit by the California State Auditor for a period of three years after final payment under this order. The examination and audit shall be confined to those matters connected with the performance of the contract, including, but not limited to, the cost of administering the contract. Assignment Contractor shall not assign this Contract nor any interest therein or delegate any duties hereunder without the prior written consent of the Owner in each instance. The violation by Contractor of any of the covenants, agreements, terms, provisions and conditions contained in this section shall be deemed a substantial default by Contractor under the terms of this Contract. Compliance With Law Contractor shall obtain any and all government permits and licenses required for the proper and lawful conduct of the Contractor’s business at Contractor’s sole cost and expense. If the failure to secure such license and/or permit would, in any way, affect Owner, contractor, at contractor’s sole expense, shall be responsible to clear all violations and pay all fines imposed, and shall at all times comply with the terms and conditions of each such license or permit. Contractor shall, in the conduction of its operation, comply with all applicable laws, orders and regulations of any governmental agencies and authorities having jurisdiction in these matters, at no additional cost to the Contract. Contractor shall provide Owner with a proposed schedule of inspections, tests and maintenance for the coming years; such schedule to be provided on each subsequent anniversary date. Schedule shall incorporate minimum requirements as specified herein. Such schedule shall include anticipated times when units will be taken out of service and duration of same. If for any reason this schedule is modified at any time, University campus unit contact shall be notified. Contractor shall comply with regulations of all other governmental agencies having jurisdiction, and written recommendations of Owner’s insurance carrier or independent elevator consultant for repairs as covered herein. Subcontracting Contractor shall not subcontract any work or responsibility in this Contract, except items that are out of normal scope, such as hoist motor and generator repairs or wire rope replacement, without the prior written consent of Owner. Vendor (Contractor) has prime contract responsibility; subcontractors may be used, but the prime contractor must accept full responsibility for subcontractors' performance. All subcontractors must be identified by the contractor, and the contractor must describe the type of contractual arrangement with all subcontractors. The prime contractor shall be responsible for meeting all terms and conditions of this agreement. The University reserves the right to approve/disapprove all subcontractors. Non-Waiver Provisions The failure of Owner to insist, in one or more instances, upon the strict performance of any of the covenants, terms, provisions or conditions of this Contract or to exercise any election herein contained, shall not be construed as a waiver or relinquishment for the future of such covenant, agreement, term, provision, conditions or election, but the same shall continue and remain in full force and effect. No waiver by Owner of any covenant, agreement, term provision, or conditions of this Contract shall be deemed to have been made unless expressed in writing and signed by Owner. Mechanics’ Lien

Page 19: For Elevator Maintenance - Business & Financial Services with... · UCSD RFP for Elevator Maintenance – RFP#0833RJB Page 2 of 29 IMPORTANT University of California, San Diego Bid

UCSD RFP for Elevator Maintenance – RFP#0833RJB

Page 19 of 29

Contractor agrees that if any mechanic’s lien is filed against the building for work done, services claimed to have been rendered or materials claimed to have been furnished in connection with or pursuant to the provision of this contract, that Contractor shall cause such mechanic’s lien to be discharged within 30 days after filing, at Contractor’s expense by discharge or bonding, and proof of same shall be provided by Contractor to Owner. Contractor will hold Owner, its directors, officers, agents and employees harmless against any such lien and any expenses or fees, including reasonable attorneys fees, incurred in connection therewith. Upon Contractor’s failure to comply herewith, the same may be furnished by Owner at Contractor’s sole expense. Captions The captions and sections identifications are inserted only as a matter of convenience and for reference, and in no way define or limit the scope of this contract nor the intent of any provision thereof. If is understood that wherever terms as “adequate” or “as required” or “as necessary” or “if necessary” are indicated in the specifications, these terms shall be construed to mean “as agreed by Owner and Contractor and in accordance with industry and/or manufacturer’s standards”. Miscellaneous This Contract and its attachments shall constitute the entire agreement between the parties and all prior representation or prior agreements, whether written or oral, are merged herein. This Contract can be modified only by written agreement of both parties and in all respects shall be governed by State and Federal law. As used herein, “day” shall mean calendar days unless otherwise expressly provided. This Contract shall insure to the benefit of and be binding on the successors of Contractor and the successors and assigns of Owner. Examination of Records The Awardee agrees that any duly authorized representative of the University of California shall have the right to visit the business premises and audit any directly related books, documents, papers, and records, including financial records in connection with vendor's services provided to University. Cancellation Owner has the right to cancel this maintenance agreement at any time at its discretion with 30 days written notice to the contractor for the duration of this contract. Owner reserves the right to terminate coverage for any line item (Attachment A) under this Contract upon at least 5 days written notice to Contractor of Owner’s election to have major alteration or upgrade work performed on any elevator to the extent that this work shall be competitively bid. In addition to the rights provided hereunder, Owner shall have the right to cancel this Contract immediately, by oral or verbal notice subject to written confirmation, upon the occurrence of any of the following contingencies: Bankruptcy of the Owner or Contractor, Mortgage Foreclosure, Condemnation, Destruction, or Transfer or Conveyance of Title to the premises in which the subject equipment is located; or the premises in which the subject equipment is located is rendered unusable in the opinion of the Owner. If the Contractor should be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver should be appointed on account of his insolvency, or if he should persistently or repeatedly refuses or should fail, except in cases for which extension of time is provided, to supply enough properly skilled workmen or proper materials or if he should fail to make prompt payment to subcontractors for materials or labor, or persistently disregard laws, ordinances, the instructions of the Buyer’s

Page 20: For Elevator Maintenance - Business & Financial Services with... · UCSD RFP for Elevator Maintenance – RFP#0833RJB Page 2 of 29 IMPORTANT University of California, San Diego Bid

UCSD RFP for Elevator Maintenance – RFP#0833RJB

Page 20 of 29

Representative or otherwise be guilty of a substantial violation of any provision of the Contract, then the Buyer may, without prejudice to any other right or remedy and after giving the Contractor and his surety seven (7) days written notice, terminate the employment of the Contractor and take possession of all materials, tools and appliances thereon and finish the work by whatever method buyer may deem expedient.

The performance of the work under the Contract or any part thereof may be terminated by the Buyer whenever such termination is determined to be in the best interests of the University. Any such termination shall be in writing to the Contractor specifying the extent to which performance of work under the Contract or any Work Order is terminated, and the date upon which such termination becomes effective. If the Contract is terminated in whole or in part, the Buyer, in addition to any other rights provided in the Contract, may require the Contractor to transfer title and deliver to the Buyer, in the manner and to the extent directed by the Buyer, any completed supplies and such partially completed supplies and materials, parts, tools, dies, jigs, fixtures, plans, drawings, information and contract rights (hereinafter called “manufacturing materials”) as the Contractor has specifically produced or specifically acquired for the performance of such part of the Work Order as has been terminated; and the Contractor shall, upon direction of the Buyer, protect and preserve property in possession of the Contractor in which the Buyer has an interest. University Principals For Placing Outsourced Contract Work By accepting or performing under this RFP, vendor certifies that, throughout the period of performance hereunder, it will comply with the following requirements:

A. Whenever possible, fill full-time contract positions with those formally part-time workers who desire

to become full-time workers. The contractor is required to provide the company's written policy to the university.

B. Offer medical benefits to all employees. Medical benefits include, at a minimum, inpatient and outpatient hospital care, physician care, surgery and other major medical benefits, and prescription drugs. The contractor is required to provide health care provider's documentation and the company's written policy to the university.

C. Keep in place a paid sick-leave or time-off program. The contractor is required to provide company's written policy to the university.

D. Maintain practices consistent with the Family Medical Leave Act. The contractor is required to provide the company's written policy.

E. Maintain liability insurance for $1,000,000 or more. The contractor’s liability insurance must include The Regents of the University of California as an additional insured under "Special Items."

F. Comply with all applicable California Labor Code provisions including, but not limited to, the laws related to wages, hours, and working conditions.

G. Pay to its employees no less than the minimum wage established by UCSD for its own staff. For the current minimum wage, see http://blink.ucsd.edu/go/salaryrangepss

PART D INSTRUCTION TO BIDDERS Contractors Qualifications

Page 21: For Elevator Maintenance - Business & Financial Services with... · UCSD RFP for Elevator Maintenance – RFP#0833RJB Page 2 of 29 IMPORTANT University of California, San Diego Bid

UCSD RFP for Elevator Maintenance – RFP#0833RJB

Page 21 of 29

The importance of maintaining the equipment herein covered in a safe and efficient operating condition at all times demands that service be performed by an elevator contractor who has satisfactorily maintained equipment of similar grade to the degree specified herein. In order to demonstrate that the Contractor can properly fulfill all of the services and conditions of this Agreement, the Contractor must furnish Bidder’s Qualification Statement with his bid to the University showing that he has:

1. A current license to perform the work in conformance with the provisions of the State Business and Professions Code. License number must be set forth in all bids and contracts.

2. Satisfactorily performed other contracts of similar nature and magnitude. 3. Adequate capital and satisfactory business standing as required by the work. Bidders must

submit an annual company report covering the preceding year or a certified financial statement.

4. The requisite organization of skilled and experienced elevator mechanics and adjusters, all with a current California Certified Competent Conveyance Mechanic’s Licence, under Contractor’s direct employment and supervision. A journey level mechanic or above must perform all work. Helpers may be used only to assist the journey level mechanic. They must not work alone for any reason.

5. Communication capabilities on a 24-hour per day, 365-day per year basis so staff can be reached and assurances made that they will reach the site within the timeframe stipulated in this agreement.

Contractor must certify that a member of their supervisory personnel, regularly engaged in inspection and supervision, will have a minimum of ten (10) years of hands on experience performing routine maintenance duties. The mobile phone number of this supervisor must be made available to the University. Contractor must guarantee that the designated supervisor must respond to any calls or voice messages received within two hours. In the event that the University requests that the supervisor come to the University to meet with University personnel for any reason, the supervisor or another member of Contractor’s management staff must make such a visit within 24-hours, or a longer time if requested by the University. Billing Rates See attached Maintenance Contract Attachment “A” for a listing of each elevator. Bidders must complete Attachment A by adding, for each line item listed, the proposed monthly billing rate for services provided to the University during the base year, option year 01 and option year 02. Each line item will have a billing rate for the initial three year period and then for each of the two optional years. The monthly billing rate will include all applicable fees and taxes. The University highly encourages vendors to offer discounts for earlier payments. Please list your discounted invoice payment terms, if any, in your bid. Warranty The seller warrants and represents that any equipment or materials, when delivered and installed, must conform to all applicable safety standards and, where applicable, requirements of the California Occupational Safety and Health Act. Published Warranty details of the services offered by bidder must be included with your bid response and may be used in the award phase of this RFP process. Designation of Confidential Information The Regents will recognize as confidential only those elements in each response which are trade secrets as that term is defined in the law of California and which are clearly marked as 'TRADE SECRET, ''CONFIDENTIAL,' or 'PROPRIETARY.' Vague designations and blanket statements regarding entire pages or documents are insufficient and shall not bind The Regents to protect the designated matter from disclosure.

Page 22: For Elevator Maintenance - Business & Financial Services with... · UCSD RFP for Elevator Maintenance – RFP#0833RJB Page 2 of 29 IMPORTANT University of California, San Diego Bid

UCSD RFP for Elevator Maintenance – RFP#0833RJB

Page 22 of 29

The California Public Records Act limits The Regents' ability to withhold pre-qualification and bid data to trade secrets or records, the disclosure of which is exempt or prohibited pursuant to federal or state law. If a submittal contains any trade secrets that a Contractor does not want disclosed to the public or used by The Regents for any purpose other than evaluation of the Contractor's eligibility, each sheet of such information must be marked with the designation "Confidential." The Regents will notify the submitter of data so classified of any request to inspect such data so that the submitter will have an opportunity to establish that such information is exempt from inspection in any proceeding to compel inspection. The Regents Not Liable for Required Disclosure The Regents shall not in any way be liable or responsible for the disclosure of any records if they are not plainly marked 'TRADE SECRET,' CONFIDENTIAL,' or 'PROPRIETARY,' or if disclosure is required by law or by an order of the court. Responsible and Responsive Bidders Any resultant award made as a result of this solicitation shall be to the responsive and responsible bidder whose bid represents the best value to UCSD based on the evaluation factors in PART E. All proposals deemed administratively and technically responsive, will be reviewed and evaluated for consideration of an award in response to this RFP. Proposals, which are deemed non-responsive, and/or proposals from bidders deemed non-responsible, will receive no further review or consideration under this RFP. Proposals from responsive, responsible bidders will be evaluated by conditions defined throughout this RFP. Administrative Responsible bidder status will be based on positive determination of the following criteria:

• Bidder must demonstrate verifiable successful experience during the last three (3) years by providing information on contracts of similar nature and size of maintaining equipment of similar grade, diversity, complexity. At least three but not more than six references must be provided.

• Bidder must demonstrate financial stability and strength by providing annual company report and

certified financial statements for the past two (2) years (or equivalent data).

• Bidder must indicate acceptance of the University of California Terms and Conditions with exceptions clearly identified.

• Bidder must provide Certificate of Compliance with UC San Diego Outsourcing Guidelines. See section above entitled: University Principals For Placing Outsourced Contract Work.

• The bidder must demonstrate they currently carry insurance that meets the requirements listed in and set

forth in the University of California Terms and Conditions of Purchase or higher levels if specifically called out on the face of this RFQ, if not, that the bidder will comply with this requirement if awarded a contract.

• The bidder must demonstrate that it has the capability to provide the required UC services by

• possessing adequate available resources, including personnel, facilities, product access, order processing and delivery capabilities, equipment, systems, organization structure, operation controls, quality control, and other related factors. Supplier must disclose any partnership utilized to fulfill the requirements of this RFQ.

• The bidder must agree to abide by and operate within the guidelines of all applicable federal and state laws, regulations and labor codes?

• The bidder must provide copies of all trade, professional and/or business licenses as may be required by the work contemplated by this RFQ?

Page 23: For Elevator Maintenance - Business & Financial Services with... · UCSD RFP for Elevator Maintenance – RFP#0833RJB Page 2 of 29 IMPORTANT University of California, San Diego Bid

UCSD RFP for Elevator Maintenance – RFP#0833RJB

Page 23 of 29

• Bidder must have a fully functioning elevator maintenance facility within San Diego County and be able to meet all requirements of the resulting agreement

• The bid must be received in time to meet the RFQ deadline.

Technically Responsible bidder status will be based on positive determination based on the following criteria

• The proposed services must meet or exceed all of the proposal requirements and minimum specifications • The proposal must include a Bidder’s Qualification Statement, • The proposal must include a certification that a member of their supervisory personnel, regularly

engaged in inspection and supervision, has a minimum of ten (10) years of hands on experience performing routine maintenance duties.

• The proposal must include Published Warranty details of the services offered.

In addition to the information required above, UC may request additional information either from the bidder or others, and may utilize site visits, bidder presentations, and reference checks as reasonably required by the UC to verify the bidder’s ability to successfully meet the requirements of this RFQ. The University reserves the right to investigate the quality of maintenance performed by the Contractor on equipment similar to that included herein and to refuse consideration of the Contractor’s bid if the report is unsatisfactory or if the bidder’s organization and qualifications are inadequate to undertake the specified work. Determination of Responsiveness Responsive Bidder status will be based on positive determination of the following criteria:

a. A quotation that remains valid for a period of ninety (90) days from the closing date for the receipt of submittals.

b. All prices and information required typewritten or written in ink. Make no erasures or inter-lineations

on the bid since this will invalidate the bid. Additional information may be submitted as attachments; however, alternate proposals will not be considered for award. Any questions regarding the bid form or specifications, contact the person listed on the cover page of this RFP for clarification.

c. Unless otherwise indicated, prices are to remain fixed and firm, for the period and the University shall

receive the benefit of any general price declines

d. A bid submitted to the University of California, San Diego, Procurement and Contracts Department no later than the designated time and date set for bid quotation receipt. Late bids will be rejected.

e. Product literature demonstrating the technical expertise of the personnel who will be providing the

services to the equipment listed in Attachment A to this RFP. Evaluation on the extent to which quotations meet specifications will be performed and determined by the UC San Diego Procurement and Contracts Department in consultation with the technical representatives from the participating departments.

f. Quote that is complete and complies with the specifications and legal requirements. Quotes which

are incomplete will be considered non-responsive and rejected without further consideration.

g. A statement regarding their ability to gain technical support and/or parts for each type of elevator equipment on campus.

Page 24: For Elevator Maintenance - Business & Financial Services with... · UCSD RFP for Elevator Maintenance – RFP#0833RJB Page 2 of 29 IMPORTANT University of California, San Diego Bid

UCSD RFP for Elevator Maintenance – RFP#0833RJB

Page 24 of 29

h. At least three and not more than six references that would be able to address the level of service you provided their organizations. It would be the preference of the University that the references would be from clients with operations similar to the University.

i. Full participation in the MANDATORY walkthrough of the elevators on Attachment A. Attendance

at the MANDATORY Bidders Conference. Instructions on participation in the walkthrough will be provided to all parties that return the Bid Receipt Acknowledgment form included in this RFP.

Caution to Respondents Bidder is cautioned not to delete or make changes in provisions, terms or specifications/agreements of this proposal, as such changes will render bid non-responsive. Withdrawal or Modification of Bids Submittals may be modified by a written, faxed or telegraphed request from Bidder prior to the deadline for receiving RFQ responses. The University may revise or amend the RFQ prior to the due date for RFQ responses. If, in the opinion of the University, the revision(s) or amendment(s) will require changes in the request for quote, the due date may be extended to all participants. Submittals and Correspondence Questions relating to the interpretation of the quote documents must be submitted in writing and be directed to the person listed on the cover page of this RFQ with reference to the RFQ# on the cover of this RFQ. Confidential Information

This RFQ, and one copy of each original response received, together with copies of all documents pertaining to any award, if issued, shall be kept by University for a period of five years from date of contract expiration or termination and made a part of a file or record which shall be open to public inspection. If your response contains any trade secrets that you do not want disclosed to the public or used by University for any purpose other than evaluation of your approach, the top of each sheet of such information must be marked with the following legend: "CONFIDENTIAL INFORMATION" Indicate proprietary information and/or business secrets in your response by underlining the text of such proprietary information. Text other than the underlined in your response may be disclosed pursuant to written request and in accordance with University policy. All information submitted as a part of that bid must be open to public inspection (except items marked as trade secrets and considered a trade secret under the California Public Records Act) after the award has been made. Should a request be made of University for information that has been designated confidential by the bidder and on the basis of that designation, University denies the request for information; the bidder may be responsible for all legal costs necessary to defend such action if the denial is challenged in a court of law. Lowball Submittals Purchase contracts shall be entered into only after it has been determined that prices to be paid are reasonable. The University reserves the rights to have Bidder provide supporting documentation justifying Bidder's pricing and Bidder's ability to meet proposed University contract obligations prior to issuance of an award or contract. Federal State and Local Laws State laws concerning wages, hours, workmen’s compensation and other conditions of employment, are applicable to the work, and their requirements are called to the attention of the bidders. All Federal, State and

Page 25: For Elevator Maintenance - Business & Financial Services with... · UCSD RFP for Elevator Maintenance – RFP#0833RJB Page 2 of 29 IMPORTANT University of California, San Diego Bid

UCSD RFP for Elevator Maintenance – RFP#0833RJB

Page 25 of 29

Local laws applicable to this Contract and the work called for hereunder are deemed to be incorporated herein. Discrepancies Should a bidder find discrepancies in, or omissions from the specifications, drawings or work orders, or should they be in doubt as to their meaning, they should at once notify the person listed on the cover page of this RFQ with reference to the RFQ# on the cover of this RFQ. The University of California buyer who will if necessary send a written instruction to all bidders. The Buyer and any of his representatives are not responsible for any oral instructions. Questions received less than three (3) days before bids are to be opened, cannot be answered. All addenda issued during the time of bidding will be incorporated into the Contract. Bid Protest Any actual or prospective contractor who has a complaint regarding the solicitation or award of a contract, and not the pre-qualification process should first attempt to resolve the grievance with the person listed on the cover of this RFQ. A protest or notice of other controversy must be filed promptly and in any event within fourteen (14) calendar days after such complainant knows or should have known of the facts giving rise thereto. All protests or notices of other controversies must be in writing.

University Sustainability Guidelines In preparing a response, a supplier should note that the University is committed to the sustainable use of energy and other scarce resources. Sustainable practices support ecological, human and economic health and vitality. Sustainability presumes that resources are finite and should be used conservatively and wisely with a view to long term priorities and consequences of the ways in which resources are used. To remain consistent with system wide practices, the University asks suppliers to address their commitments to sustainability, in any of following areas:

• Energy Efficiency (such as ENERGY STAR designations) • Energy Conservation • Waste Reduction and maximize the diversion • Packaging Reduction • Trade-ins/Retrievals/Refurbishment • Use of Recycled materials • Responsible Shipping and Transportation • Reduced Water Usage • Reduced Paper Usage

Further Information about the UC Sustainability Policy can be found on UCOP website http://www.ucop.edu/purchserv/sustain.html Quotation Submittal Checklist Supplier must provide the documents noted below (at a minimum) to ensure the proposal will be responsive and ensure the University can determine if the supplier is financially responsible to fulfill the requirements of this proposal

Quotation Submittal Check list

Description of Documents

Bidder’s Qualification Statement Certification of experience for supervisory personnel Attachment A with proposed monthly billing rate for each line item

and discounted invoice payment terms, if any

Page 26: For Elevator Maintenance - Business & Financial Services with... · UCSD RFP for Elevator Maintenance – RFP#0833RJB Page 2 of 29 IMPORTANT University of California, San Diego Bid

UCSD RFP for Elevator Maintenance – RFP#0833RJB

Page 26 of 29

Published Warranty List of at least three but not more than six references annual company report and certified financial statements for the past

two (2) years (or equivalent data Certificate of Compliance with UC San Diego Outsourcing Guidelines Demonstration of insurance Statement of capability to provide the required UC services Product literature demonstrating the technical expertise of the

personnel to be assigned to this contract statement regarding ability to gain technical support and/or parts for

each type of elevator equipment on campus Statement of exceptions taken to the RFP, if any Statement of your company’s commitments to sustainability

Page 27: For Elevator Maintenance - Business & Financial Services with... · UCSD RFP for Elevator Maintenance – RFP#0833RJB Page 2 of 29 IMPORTANT University of California, San Diego Bid

UCSD RFP for Elevator Maintenance – RFP#0833RJB

Page 27 of 29

PART E EVALUATION FACTORS & BASIS OF AWARD Any Contract(s) resulting from this solicitation shall be awarded to the responsive, responsible Proposer who meets technical requirements and provides the highest value for the lowest cost. The “lowest” Proposals will be determined on a cost-per-quality point basis. Evaluation Process Proposals will be evaluated using a quality points system and on the basis of its conformance to the RFP instructions, completeness, clarity of content, and responsiveness to the mandatory requirements (“shall”, “must”, “will”, “should”) in the RFP. Proposals that do not conform may be rejected by the University as non-responsive. Proposals will be evaluated to determine each Proposer’s qualifications, including financial resources, and relevant experience. Proposers who do not meet a minimum standard of said qualifications will be disqualified as non-responsive.

Quality points will be awarded to each item being scored according to how well the Proposal satisfies the requirement. The number of points available for each item may vary depending upon the relative importance of the item. Proposals shall also be evaluated for their acceptance of University terms and conditions. A Proposer must receive a minimum of 70% of possible points to be considered for further evaluation.

Proposals will then be evaluated and scored on a cost-per-quality-point basis, and costs will be calculated according to a multi-year projection. The cost will then be divided by the quality point score awarded.

The University may require at least two Proposers with the lowest cost-per-quality point score to demonstrate their proposed solutions, and such demonstrations will be scored (if they have not already occurred). Scores from the demonstrations and references will be added to the quality point scores awarded and the cost-per-quality point score for those Proposers will be recalculated. Scoring Proposals will be evaluated based on “cost-per-quality point” formula. The University calculates total quality points by taking an average of all quality points by category and then totaled, or taking an average of the total points awarded by individual evaluators. The total proposed cost is divided by the quality point score to determine the lowest cost-per-quality point score for each Proposal.

The following formula will be used to compute the Proposer’s cost-per-quality point score:

Total Cost --------------------------- = Cost-per-quality point Quality Point Value

Rejection of Proposals The University reserves the right to reject all Proposals and make no award.

The University reserves the right to make an award in the aggregate or in parts as its interests may appear. Proposer Disqualification A Proposer may be disqualified at any stage based on misrepresentation and/or omission of facts; lack of credibility of proposed costs, technologies, or implementation procedures; evidence of collusion among Proposers; or failure of the Proposer to perform in a satisfactory or faithful manner on any previous Contract or order with the University. Contract Negotiation

Page 28: For Elevator Maintenance - Business & Financial Services with... · UCSD RFP for Elevator Maintenance – RFP#0833RJB Page 2 of 29 IMPORTANT University of California, San Diego Bid

UCSD RFP for Elevator Maintenance – RFP#0833RJB

Page 28 of 29

The Proposer whose Proposal receives the lowest cost-per-quality point score will be given the opportunity to engage in final negotiations on a Contract. If, however, the University is unable to reach agreement with a Proposer, the University reserves the right to cease negotiations with that Proposer and commence negotiations with the Proposer having the next lowest cost-per-quality point score, or to reject all Proposals. Vacated Award If the Contract is terminated for breach within one-hundred eighty (180) days of its Effective Date, the University reserves the right to negotiate a Contract with the Proposer next in line according to the evaluation. Consideration for Efforts Related to Sustainability and Use of Environmentally Friendly Products Additional consideration will be given to those proposals that demonstrate the ways in which they will help the University attain its sustainability goals.

Please describe your company’s approach to sustainability in the following areas and provide any supplemental information you deem pertinent:

A. Specifically how your company addresses sustainability issues in your industry for maximum environmental, social, and economic impact.

B. Your corporate policy regarding sustainability. C. How you will help UC SAN DIEGO minimize waste and maximize the diversion. D. Environmental stewardship as it pertains to any and all aspects/sections of this RFP. E. Your company’s mission statement and/or Environmental Stewardship Profiles F. Environmental sustainability of your company’s processes, relative to energy, waste

reduction, etc. Environmental sustainability of your company’s products, product packaging and delivery methods.

Elements to be Evaluated for Quality Points: a) Overall view of the bidders ability to perform the required services b) Experience level related to the required level and complexity of services needed c) Business factors that support firms financial, operational, and managerial stability d) Maintenance cycle by number of cars to full time employee to be utilized in this agreement e) Mechanics qualifications for those intended to support this contract f) Level of supervision and overall managerial and technical support to bidders on-site team g) Approach for working with University personnel to insure smooth communication and coordination

in efforts h) Approach to improving processes and contributing to cost reductions i) Location of office supporting bidders on-site team j) Level of bidder’s support of environmental sustainability and use of “Green Products.” k) statement regarding their ability to gain technical support and/or parts for each type of elevator

equipment on campus l) Published Warranty details of the services offered by bidder must be included with your bid response

and may be used in the award phase of this RFP process.

Page 29: For Elevator Maintenance - Business & Financial Services with... · UCSD RFP for Elevator Maintenance – RFP#0833RJB Page 2 of 29 IMPORTANT University of California, San Diego Bid

UCSD RFP for Elevator Maintenance – RFP#0833RJB

Page 29 of 29

Attachment A

SPECIFICATIONS/REQUIREMENTS BY ELEVATOR UNIT - EXCEL SPREADSHEET ATTACHED AS PART OF THE PDF FILE (Contact Robert Beiner if you need a workable Excel file of Attachment A)

Page 30: For Elevator Maintenance - Business & Financial Services with... · UCSD RFP for Elevator Maintenance – RFP#0833RJB Page 2 of 29 IMPORTANT University of California, San Diego Bid

UCSD Attachment A to RFP 0833RJB for Elevator MaintenanceFacility Management Managed Elevators and Lifts

Prepared by R. BeinerAs of 12/11/08

LINE ITEM

BUILDING / ELEVATOR PERMIT #

TOTAL ELEV. AT SITE

LOAD PERMISSIBLE (LBS.)

STOPS

ELEVATOR TYPE

EQUIPMENT TYPE

CONTROLLER TYPE

ORIGINAL INSTALLER

YR INSTALLED

FOOTNOTES

BASE YR MONTHLY PRICE

OPTION YR O1 MONTHLY PRICE

OPTION YR TWO MONTHLY PRICE

1APPLIED PHYSICS AND MATHEMATICS (PASS # 1) 48044 3 3500 8 PASSENGER

OVERHEAD TRACTION MOTION OLIVER & W 1968

2APPLIED PHYSICS AND MATHEMATICS (PASS # 2) 48043 3 3500 8 PASSENGER

OVERHEAD TRACTION MOTION OLIVER & W 1968

3

APPLIED PHYSICS AND MATHEMATICS (PASS-SERV) 48045 3 6000 8 PASS-SERVICE

OVERHEAD TRACTION MOTION OLIVER & W 1968

4BASIC SCIENCE BUILDING (PASS # 1) 47925 7 5000 6 PASSENGER

OVERHEAD TRACTION MIPROM 21 MONTGOMERY 1968

5BASIC SCIENCE BUILDING (PASS # 2) 47926 7 5000 6 PASSENGER

OVERHEAD TRACTION MIPROM 21 MONTGOMERY 1968

6BASIC SCIENCE BUILDING (PASS # 3) 47927 7 5000 6 PASSENGER

OVERHEAD TRACTION MIPROM 21 MONTGOMERY 1968

7BASIC SCIENCE BUILDING (PASS # 4) 47928 7 5000 6 PASSENGER

OVERHEAD TRACTION MIPROM 21 MONTGOMERY 1968

BASIC SCIENCE BUILDING OVERHEAD8

BASIC SCIENCE BUILDING (SERVICE # 5) 46905 7 3000 6 SERVICE

OVERHEAD TRACTION ELSER MONTGOMERY 1967

9BASIC SCIENCE BUILDING (PASS # 8) 60457 7 3000 6 PASSENGER

OVERHEAD TRACTION MIPROM 21 US ELEVATOR 1975

10BIOLOGY BUILDING (PASS # 1) 49024 2 6000 6 PASSENGER

OVERHEAD TRACTION MONTGOMERY HAUGHTON 1968

11BIOLOGY BUILDING (PASS # 2) 84767 2 2500 5 PASSENGER

OVERHEAD TRACTION MONTGOMERY MONTGOMERY 1986

12BONNER HALL

39627 1 3500 4 PASSENGEROVERHEAD TRACTION MIPROM-21 OTIS 1963

13CAL-IT2 (PASS #1)

136131 4 3500 6 PASSENGEROVERHEAD TRACTION MOTION MITSUBISHI 2004

14CAL-IT2 (PASS #2)

136132 4 3500 6 PASSENGEROVERHEAD TRACTION MOTION MITSUBISHI 2004

15CAL-IT2 (PASS #3)

136133 4 4000 7 SERVICEOVERHEAD TRACTION MOTION MITSUBISHI 2004

16

CLINICAL SCIENCES BUILDING (PASS #1) STEIN

103035 2 2500 5 PASSENGEROVERHEAD TRACTION DOVER TRIFLO DOVER 1991

17

CLINICAL SCIENCES BUILDING (PASS #2) STEIN

101565 2 4500 5 PASSENGERBASEMENT TRACTION DOVER TRIFLO DOVER 1991

18ENGINEERING BUILDING, UNIT 1 (PASS #1) 89135 5 3500 8 PASSENGER

OVERHEAD TRACTION MOTION AMERICAN 1988

ATTACHMENT A to RFP#0833RJB Elevator Maintenance.xls1 of 9

Page 31: For Elevator Maintenance - Business & Financial Services with... · UCSD RFP for Elevator Maintenance – RFP#0833RJB Page 2 of 29 IMPORTANT University of California, San Diego Bid

UCSD Attachment A to RFP 0833RJB for Elevator MaintenanceFacility Management Managed Elevators and Lifts

Prepared by R. BeinerAs of 12/11/08

LINE ITEM

BUILDING / ELEVATOR PERMIT #

TOTAL ELEV. AT SITE

LOAD PERMISSIBLE (LBS.)

STOPS

ELEVATOR TYPE

EQUIPMENT TYPE

CONTROLLER TYPE

ORIGINAL INSTALLER

YR INSTALLED

FOOTNOTES

BASE YR MONTHLY PRICE

OPTION YR O1 MONTHLY PRICE

OPTION YR TWO MONTHLY PRICE

19ENGINEERING BUILDING, UNIT 1 (PASS #2) 89136 5 3500 8 PASSENGER

OVERHEAD TRACTION MOTION AMERICAN 1988

20ENGINEERING BUILDING, UNIT 1 (PASS #3) 89137 5 3500 8 PASSENGER

OVERHEAD TRACTION MOTION AMERICAN 1988

21ENGINEERING BUILDING, UNIT 1 (FREIGHT #5) 89710 5 6000 7 FREIGHT

OVERHEAD TRACTION VERTITRON AMERICAN 1988

22ENGINEERING BUILDING, UNIT 2 (PASS # 1) 106107 3 4500 5 PASSENGER

OVERHEAD TRACTION MIPROM 21 MONTGOMERY 1994

23ENGINEERING BUILDING, UNIT 2 (PASS # 3) 106108 3 4500 5 PASSENGER

OVERHEAD TRACTION MIPROM 21 MONTGOMERY 1994

24GEISEL LIBRARY (PASS #1)

50008 6 3000 8 PASSENGERBASEMENT TRACTION OTIS ELEVATOR OTIS 1970

25GEISEL LIBRARY (PASS #2)

101798 6 2000 8 PASSENGERBASEMENT TRACTION OTIS ELEVATOR OTIS 1992

26GEISEL LIBRARY (PASS #3)

50009 6 3000 8 PASSENGERBASEMENT TRACTION OTIS ELEVATOR OTIS 197026 50009 6 3000 8 PASSENGER TRACTION OTIS ELEVATOR OTIS 1970

27GEISEL LIBRARY (PASS-SERV #4) 49958 6 4000 8 PASS-SERVICE

BASEMENT TRACTION OTIS ELEVATOR OTIS 1970

28HOPKINS PARKING STRUCTURE 142951 2 3500 PASSENGER

M-R-L TRACTION THYSSEN/ISIS THYSSEN 2007

29HOPKINS PARKING STRUCTURE 142952 2 3500 PASSENGER

M-R-L TRACTION THYSSEN/ISIS THYSSEN 2007

30HUMANITIES AND SOCIAL SCIENCES (PASS #1 ) 50959 2 3000 8 PASSENGER

OVERHEAD TRACTION MOTION HAUGHTON 1968

31HUMANITIES AND SOCIAL SCIENCES (PASS #2 ) 50960 2 3000 8 PASSENGER

OVERHEAD TRACTION MOTION HAUGHTON 1968

32LEICHTAG

129504 2 4000 5 PASSENGEROVERHEAD TRACTION MOTION SAN DIEGO 2003

33LEICHTAG

125479 2 4000 5 PASSENGEROVERHEAD TRACTION MOTION SAN DIEGO 2003

34MAYER HALL

142953 2 2500 5 PASSENGERM-R-L

TRACTION THYSSEN/ISIS THYSSEN 2007

35MCGILL HALL (EAST)

50006 2 2500 6 PASSENGEROVERHEAD TRACTION VIRGINIA 600 HAUGHTON 1968

36MCGILL HALL (WEST)

50007 2 2500 6 PASSENGEROVERHEAD TRACTION VIRGINIA 600 HAUGHTON 1968

37NATURAL SCIENCES (FREIGHT) TEMP. PERMIT 125124 4 9000 7 FREIGHT

OVERHEAD TRACTION MOTION AMTECH 2003

38NATURAL SCIENCES

125072 4 3500 7 PASSENGEROVERHEAD TRACTION MOTION AMTECH 2003

ATTACHMENT A to RFP#0833RJB Elevator Maintenance.xls2 of 9

Page 32: For Elevator Maintenance - Business & Financial Services with... · UCSD RFP for Elevator Maintenance – RFP#0833RJB Page 2 of 29 IMPORTANT University of California, San Diego Bid

UCSD Attachment A to RFP 0833RJB for Elevator MaintenanceFacility Management Managed Elevators and Lifts

Prepared by R. BeinerAs of 12/11/08

LINE ITEM

BUILDING / ELEVATOR PERMIT #

TOTAL ELEV. AT SITE

LOAD PERMISSIBLE (LBS.)

STOPS

ELEVATOR TYPE

EQUIPMENT TYPE

CONTROLLER TYPE

ORIGINAL INSTALLER

YR INSTALLED

FOOTNOTES

BASE YR MONTHLY PRICE

OPTION YR O1 MONTHLY PRICE

OPTION YR TWO MONTHLY PRICE

39NATURAL SCIENCES

125073 4 3500 7 PASSENGEROVERHEAD TRACTION MOTION AMTECH 2003

40PACIFIC HALL (PASS #1)

105632 3 3500 7 PASSENGEROVERHEAD TRACTION US 1230 US 1993

41PACIFIC HALL (PASS #2)

105633 3 3500 7 PASSENGEROVERHEAD TRACTION US 1230 US 1993

42PACIFIC HALL (PASS #3)

105621 3 4000 7 PASSENGEROVERHEAD TRACTION US 1230 US 1993

43SERF BUILDING (PASS # 2)

108198 3 6000 4 PASSENGEROVERHEAD TRACTION MOTION US 1996

44SERF BUILDING (PASS # 3)

108199 3 2500 4 PASSENGEROVERHEAD TRACTION MOTION US 1996

45SUPERCOMPUTER ADDITION 2 PASSENGER

M-R-L TRACTION OTIS ELEVATOR OTIS 2008

46SUPERCOMPUTER ADDITION 2 PASSENGER

M-R-L TRACTION THYSSEN/ISIS THYSSEN 200846 ADDITION 2 PASSENGER TRACTION THYSSEN/ISIS THYSSEN 2008

47UREY HALL (PASS # 1)

37404 3 2500 8 PASSENGEROVERHEAD TRACTION MOTION OTIS 1962

48UREY HALL (PASS # 2)

37403 3 2500 8 PASSENGEROVERHEAD TRACTION MOTION OTIS 1962

49UREY HALL (PASS-FREIGHT # 3) 37405 3 3500 8 FREIGHT

OVERHEAD TRACTION MOTION OTIS 1962

Footnotes or Comments:

ATTACHMENT A to RFP#0833RJB Elevator Maintenance.xls3 of 9

Page 33: For Elevator Maintenance - Business & Financial Services with... · UCSD RFP for Elevator Maintenance – RFP#0833RJB Page 2 of 29 IMPORTANT University of California, San Diego Bid

UCSD Attachment A to RFP# 0833RJB for Elevator MaintenanceMedical Centers - Hillcrest and Thornton

R. BeinerAs of 12/11/08

LINE ITEM

BUILDING / ELEVATOR PERMIT # TOTAL

ELEV. AT

SITE

LOAD PERMISSIBLE (LBS.)

STOPS

ELEVATOR TYPE

EQUIPMENT TYPE

CONTROLLER TYPE

ORIGINAL INSTALLER

YEAR INSTALLED

FOOTNOTES

BASE YR MONTHLY

PRICE

OPTION YR O1 MONTHLY

PRICE

OPTION YR TWO

MONTHLY PRICE

1HILLCREST MAIN HOSPITAL TOWER #1 37641 16 3000 lbs 12 PASSANGER TRACTION MONTGOMERY OTIS 2/28/1963

2HILLCREST MAIN HOSPITAL TOWER #2 37642 16 3000 lbs 12 PASSANGER TRACTION MONTGOMERY OTIS 2/28/1963

3HILLCREST MAIN HOSPITAL TOWER #3 56622 16 3000 lbs 13 PASSANGER TRACTION MONTGOMERY OTIS 2/28/1963

4HILLCREST MAIN HOSPITAL TOWER #4 37644 16 4000 lbs 13 PASSANGER TRACTION MONTGOMERY OTIS 2/28/1963

5HILLCREST MAIN HOSPITAL TOWER #5 37645 16 4000 lbs 12 PASSANGER TRACTION MONTGOMERY OTIS 2/28/1963

6HILLCREST MAIN HOSPITAL TOWER #6 56621 16 4000 lbs 12 PASSANGER TRACTION MONTGOMERY OTIS 2/28/1963

7HILLCREST MAIN HOSPITAL TOWER #7 60731 16 5000 lbs 12 PASSANGER TRACTION MONTGOMERY OTIS 2/28/1963

8HILLCREST MAIN HOSPITAL TOWER #8 37112 16 5000 lbs 12 PASSANGER TRACTION MONTGOMERY OTIS 2/28/1963

9HILLCREST MAIN HOSPITAL TOWER #9 37649 16 5000 lbs 12 PASSANGER TRACTION MONTGOMERY OTIS 2/28/1963HILLCREST MAIN HOSPITAL

10HILLCREST MAIN HOSPITAL SOUTH WING #10 103289 16 5000 lbs 12 PASSANGER TRACTION DOVER ? Mar-92

11HILLCREST MAIN HOSPITAL SOUTH WING #11 103290 16 5000 lbs 12 PASSANGER TRACTION DOVER ? Mar-92

12HILLCREST MAIN HOSPITAL SOUTH WING #12 103291 16 5000 lbs 12 PASSANGER TRACTION DOVER ? Mar-92

13HILLCREST MAIN HOSPITAL SOUTH WING #13 103292 16 5000 lbs 12 PASSANGER TRACTION DOVER ? Mar-92

14HILLCREST OUTPATIENT CENTER #14 62731 16 4000 lbs 5 PASSANGER

BASEMENT-TRACT MONTGOMERY ? 1/12/1977

15HILLCREST OUTPATIENT CENTER #15 62732 16 4000 lbs 5 PASSANGER

BASEMENT-TRACT MONTGOMERY ? 1/12/1977

16HILLCREST MAIN HOSPITAL KITCHEN #16 37646 16 2500 lbs 3 FREIGHT

HYDRO-ELECTRIC OTIS OTIS 8/10/1961

17HILLCREST AMBULATORY CARE CENTER SOUTH #18 93316 2 3500 lbs 4 PASSANGER

HYDRO-ELECTRIC MOTION

AMTECH / REIABLE Jun-89

18HILLCREST AMBULATORY CARE CENTER NORTH #19 93317 2 3500 lbs 4 PASSANGER

HYDRO-ELECTRIC MOTION

AMTECH / REIABLE Jun-89

19HILLCREST FACULTY OFFICE BLDG (NARF) #20 113633 2 2500 lbs 4 PASSANGER

HYDRO-ELECTRIC OTIS OTIS Oct-97

20HILLCREST FACULTY OFFICE BLDG (NARF) #21 113634 2 2500 lbs 4 PASSANGER

HYDRO-ELECTRIC OTIS OTIS Oct-97

21HILLCREST MEDICAL CENTER LIBRARY #22 69018 1 2100 lbs 2 PASSANGER

HYDRO-ELECTRIC OTIS OTIS Apr-81

22HILLCREST BACHMAN PARKING NORTH #23 79113 4 2500 lbs 6 PASSANGER TRACTION MOTION OTIS Apr-85

23HILLCREST BACHMAN PARKING NORTH #24 79114 4 2500 lbs 6 PASSANGER TRACTION MOTION ? Apr-85

ATTACHMENT A to RFP#0833RJB Elevator Maintenance.xls4 of 9

Page 34: For Elevator Maintenance - Business & Financial Services with... · UCSD RFP for Elevator Maintenance – RFP#0833RJB Page 2 of 29 IMPORTANT University of California, San Diego Bid

UCSD Attachment A to RFP# 0833RJB for Elevator MaintenanceMedical Centers - Hillcrest and Thornton

R. BeinerAs of 12/11/08

LINE ITEM

BUILDING / ELEVATOR PERMIT # TOTAL

ELEV. AT

SITE

LOAD PERMISSIBLE (LBS.)

STOPS

ELEVATOR TYPE

EQUIPMENT TYPE

CONTROLLER TYPE

ORIGINAL INSTALLER

YEAR INSTALLED

FOOTNOTES

BASE YR MONTHLY

PRICE

OPTION YR O1 MONTHLY

PRICE

OPTION YR TWO

MONTHLY PRICE

24HILLCREST BACHMAN PARKING NORTH #25 79115 4 2500 lbs 5 PASSANGER

HYDRO-ELECTRIC MOTION ? Mar-85

25HILLCREST BACHMAN PARKING NORTH #26 79116 4 2500 lbs 5 PASSANGER

HYDRO-ELECTRIC MOTION ? Mar-85

26HILLCREST ARBOR PARKING #27 57777 2 2500 lbs 7 PASSANGER

HYDRO-ELECTRIC MOTION ? 2/5/1974

27HILLCREST ARBOR PARKING #27 57778 2 2500 lbs 7 PASSANGER

HYDRO-ELECTRIC MOTION ? 2/5/1974

28HILLCREST BANNISTER HOUSE #29 106103 1 2500 lbs 3 PASSANGER

HYDRO-ELECTRIC ESCO AAMCO 2/14/1994

29HILLCREST CANCER CENTER SOUTH #30 71268 2 2500 lbs 3 PASSANGER

HYDRO-ELECTRIC AMTECH

AMTECH / REIABLE 8/10/1988

30HILLCREST CANCER CENTER SOUTH #31 71269 2 2500 lbs 3 PASSANGER

HYDRO-ELECTRIC AMTECH

AMTECH / REIABLE 8/10/1988

31HILLCREST MULTPURPOSE FACILITY #32 92980 2 3000 lbs 4 PASSANGER

HYDRO-ELECTRIC MOTION SAN DIEGO Jan-89

32HILLCREST MULTPURPOSE FACILITY #33 92985 2 3000 lbs 4 PASSANGER

HYDRO-ELECTRIC MOTION SAN DIEGO Jan-89

33HILLCREST WEST WING FREIGHT #34 34620 1 3500 lbs 2 FREIGHT

HYDRO-ELECTRIC ? ? ?33 FREIGHT #34 34620 1 3500 lbs 2 FREIGHT ELECTRIC ? ? ?

34HILLCREST CLINICAL TEACHING FACILITY #35 62722 2 4000 lbs 5 PASSANGER

HYDRO-ELECTRIC MOTION OLIVER & W 10/10/1976

35HILLCREST CLINICAL TEACHING FACILITY #36 62721 2 4000 lbs 5 PASSANGER

HYDRO-ELECTRIC MOTION OLIVER & W 10/10/1976

36HILLCREST CLINICAL TEACHING FACILITY #37 62720 1 2000 lbs 4 PASSANGER

HYDRO-ELECTRIC MOTION OLIVER & W 10/10/1976

37HILLCREST BACHMAN BUILDING #38 118228 2 2500 lbs 4 PASSANGER

HYDRO-ELECTRIC DOVER ? Sep-92

38HILLCREST BACHMAN BUILDING #39 103259 2 2500 lbs 6 PASSANGER

HYDRO-ELECTRIC DOVER ? Sep-92

39THORNTON HOSPITAL MAIN BUILD #1 105773 10 4000 lbs 3 PASSANGER

BASEMENT-TRACT MONTGOMERY ? Mar-93

40THORNTON HOSPITAL MAIN BUILD #2 105774 10 4000 lbs 3 PASSANGER

BASEMENT-TRACT MONTGOMERY ? Mar-93

41THORNTON HOSPITAL MAIN BUILD #3 105793 10 6000 lbs 4 PASSANGER

BASEMENT-TRACT MONTGOMERY ? Mar-93

42THORNTON HOSPITAL MAIN BUILD #4 105794 10 6000 lbs 4 PASSANGER

BASEMENT-TRACT MONTGOMERY ? Mar-93

43THORNTON HOSPITAL MAIN BUILD #5 105635 10 5000 lbs 4 PASSANGER

BASEMENT-TRACT MONTGOMERY ? Mar-93

44THORNTON HOSPITAL MAIN BUILD #6 105530 10 5000 lbs 4 PASSANGER

BASEMENT-TRACT MONTGOMERY ? Mar-93

45THORNTON HOSPITAL MAIN BUILD #7 105777 10 1800 lbs 4 FREIGHT

HYDROELECTRIC MONTGOMERY ? Mar-93

46THORNTON HOSPITAL MAIN BUILD #8 105776 10 1800 lbs 2 FREIGHT

HYDROELECTRIC MONTGOMERY ? Mar-93

47THORNTON AMBULATORY CARE CTR #9 105711 10 3500 lbs 3 PASSANGER

HYDROELECTRIC

AMTECH / RELIABLE ? Feb-93

ATTACHMENT A to RFP#0833RJB Elevator Maintenance.xls5 of 9

Page 35: For Elevator Maintenance - Business & Financial Services with... · UCSD RFP for Elevator Maintenance – RFP#0833RJB Page 2 of 29 IMPORTANT University of California, San Diego Bid

UCSD Attachment A to RFP# 0833RJB for Elevator MaintenanceMedical Centers - Hillcrest and Thornton

R. BeinerAs of 12/11/08

LINE ITEM

BUILDING / ELEVATOR PERMIT # TOTAL

ELEV. AT

SITE

LOAD PERMISSIBLE (LBS.)

STOPS

ELEVATOR TYPE

EQUIPMENT TYPE

CONTROLLER TYPE

ORIGINAL INSTALLER

YEAR INSTALLED

FOOTNOTES

BASE YR MONTHLY

PRICE

OPTION YR O1 MONTHLY

PRICE

OPTION YR TWO

MONTHLY PRICE

48THORNTON AMBULATORY CARE CTR #10 105712 10 3500 lbs 3 PASSANGER

HYDROELECTRIC

AMTECH / RELIABLE ? Feb-93

49MOORES CANCER CENTER #11 129719 5 3500 lbs 3 PASSANGER

HYDROELECTRIC MOTION ? Dec-04

50MOORES CANCER CENTER #12 129720 5 3500 lbs 3 PASSANGER

HYDROELECTRIC MOTION ? Dec-04

51MOORES CANCER CENTER #13 129716 5 3500 lbs 6 PASSANGER TRACTION MOTION ? Dec-04

52MOORES CANCER CENTER #14 129717 5 3500 lbs 6 PASSANGER TRACTION MOTION ? Dec-04

53MOORES CANCER CENTER #15 129718 5 5000 lbs 7 PASSANGER TRACTION MOTION ? Dec-04

54 SHILEY EYE CENTER #16 97956 1 4000 lbs 3 PASSANGERHYDROELECT

RIC OTIS ? ?

55HAMILTON GLAUCOMA CENTER # 17 125222 1 2100 lbs 2 PASSANGER

HYDROELECTRIC OTIS ? Aug-02

Footnotes and Comments:

ATTACHMENT A to RFP#0833RJB Elevator Maintenance.xls6 of 9

Page 36: For Elevator Maintenance - Business & Financial Services with... · UCSD RFP for Elevator Maintenance – RFP#0833RJB Page 2 of 29 IMPORTANT University of California, San Diego Bid

UCSD Attachment A to RFP#0833RJB for Elevator MaintenanceHousing Dining Hospitality

R. BeinerAs of 12/11/08

LINE ITEM

COLLEGE BUILDING / ELEVATOR

PERMIT #

LOAD PERMISSIBLE (LBS.)

STOPS

ELEVATOR TYPE

EQUIPMENT TYPE

CONTROLLER TYPE

ORIGINAL INSTALLER

YR INSTALLED

LAST LOAD TEST

FOOTNOTES

BASE YR MONTHLY PRICE

OPTION YR 01 MONTHLY PRICE

OPTION YR 02 MONTHLY PRICE

1 REVELLE BLAKE HALL 45839 2000 4 PASSENGER HYDRO MOTIONELEVATOR ELECTRIC 1967 9/1/2002 *1

2 REVELLE ARGO HALL 45840 2000 6 PASSENGER HYDRO MOTIONELEVATOR ELECTRIC 1967 3/20/2007 *1

3 MUIRTENAYA, NORTH, SMALL CAR 48953 2500 8 PASSENGER GEARED MOTION OTIS 1969 N/A *1

4 MUIRTENAYA, SOUTH, LARGE CAR 48954 3500 8 PASSENGER GEARED MOTION OTIS 1969 N/A *1

5 MUIRTIOGA, WEST, SMALL CAR 49018 2500 11 PASSENGER GEARED MOTION OTIS 1969 N/A *1, *2

6 MUIRTIOGA, EAST, LARGE CAR 49019 3500 11 PASSENGER GEARED MOTION OTIS 1969 N/A *1, *2

MATOT

7 MUIR SIERRA SUMMIT 49029 n/a 2DUMB WAITER

DUMB WAITER

MATOT W/OVERHEAD DRUM MATOT 1969 N/A *1

8 MUIR APARTMENTS 52836 3500 5 PASSENGER HYDROERM SOLID STATE

OLIVER & WILLIAMS 1971 7/3/2008 *1

9 MARSHALLEUCALYPTUS POINT 60777 2000 2 PASSENGER HYDRO

HYDRO 2 KUP RELAYS

US ELEVATOR 1975 8/3/2005 *1

10 WARRENGOLDBERG HALL #1 74952 2500 6 PASSENGER HYDRO ERM RELAY

OLIVER & WILLIAMS 1984 6/28/2005 *1

11 WARRENGOLDBERG HALL #2 74953 2500 6 PASSENGER HYDRO ERM RELAY

OLIVER & WILLIAMS 1984 6/28/2005 *1

12 WARREN DOUGLAS HALL #1 74955 2500 6 PASSENGER HYDRO ERM RELAYOLIVER & WILLIAMS 1984 6/28/2005 *1

13 WARREN DOUGLAS HALL #2 74956 2500 6 PASSENGER HYDRO ERM RELAYOLIVER & WILLIAMS 1984 6/28/2005 *1

14 WARREN BRENNEN HALL #2 74963 2500 6 PASSENGER HYDRO ERM RELAYOLIVER & WILLIAMS 1984 6/29/2005 *1

15 WARREN BRENNEN HALL #1 74964 2500 6 PASSENGER HYDRO ERM RELAYOLIVER & WILLIAMS 1984 6/29/2005 *1

16 WARREN BLACK HALL #1 77450 2500 6 PASSENGER HYDRO ERM RELAYOLIVER & WILLIAMS 1984 6/28/2005 *1

17 WARREN BLACK HALL #2 77451 2500 6 PASSENGER HYDRO ERM RELAYOLIVER & WILLIAMS 1984 6/28/2005 *1

ATTACHMENT A to RFP#0833RJB Elevator Maintenance.xls 12/11/2008

Page 37: For Elevator Maintenance - Business & Financial Services with... · UCSD RFP for Elevator Maintenance – RFP#0833RJB Page 2 of 29 IMPORTANT University of California, San Diego Bid

UCSD Attachment A to RFP#0833RJB for Elevator MaintenanceHousing Dining Hospitality

R. BeinerAs of 12/11/08

LINE ITEM

COLLEGE BUILDING / ELEVATOR

PERMIT #

LOAD PERMISSIBLE (LBS.)

STOPS

ELEVATOR TYPE

EQUIPMENT TYPE

CONTROLLER TYPE

ORIGINAL INSTALLER

YR INSTALLED

LAST LOAD TEST

FOOTNOTES

BASE YR MONTHLY PRICE

OPTION YR 01 MONTHLY PRICE

OPTION YR 02 MONTHLY PRICE

18 MARSHALL R BUILDING 89431 2500 5 PASSENGER HYDRO DOVER DMC1 DOVER 1988 10/15/2004 *1

19 MARSHALL P BUILDING 89432 2500 5 PASSENGER HYDRO DOVER DMC1 DOVER 1988 10/15/2004 *1

20 MARSHALLOCEANVIEW FREIGHT 89660 6300 2 FREIGHT HYDRO

DOVER IBM RELAY W/BIPARTING MANUAL FREIGHT DOORS DOVER 1988 10/15/2004 *1

21 MARSHALL U BUILDING 89663 2500 3 PASSENGER HYDRO DOVER DMC1 DOVER 1988 10/15/2004 *1

22 MARSHALLOCEANVIEW DINING 89664 2500 4 PASSENGER HYDRO DOVER DMC1 DOVER 1988 9/1/2005 *122 MARSHALL DINING 89664 2500 4 PASSENGER HYDRO DOVER DMC1 DOVER 1988 9/1/2005 1

23 WARREN HARLAN HALL 1E+05 3500 4 PASSENGER HYDRO OMEGA 1000 AMTECH 1993 8/4/2008 *1

24 WARREN STEWART HALL 1E+05 3500 5 PASSENGER HYDRO OMEGA 1000 AMTECH 1993 8/4/2008 *1

25 WARRENFRANKFURTER HALL 1E+05 3500 5 PASSENGER HYDRO OMEGA 1000 AMTECH 1993 6/24/2005 *1

26 WARREN BATES HALL 1E+05 3500 5 PASSENGER HYDRO OMEGA 1000 AMTECH 1993 7/18/2008 *1

27 WARREN BROWN HALL 1E+05 3500 5 PASSENGER HYDRO OMEGA 1000 AMTECH 1993 6/24/2005 *1

28 WARREN CANYON VISTA 1E+05 3500 2 PASSENGER HYDRO OMEGA 1000 AMTECH 1993 3/28/2006 *1, *3

29 ERC GREAT HALL 1E+05 2500 2 PASSENGER HYDRO OTIS 211 OTIS 2003ANL GP 3 TEST *1

30 ERC CUZCO HALL 1E+05 2500 2 PASSENGER HYDRO OTIS 211 OTIS 2003ANL GP 3 TEST *1

31 ERC NORTH AMERICA 1E+05 2500 4 PASSENGER HYDRO OTIS 211 OTIS 2003ANL GP 3 TEST *1

32 ERC LATIN AMERICA 1E+05 2500 4 PASSENGER HYDRO OTIS 211 OTIS 2003ANL GP 3 TEST *1

33 ERC EUROPE 1E+05 2500 4 PASSENGER HYDRO OTIS 211 OTIS 2003ANL GP 3 TEST *1

34 ERC ASIA 1E+05 2500 4 PASSENGER HYDRO OTIS 211 OTIS 2003ANL GP 3 TEST *1

ATTACHMENT A to RFP#0833RJB Elevator Maintenance.xls 12/11/2008

Page 38: For Elevator Maintenance - Business & Financial Services with... · UCSD RFP for Elevator Maintenance – RFP#0833RJB Page 2 of 29 IMPORTANT University of California, San Diego Bid

UCSD Attachment A to RFP#0833RJB for Elevator MaintenanceHousing Dining Hospitality

R. BeinerAs of 12/11/08

LINE ITEM

COLLEGE BUILDING / ELEVATOR

PERMIT #

LOAD PERMISSIBLE (LBS.)

STOPS

ELEVATOR TYPE

EQUIPMENT TYPE

CONTROLLER TYPE

ORIGINAL INSTALLER

YR INSTALLED

LAST LOAD TEST

FOOTNOTES

BASE YR MONTHLY PRICE

OPTION YR 01 MONTHLY PRICE

OPTION YR 02 MONTHLY PRICE

35 ERC AFRICA 1E+05 2500 4 PASSENGER HYDRO OTIS 211 OTIS 2003ANL GP 3 TEST *1

36 ERC CAFÉ VENTANAS 1E+05 2500 3 PASSENGER HYDRO OTIS 211 OTIS 2003ANL GP 3 TEST *1

37 ERCSOUTH ELEV TOWER 1E+05 2500 3 PASSENGER HYDRO OTIS211 OTIS 2003

ANL GP 3 TEST *1

38ONE MIRAMAR

BLDG 5, ADMINISTRATION 1E+05 2500 2 PASSENGER HYDRO MOTION MITSUBISHI 2007

ANL GP 3 TEST *1

39ONE MIRAMAR

BLDG 6 PARKING GARAGE 1E+05 2500 6 PASSENGER HYDRO MOTION MITSUBISHI 2007

ANL GP 3 TEST *1

40ONE MIRAMAR

BLDG 3 RESIDENTIAL APTS 1E+05 2500 4 PASSENGER HYDRO MOTION MITSUBISHI 2007

ANL GP 3 TEST *140 MIRAMAR RESIDENTIAL APTS 1E+05 2500 4 PASSENGER HYDRO MOTION MITSUBISHI 2007 TEST 1

41ONE MIRAMAR

BLDG 4 RESIDENTIAL APTS 1E+05 2500 4 PASSENGER HYDRO MOTION MITSUBISHI 2007

ANL GP 3 TEST *1

42ONE MIRAMAR

BLDG 2 RESIDENTIAL APTS 1E+05 2500 4 PASSENGER HYDRO MOTION MITSUBISHI 2007

ANL GP 3 TEST *1

43ONE MIRAMAR

BLDG 1 RESIDENTIAL APTS 1E+05 2500 4 PASSENGER HYDRO MOTION MITSUBISHI 2007

ANL GP 3 TEST *1

Footnotes and Comments:

*1.  Vendor will accompany the California Department of Industrial Relations Division of Occupational Safety & Health (DOSH) enforcement authority on their annual inspections  of the Housing Dining Hospitality elevators as well as make corrections within three weeks upon receiving a copy of the written preliminary orders by the State.  Vendor will provide written notification to the  DOSH when the corrections are made.*2.  Should the elevator service vendor fail to properly operate the Tioga rooftop access door security alarm and thereby cause a police response, the vendor shall be responsible for charges incurred at $25.00 per incident.*3.  The vendor shall be responsible for cleaning, once each year, the interior of the glass in the shaft and the exterior of the glass on the elevator car at Canyon Vista.

ATTACHMENT A to RFP#0833RJB Elevator Maintenance.xls 12/11/2008