Furnish Maintenance and Repair of Vertical Transportation Systems Mandatory Pre-Bid Conf 4/9/2024 / LA Contractor License Required

expired opportunity(Expired)
From: Louisiana(State)
50015-240424

Basic Details

started - 25 Mar, 2024 (1 month ago)

Start Date

25 Mar, 2024 (1 month ago)
due - 24 Apr, 2024 (4 days ago)

Due Date

24 Apr, 2024 (4 days ago)
Bid Notification

Type

Bid Notification
50015-240424

Identifier

50015-240424
State of Louisiana

Customer / Agency

State of Louisiana

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

1 STATE OF LOUISIANA SOUTHEASTERN LOUISIANA UNIVERSITY HAMMOND, LOUISIANA A Member of the University of Louisiana System INVITATION TO BID TO: FURNISH MAINTENANCE AND REPAIR OF VERTICAL TRANSPORTION SYSTEMS FOR SOUTHEASTERN LOUISIANA UNIVERSITY AT VARIOUS LOCATIONS FOR THE PHYSICAL PLANT DEPARTMENT ISSUING AGENCY: Southeastern Louisiana University Purchasing Department SLU 10800 Hammond, LA 70402 DIRECTOR OF PURCHASING: Richard Himber Telephone: (985) 549-2064 PROCUREMENT SPECIALIST: Monette Scott Telephone: (985) 549-5324 Fax: (985) 549-3810 REQUISITIONED BY: Shane Purvis Telephone: (985) 549-3333 ITB RELEASE DATE: March 26, 2024 MANDATORY PRE-BID CONFERENCE: April 9, 2024 MANDATORY FOR ALL BIDDERS! CONFERENCE TIME: 10:00 a.m., Central Time CONFERENCE MEETING PLACE: Bidders shall assemble for conference at: Physical Plant Conference Room 2400 North Oak St, Hammond, LA Parking available in the north Physical Plant lot. Failure to be represented at the Mandatory pre-bid conference
shall Cause rejection of the bid without Further consideration. DEADLINE FOR FAX INQUIRIES: April 11, 2024 Fax(985) 549-3810 BID OPENING DATE: April 24, 2024 BID OPENING TIME: 4:00 p.m., Central Time 2 BID OPENING LOCATION: Southeastern Louisiana University Purchasing Department 2400 North Oak Street Hammond, Louisiana 70402 This ITB is available in electronic form at https://wwwcfprd.doa.louisiana.gov/osp/lapac/pubMain.cfm. It is available in PDF format or in printed form by submitting a written request to the Procurement Specialist listed above. It is the Bidder’s responsibility to check the Office of State Procurement LaPAC website frequently for any possible addenda that may be issued. Southeastern is not responsible for a bidder’s failure to download any addenda documents required to complete an Invitation to Bid. https://wwwcfprd.doa.louisiana.gov/osp/lapac/pubMain.cfm 3 SOUTHEASTERN LOUISIANA UNIVERSITY BID RESPONSE FORM Contractor Name: Telephone No: Fax No: Mailing Address: City State Zip Email:_______________________________________________________________________ ___________________ Contractors: I (we) do hereby declare that I (we) have carefully examined the specifications and the contract documents, including all addenda, prepared by the project supervisor of this bid response and I (we) have a clear understanding of said documents and premises, and hereby propose to provide the necessary tools, machinery and apparatus along with other needs necessary to complete the work specified. We will provide all material, furnish all labor and services specified in the contract or called for in the contract documents including permits necessary for the completion of the project or work listed for the sum below. I (we) also agree to follow requirements, sequence and frequency listed under “maintenance procedures”. If I (we) fail to follow these specifications and document the “Maintenance Procedures” with the owner or if there is any evidence of fraudulent documentation I (we), will without reservation, freely forfeit the contract along with any monies due from the date of such finding. All materials and labor will be left intact and I (we) will not seek any restitution. I (we) have read the entire specifications and will not use oversight as an excuse for not fulfilling my (our) obligation. Contractor: By: Title: Date: Contractor’s License No.: We acknowledge the following addenda 1.____2.____3.____ 4.____ Contract Term: July 1, 2024 through June 30, 2025. 4 VERTICAL TRANSPORTATION UNITS - ACADEMICS PART 1: BID RESPONSE FORM UNIT PRICE PER MONTH HYDRAULIC ELEVATOR# H00162 -----------------------------------------------------PRICE $__________ Location: Campbell Hall MFG. Esco HYDRAULIC ELEVATOR# H0190 --------------------------------------------------------PRICE $__________ Location: University Center MFG. Esco HYDRAULIC ELEVATOR# H0191 --------------------------------------------------------- PRICE $__________ Location: University Center MFG. Esco ELECTRO-HYDRAULIC LIFT #4860P-----------------------------------------------------PRICE $__________ Location: University Center MFG. Ascension Virtuoso HYDRAULIC ELEVATOR# H0169 --------------------------------------------------------PRICE $__________ Location: Clark Hall MFG. Esco HYDRAULIC ELEVATOR# H0173 ---------------------------------------------------------PRICE $__________ Location: Music Building Annex MFG. Esco HYDRAULIC ELEVATOR# H0155 ----------------------------------------------------------PRICE $__________ Location: Dugas MFG. Esco HYDRAULIC ELEVATOR# H0172 ----------------------------------------------------------PRICE $__________ Location: Mims Hall MFG. Montgomery 6 VERTICAL TRANSPORTATION UNITS - ACADEMICS PART 1: BID RESPONSE FORM CONTINUED UNIT PRICE PER MONTH HYDRAULIC ELEVATOR# H0168 ---------------------------------------------------- PRICE $__________ Location: Tinsley Hall MFG. Motion-Control HYDRAULIC ELEVATOR# H0174 ------------------------------------------------------ PRICE $__________ Location: North Campus Bldg. B MFG. Carrier-Lift HYDRAULIC ELEVATOR # H0193 ----------------------------------------------------- PRICE $__________ Location: Pennington MFG. Thyssen/Dover HYDRAULIC ELEVATOR # H0167 ----------------------------------------------------- PRICE $__________ Location: Fayard Hall MFG. Thyssen/Dover HYDRAULIC ELEVATOR # H0156 ---------------------------------------------------- PRICE $__________ Location: Biology MFG. OTIS HYDRAULIC ELEVATOR # H0157 ---------------------------------------------------- PRICE $ __________ Location: Biology MFG. OTIS HYDRAULIC ELEVATOR # H0158 ----------------------------------------------------- PRICE $__________ Location: Biology MFG. OTIS HYDRAULIC ELEVATOR # H0170 ------------------------------------------------------ PRICE $__________ Location: Kinesiology MFG. SCHLINDLER HYDRAULIC ELEVATOR # H0479 ----------------------------------------------------- PRICE $__________ Location: Columbia Theatre MFG. Thyssen/Dover 222 East Thomas St, Hammond La 70402 HYDRAULIC CHAIR LIFT # L0018 -------------------------------------------------------- PRICE $__________ Location: Columbia Theatre MFG. Thyssen/Dover 222 East Thomas St, Hammond La 70402 HYDRAULIC ELEVATOR # H0166 ------------------------------------------------------ PRICE $___________ Location: Meade Hall MFG. TKE 7 VERTICAL TRANSPORTATION UNITS - ACADEMICS PART 1: BID RESPONSE FORM CONTINUED UNIT PRICE PER MONTH HYDRAULIC ELEVATOR # H0165 ------------------------------------------------------ PRICE $______________ Location: Economic Development Center, MFG. ESCO 1514 Martens, Hammond La 70401 HYDRAULIC ELEVATOR # H0480 ------------------------------------------------------------ PRICE $___________ Location: West Stadium Parking Garage MFG. OTIS HYDRAULIC ELEVATOR # H0481 ------------------------------------------------------- PRICE $___________ Location: West Stadium Parking Garage MFG. OTIS HYDRAULIC ELEVATOR # H0181 (Passenger)--------------------------------------- PRICE $ __________ Location: New Student Union Addition (elev. 2D) MFG. ThyssenKrupp HYDRAULIC ELEVATOR # H0179 (Passenger)---------------------------------------- PRICE $ __________ Location: New Student Union Addition (elev. B) MFG. ThyssenKrupp HYDRAULIC ELEVATOR # H0180 (Passenger)---------------------------------------- PRICE $ _________ Location: New Student Union Addition (elev. C) MFG. ThyssenKrupp HYDRAULIC Unit ID: H0182------------------------------------------------------------------PRICE $______________ Location: Student Union (#4) MFG. Thyssenkrupp CHAIN/HYDRO# H0456 --------------------------------------------------------------------- PRICE $__________ Location: Computer Science MFG. Savaria CHAIN ELEVATOR# L0049 ------------------------------------------------------------------- PRICE $__________ Location: Computer Science MFG. Custom Industrial MACHINEROOMLESS (MRL) ELEVATOR# T0470 ------------------------------------ PRICE $__________ Location: Computer Science MFG. Otis HYDRAULIC Unit ID: H00161 ----------------------------------------------------------------- PRICE $__________ Location: TEC MFG. MCE HYDRAULIC Unit ID: H00160 -----------------------------------------------------------------PRICE $__________ Location: TEC MFG. Vertex 8 VERTICAL TRANSPORTATION UNITS - ACADEMICS PART 1: BID RESPONSE FORM CONTINUED UNIT PRICE PER MONTH TRACTION Unit ID: T0067---------------------------------------------------------------------PRICE $_____________ Location: Pursley Hall (Freight) MFG. Otis HYDRAULIC Unit ID: H0192-------------------------------------------------------------------PRICE $_____________ Location: Pursley Hall (Passenger) MFG. Otis TRACTION Unit ID: H0171---------------------------------------------------------------------PRICE $ _____________ Location: Sim’s Memorial Library MFG. US TRACTION Unit ID: T0065---------------------------------------------------------------------PRICE $ _____________ Location: Sim’s Memorial Library MFG. Motion Control HYDRAULIC Unit ID: T0066-------------------------------------------------------------------PRICE $ _____________ Location: Sim’s Memorial Library MFG. Motion Control Total Monthly Price for Academics Area $_______________________________________________ Total Monthly Price X 12 (Annual Total) for Academics Area $______________________________ Annual Total 9 VERTICAL TRANSPORTATION UNIT - BATON ROUGE SCHOOL OF NURSING PART 2: BID RESPONSE FORM UNIT PRICE PER MONTH HYDRAULIC ELEVATOR# 652500 MFG. Otis PRICE $__________ Location: Baton Rouge School of Nursing / Essen Lane Total Monthly Price for Baton Rouge School of Nursing $__________________________________ Total Monthly Price X 12 (Annual Total) for Baton Rouge School of Nursing $_________________ Annual Total 10 VERTICAL TRANSPORTATION UNITS - HOUSING PART 3: BID RESPONSE FORM UNIT PRICE PER MONTH HYDRAULIC ELEVATOR# T0550 ------------------------------------------------------- PRICE $__________ Location: Ascension Hall MFG. Kone MRL HYDRAULIC ELEVATOR# T0551 ------------------------------------------------------- PRICE $__________ Location: Ascension Hall MFG. Kone MRL HYDRAULIC ELEVATOR # T0064 -------------------------------------------------------- PRICE $__________ Location: Cardinal Newman MFG. Thyssen/Krupp HYDRAULIC ELEVATOR # H0176 -------------------------------------------------------- PRICE $__________ Location: Greek Village Bldg. M MFG. Thyssen/Krupp HYDRAULIC ELEVATOR # H0189 --------------------------------------------------------- PRICE $__________ Location: Hammond Hall MFG. Thyssen/Krupp HYDRAULIC ELEVATOR # H0184 ------------------------------------------------------- PRICE $ __________ Location: Livingston Hall MFG. Thyssen/Krupp HYDRAULIC ELEVATOR # H0185 --------------------------------------------------------- PRICE $__________ Location: Louisiana Hall MFG. Thyssen/Krupp HYDRAULIC ELEVATOR # H0175 -------------------------------------------------------- PRICE $__________ Location: Pride Hall MFG. Thyssen/Krupp HYDRAULIC ELEVATOR # H0187 -------------------------------------------------------- PRICE $__________ Location: St Tammany Hall MFG. Thyssen/Krupp HYDRAULIC ELEVATOR # H0188 --------------------------------------------------------- PRICE $__________ Location: Tangipahoa Hall MFG. Thyssen/Krupp HYDRAULIC ELEVATOR # T0548 --------------------------------------------------------- PRICE $___________ Location: Twelve Oaks MFG. Kone MRL 11 VERTICAL TRANSPORTATION UNITS - HOUSING PART 3: BID RESPONSE FORM CONTINUED UNIT PRICE PER MONTH HYDRAULIC ELEVATOR# T0549 ---------------------------------------------------- PRICE $__________ Location: Twelve Oaks MFG. Kone MRL HYDRAULIC ELEVATOR# H0183 ---------------------------------------------------- PRICE $__________ Location: Taylor Hall MFG. Thyssen/Krup HYDRAULIC ELEVATOR# H0186 ------------------------------------------------------- PRICE $__________ Location: Washington Hall MFG. Thyssen/Krup Total Monthly Price for Housing Area $__________________________________ Total Monthly Price X 12 (Annual Total) for Housing Area $_________________________ Annual Total Total Annual pricing includes all areas $___________________________ (Academics, Baton Rouge School of Nursing, Housing) 12 PART 4: VENDOR TO QUOTE: The goods or services included on this page are optional goods or services that may be needed but will not be included in the award of the bid. EMERGENCY CALL BACK – Hourly Rate per Hour Rate The hourly rate for emergency callbacks (for this contract only), used for budget purposes only: For the purposes of this contract, the rate used for emergency call-backs shall be the overtime rate to be charged any time authorized work has been performed outside of 8:00 am – 5:00 pm of any business day or any authorized work to be done over a weekend As Needed Repairs The winning bidder will provide a parts breakdown and estimation pricing for the components of both the hall stations and car operating stations mainly concerned about the o-rings, bevels, necessary mounting hardware. Vandal-proof replacements parts only to be quoted or parts approved by the University. Critical Needs Estimation. $_________________________________________________________________________________ See pages 54 & 55 for illustrations of existing parts and replacement parts (or equal to) parts being requested. LA Contractor’s License Number: (Be sure to include contractor’s license number on Bid Envelope.) Contractor Name: _____________________________________________________________________ ____________________________________________________________________________________ Authorized Signature Title Date 13 INDEMNIFICATION AGREEMENT To be completed and returned with Bid Response The Vendor agrees to protect, defend, indemnify, save and hold harmless the State of Louisiana, all State Departments, Agencies, Boards and Commissions, its officers, agents servants and employees, including volunteers, from and against any and all claims, demands, expense and liability arising out of injury or death to any person or the damage, loss or destruction of any property which may occur or in any way grow out of any act or omission of Vendor, its agents, servants, and employees, or any and all costs, expense and/or attorney fees incurred by Vendor as a result of any claim, demands, and/or causes of action except those claims, demands, and/or causes of action arising out of the negligence of the State of Louisiana, all State Departments, Agencies, Boards, Commissions, its agents, representatives, and/or employees. Vendor agrees to investigate, handle, respond to, provide defense for and defend any such claims, demand, or suit at its sole expense and agrees to bear all other costs and expenses related thereto, even if (claims, etc.) is groundless, false or fraudulent. Accepted by: Vendor Name Signature Title Date Is Certificate of Insurance Attached? [ ] Yes [ ] No PURPOSE OF CONTRACT: To furnish maintenance and repair of vertical transportation systems in the University Housing areas for the Physical Plant Department and Southeastern Louisiana University. 14 Maintenance and Repair Contract 1. EEOC compliance. By submitting and signing this bid, bidder certifies that he agrees to adhere to the mandates dictated by Title VI and VII of the Civil Rights Act of 1964, as amended; the Vietnam Era Veterans’ Readjustment Assistance Act of 1974; Section 503 of the Rehabilitation Act of 1973; Section 202 of Executive Order 11246, as amended; and the Americans With Disabilities Act of 1990. Bidder agrees to keep informed of and comply with all federal, state and local laws, ordinances and regulations which affect his employees or prospective employees. 2. By submitting a response to this solicitation, the bidder or proposer certifies and agrees that the following information is correct: In preparing its response, the bidder or proposer has considered all bid responses submitted from qualified, potential subcontractors and suppliers, and has not, in the solicitation, selection, or commercial treatment of any subcontractor or supplier, refused to transact or terminated business activities, or taken other actions intended to limit commercial relations, with a person or entity that is engaging in commercial transactions in Israel or Israeli-controlled territories, with the specific intent to accomplish a boycott or divestment of Israel. The bidder also has not retaliated against any person or other entity for reporting such refusal, termination, or commercially limiting actions. The state reserves the right to reject the response of the bidder or proposer if this certification is subsequently determined to be false, and to terminate any contract awarded based on such a false response. 3. Any claims or controversies associated with the contract issued as a result of this solicitation will be resolved in accordance with the Louisiana Procurement Code, 39:1673. 4. Late payments; if any shall be paid in accordance with R.S. 39:1695. 5. Vendor must inspect job site to verify measurements and/or amount of supplies needed prior to bidding. If vendor finds conditions that disagree with the physical lay-out as described in this bid, or other features of the specifications that appear to be in error, same shall be noted on bid response. Failure to do so will be interpreted that bid is as specified. ***Mandatory jobsite visit required*** WHERE: Southeastern Physical Plant conference room (assemble) WHEN: April 9, 2024 TIME: 10:00 AM This signed statement certifies that the vendor named below has visited the job site and is familiar with all conditions surrounding fulfillment of the specifications for this project. VENDOR’S COMPANY NAME VENDOR’S SIGNATURE 15 6. Any orders resulting from this solicitation will be paid with the new FY funds, if appropriated by the legislature. Delivery cannot be made prior to July 1 and your bid prices must be firm for acceptance and delivery accordingly. 7. CONTRACT CONTINUATION - This contract shall be effective for twelve (12) months from the date of award and at the option of the State of Louisiana and acceptance by the contractor, may be extended for four additional twelve (12) month periods at the same price, terms and conditions. Contract not to exceed sixty (60) months. Contract Term: July 1, 2024 through June 30, 2025 16 1. NOTICE TO BIDDER Bid response, price sheets, verification of qualifications and engineering responsibility should be completely filled out with detailed information requested or your bid may be rejected. In accordance with R.S. 37:2163A contractors’ license number must appear on the bid opening envelope on all projects in the amount of $50,000 or more. All bids not in compliance with this requirement shall be automatically rejected and not read. For any bid submitted in the amount of fifty thousand dollars or more, the contractor shall certify that he is licensed and show his license number on the bid. The Contractor and its mechanics shall be licensed by the Louisiana Office of State Fire Marshal (OSFM) in accordance with LA R.S. 40:1664.1 et seq. or have submitted their applications to the OSFM for licensure prior to their bid submission. The Contractor and its mechanics must have their OSFM issued licenses prior to any work performance. Definitions: Department – Division of Administration, Colleges and Universities, Office of State Buildings and/or Department of Health & Hospitals, Engineering Section. Owner – Agency where the vertical transportation is being maintained. 2. CONTRACTOR I (we) do hereby declare that I (we) have carefully examined the specifications and the contract documents, including all addenda, prepared by the project supervisor of this bid response and I (we) have a clear understanding of said documents and premises, and hereby propose to provide the necessary tools, machinery and apparatus along with other needs necessary to complete the work specified. We will provide all material, furnish all labor and services specified in the contract or called for in the contract documents including permits necessary for the completion of the project or work listed for the sum below. I (we) also agree to follow requirements, sequence and frequency listed under “maintenance procedures”. If I (we) fail to follow these specifications and document the “Maintenance Procedures” with the owner or if there is any evidence of fraudulent documentation I (we), will without reservation, freely forfeit the contract along with any monies due from the date of such finding. All materials and labor will be left intact and I (we) will not seek any restitution. I (we) have read the entire specifications and will not use oversight as an excuse for not fulfilling my (our) obligation. See Bid Response Form for certification of above understandings. 17 3. SPECIFICATIONS FOR ELEVATOR MAINTENANCE General: Based on these specifications, bids shall be received by Southeastern Louisiana University, Purchasing Department, for servicing the vertical transportation at: Southeastern Louisiana University hereafter denoted by the term “Department:. The use of the word “vendor” or “contractor” shall be interpreted to be the firm or corporation who has been awarded a contract by the Department. The successful bidder will be required to sign a contract with the Department in strict accordance with these specifications for service which includes the contract document. With the complexity of equipment and the liability exposure of today’s vertical transportation, it is necessary to not only provide top quality maintenance, but to also have a professional engineering group to verify the quality of material and safe operation of any wiring changes being used or integrated into the system. Also, in the case of microprocessor equipment, the vendor shall have complete access to all software and diagnostic programs. Prior to award of the contract, the successful bidder shall demonstrate to the owner ability to comply with this section. For the protection of the owner, passengers, and other related exposures connected to fulfillment of this contractual obligation, the bidder will include in this bid, monies for engaging Licensed Registered Professional Electrical Engineers* with no less than five years experience in specifying elevator materials and verifying wiring changes. All changes are to be provided to the Office of State Buildings on diskette. The name of the Licensed Registered Professional Electrical Engineer, Private Consulting Group and/or Firm with a Licensed Registered Professional Electrical Engineer on staff committed by letter to this responsibility, along with their address and signature shall be provided in the space for the verification of this information under “Engineering Responsibility”. Bids will be considered only from bidders who are regularly established in the business called for and who, in the judgment of the Department, are financially responsible and able to show evidence of the reliability, ability, experience, facilities, and persons directly employed and supervised by them to render prompt and satisfactory service. Compliance with the latest edition of A.N.S.I. A 17.1 Code with and including supplemental adoptions, will be required. The state of Louisiana reserves the right to add or delete elevators as necessary. *Elevator Contractors must be licensed in the State of Louisiana. 18 4. NOTICE TO BIDDER SPECIAL CONDITIONS The file number of this bid response should be referenced on all correspondence to the Office of State Buildings and to: Southeastern Louisiana University It shall be specifically agreed and understood that the bidders may attend the bid opening, but no information or opinions concerning the ultimate contract award will be given at the bid opening or during the evaluation process. Bids may be examined by parties seventy-two (72) hours after the bid opening. Where any award is being considered, bidders shall comply with requests from the Division of Administration or agency personnel to visit their facilities and/or furnish additional information in order to assist evaluating bids. Bid prices must be firm for a period of sixty (60) days from the date of the bid opening to allow for evaluation if necessary. If any problems occur or questions arise concerning the “original manufacturers parts” or “equal” it shall be the responsibility of the contractor to provide such verification as may be requested by Southeastern Louisiana University. See “Clarifications”. Termination For Cause: The state may terminate this contract for cause based upon the failure of the contractor to comply with the terms and/or conditions of the contract; provided that the state shall give the contractor written notice specifying the contractor’s failure. If within fifteen (15) days after receipt of such notice, the contractor shall not have either corrected such failure or thereafter proceeded diligently to complete such correction, then the state may at its option, place the contractor in default and the contract shall terminate on the date specified in such notice. The contractor may exercise any rights available to it under Louisiana law to terminate for cause upon the failure of the state to comply with the terms and conditions of this contract; provided that the contractor shall give the state written notice specifying the state’s failure. Termination for Convenience: The state may terminate any contract entered into as a result of this bid at any time by giving thirty (30) days written notice to the contractor. The contractor shall be entitled to payment for deliverables in progress, to the extent work has been performed satisfactorily. The state of Louisiana reserves the right to cancel this contract with a thirty (30) day written notice. 19 5. NOTICE TO BIDDER RECORDS The Contractor shall maintain a complete, orderly and chronological file, including drawings, parts lists specifications and copies of all prepared reports. A record of all callbacks and repairs shall be kept by the contractor indicating any difficulty experienced and the corrective measures taken to eliminate these difficulties. A copy of the Elevator/Escalator Maintenance Log furnished with the contract must be filled out then forwarded to the Office of State Buildings and Southeastern Louisiana University monthly. The reports or trouble calls must be verified and signed by a person designated by the using agency, who will retain a copy. All trouble calls (call backs and repairs) are indicated by a “call ticket” and signed by the contractor and the agency. A copy of these “call tickets” is to be forwarded to the Office of State Buildings monthly. (**See form attached hereto) The Contractor shall maintain a website which will allow all records to be reviewed or downloaded, on a monthly basis, by the Office of State Buildings, owner agency and all parties requiring information concerning State owned elevators. Minimum requirements for information accessible on website shall be the name of building, preventative maintenance schedule, type of elevator, manufacturer, machine type, roping, year installed, contract speed, actual up and down, capacity, safety type, governor type, control type, operation, stops, openings and a maintenance log showing all callbacks, repairs and routine maintenance and corrective measures taken to eliminate difficulties encountered. The website should be secured with a user I.D. and password. Vendor shall take all reasonable precautions to maintain the security of the site. (See form Attached hereto) Guarantee: The contractor agrees to accept all of the equipment, (except as excluded by these specifications), on full maintenance, on the effective date of this contract, unless it is otherwise indicated by a detailed report, on each unit, and attached to his bid. It is also agreed that he will leave the units in the same condition and with the same performance when the contract is terminated, as on the date the contract was made effective. The owner reserves the right from time to time to employ others to make such checks as they may deem necessary or advisable. When it is found that any of the units of vertical transportation are not up to proper standards or that safety requirements or tests are not being performed as required by the current A.N.S.I. code of the State of Louisiana, the owner may exercise any or all of its options as set forth in these specifications. If these demands are not promptly complied with, within fifteen (15) days after receipt of such notice, the State of Louisiana, Southeastern Louisiana University may cancel this agreement and enter into an agreement with others to perform such work and deduct the total cost thereof from the contractors’ monthly charges for maintenance service. If the contract has been terminated or has expired, the owner will demand payment from the contractor or his bonding agent for the additional costs incurred. Southeastern Louisiana University reserves the right to act as sole agent in determining if service is satisfactory, including a determination of whether parts need replacing in accordance with A.N.S.I. code. The contractors’ failure to comply with the owner’s demands in this regard, within ten (10) days of mailing a certified letter containing such demands, will constitute a circumstance under which the owner may immediately terminate the contract. The owner shall conduct, through the operational unit, periodic inspections to determine the status of individual elevators and/or escalators. This inspection shall be conducted in accordance with a uniform maintenance plan formulated by the Division of Administration. Results and reports of such inspection will be furnished to the contractor and the using agency. Insurance: Public Liability Insurance and Workman’s Compensation shall be carried by the contractor and a Certificate of Insurance shall be furnished at least ten (10) days prior to the effective date of the contract. The limits of such insurance shall be as follows and shall be from a company licensed to do business in the State of Louisiana. 20 Permits, Licenses, Laws and Taxes: The contractor shall furnish all necessary permits, licenses, and certificates and comply with all laws or ordinances applicable to the locality of the building site and the State of Louisiana. The contractor shall include in his bid all applicable state, federal or other taxes required. Contents of the signed agreement: The purchase order and the bidders’ specifications will be combined to form the complete contract when the award is made. 21 6. INSTRUCTIONS TO BIDDERS A. Project: Maintenance and repair of vertical transportation systems for: Southeastern Louisiana University B. Bid Responses: Bid Responses must be in accordance with these instructions in order to receive consideration. C. Documents: Documents include the bidding requirements, general, supplementary conditions, technical section, plus addenda which may be issued by the Southeastern Louisiana University during the bidding period. See Specifications for Elevator/Escalator Maintenance page. D. Examination of Documents and Site: Bidders shall carefully examine the bidding documents and the sites to obtain first-hand knowledge of the scope and the conditions of the work. Each contractor, by submitting a bid response to perform any portion of the work, represents and warrants that he has examined the specifications and site of the work, and from his own investigation, has satisfied himself as to the scope, accessibility, nature and location of the work; character of the equipment and other facilities needed for the performance of the work; the character and extent of other work to be performed; the local conditions; labor availability, practices and jurisdictions and other circumstances that may affect the performance of the work. No additional compensation will be allowed by the owner for failure of such contractor or subcontractor to inform himself as to the conditions affecting the work. E. Interpretation of Documents: If any person contemplating submitting a bid for the proposal contract is in doubt as to the meaning of any part of the specifications (project manual), or other proposed contract documents, he may submit to the Southeastern Louisiana University, Purchasing Department, not later than seven (7) working days prior to the date set for opening of bids, a written request for an interpretation or clarification. Bidders should act promptly and allow sufficient time for a reply to reach them before preparing their bids. Any interpretation or clarification will be in the form of an addendum duly issued. No alleged verbal interpretation or rulings will be held binding upon the owner. F. Substitutions: Conditions governing the submission of substitutions for specific materials, products, equipment, and processes are in the general conditions. Requests for substitutions must be received by the Southeastern Louisiana University, Purchasing Department, seven (7) working days prior to the established bid date. 22 G. Addenda: Interpretations, clarifications, additions, deletions, and modifications to the documents during the bidding period will be issued in the form of addenda and a copy of such addenda will be mailed or delivered to each person who has been issued a set of the bidding documents. Addenda will be a part of the bidding documents and contract documents, and receipt of them should be acknowledged in the bid form. Addenda will not be issued with in three (3) working days of the established bid date. H. Preparation of Bids: Prices quoted shall include all items of cost, expense, fees and charges incurred or arising out of the performance of the work to be performed under the contract. Any bid on other than the required form will be considered informal and may be rejected. Erasures or changes in the bid shall be explained or noted over the initials of the bidder. Bids containing any conditions, omissions, unexplained erasures, alterations, or irregularities of any kind may be rejected. Failure to submit all requested information will make the bid irregular and subject to rejection. The “non-collusion affidavit” should be completed and signed by each bidder and submitted with the bid. I. Special Programs / Small Businesses Notice of Special Programs Available for Small Business: https://www.opportunitylouisiana.com/small- business/special-programs-for-small-business J. Adding Buildings (elevators) At the discretion of Southeastern Louisiana University, we reserve the right to add additional buildings (elevators) to the awarded contract. The University will request a quote when a building is added (elevators). Example below: this building is currently under construction. MFG is not non at this time. HYDRAULIC ELEVATOR# ------------------------------------------------------------------- PRICE $ XXXX Location: D. Vickers Hall - BUILDING IS UNDER CONSTRUCTION MFG. https://www.opportunitylouisiana.com/small-business/special-programs-for-small-business https://www.opportunitylouisiana.com/small-business/special-programs-for-small-business 23 7. INSTRUCTIONS TO BIDDER ELEVATOR MAINTENANCE SPECIFICATIONS Contractor agrees to provide all material, furnish all labor and services specified in this contract including permits necessary for maintenance (where conditions warrant, adjust, lubricate, repair or replace the mechanical and electrical parts) of the type elevator(s) listed and related equipment located in the facility specified in accordance with the specifications annexed hereto. All work is to be performed during regular working hours and on the regular working days of the elevator trade unless otherwise specified below. The Contractor at its expense, shall within ten (10) days from the commencement date of this contract, provide owner with a copy of its present maintenance checklist, for his approval, that shall sequentially follow the format of the specifications annexed to this agreement. Contractor shall complete the aforementioned check list at the times provided in the specifications and regularly provide the owner and the Office of State Buildings with copies thereof. Notwithstanding anything herein to the contrary, it is expressly agreed and understood that at any time(s) during the term of this contract, owner shall have the right, but not the obligation, to employ, at its expense, a certified ANSI elevator consultant to make periodic inspections of the elevator and related equipment (ie: smoke detectors, emergency power switches) to determine if said equipment is, in consultant’s judgment, being maintained in accordance with the specification subject to this agreement. The contractor, at his own expense, may elect to have a representative present for these inspections. Should the owner’s consultant determine that the equipment is not being maintained in accordance with the aforementioned specifications, the contractor shall, at his own expense, correct all noted deficiencies with ten (10) calendar days. Should the contractor fail to correct the deficiencies in a timely manner, the owner shall have the right to deduct the estimated cost for repairs from the contractor’s normal monthly payment until such time as the deficiencies are corrected, or to unilaterally terminate the contract without penalty or liability by giving the contractor ten (10) days written notice by a certified letter. Any reinspection as a result of the contractor’s failure to maintain the equipment in accordance with the specifications shall be performed at the expense of the contractor. Payment for subsequent inspection shall be remitted to the Office of Risk Management payable to the inspector. Failure to remit timely payment will result in the cost being deducted from the contract. The submittal of bid without exceptions means Contractor has inspected all elevators and related equipment in the building specified and has found same to be in a proper working and satisfactory condition. Contractor is satisfied that a governor and safety test was made on the (Date) May 2023 by (Contractor) Precision Elevator Company within the past twelve (12) months and therefore contractor assumes the liability for operation of the governor and safety devices of these elevators throughout the term of this contract. This contract includes twenty-four (24) hour emergency call-back service. Contractor shall not be liable for loss or damage resulting from strikes, lockouts, fires, explosion, theft, floods, riots, war, malicious mischief, storms, acts of god or other similar or dissimilar cases beyond its control. Contractor assumes no liability for accidents to persons or property except those directly due to the negligent acts or omissions of contractor or his employees. Throughout the term of this contract, contractor shall at its cost maintain insurance and provide the owner with current certificates of insurance for limits of liability as follows: 24 A.) Workman’s Compensation and Employer’s Liability – equal to or in excess of limits of Workman’s Compensation laws in the State of Louisiana. B.) Comprehensive liability – for not less than $1 million per occurrence, including bodily injury, liability, property damage liability. Automobile public liability insurance in an amount not less than combined single limits of $1,000,000 per occurrence for bodily injury/property damage. Owner agrees that it will not permit others to make alterations, additions, repairs, replacements or adjustments to the equipment subject to this contract, unless contractor is notified by owner, prior to commencement. It is understood that contractor shall not assume possession or management of any part of the equipment. (The intent is to have the contractor awarded the bid perform the work, however, in the event that equipment has seemingly insolvable problem, the department at it’s expense, reserves the right to have other competent contractor(s) examine and make repairs.) In such case, the service shall be terminated for that period of time. 25 SOUTHEASTERN UNIVERSITY INSURANCE REQUIREMENTS FOR VENDORS & EXTERNAL PROVIDERS INSURANCE RESPONSE FORM This form is to be completed in its entirety and submitted with the vendor’s response. In addition, a Certificate of Insurance with the coverage outlined will be required before a purchase order is issued. INSURANCE INFORMATION TO BE PROVIDED Vendor is to list the name and address (street/city/state/zip) of the Louisiana licensed insurance company that is intended to be used to furnish the required minimum levels of insurance coverage. WORKERS’ COMPENSATION & EMPLOYER’S LIABILITY... STATUTORY MINIMUM COVERAGE Name of Insurer:_____________________________________________________________ (Not the Agent Company) Insurer's Address:___________________________________________________________ Check Insurer's A.M. Best Rating: [ ] A Level / [ ] B, C, D, E, F Level Check Best Financial Size Category Rating: [ ] VI or Greater; [ ] V or Less If Not A.M. Best Rated State Type of Insurer: Agent Company: Telephone No: _____________ COMMERCIAL GENERAL LIABILITY ...................... $1,000,000 MINIMUM COVERAGE Name of Insurer:_____________________________________________________________ (Not the Agent Company) Insurer's Address: __________________________________________________________ Check Insurer's A.M. Best Rating: [ ] A Level / [ ] B, C, D, E, F Level Check Best Financial Size Category Rating: [ ] VI or Greater; [ ] V or Less Agent Company: Telephone No: ______________ AUTOMOBILE LIABILITY ............................. $1,000,000 MINIMUM COVERAGE Name of Insurer:_____________________________________________________________ (Not the Agent Company) Insurer's Address: __________________________________________________________ Check Insurer's A.M. Best Rating: [ ] A Level / [ ] B, C, D, E, F Level Check Best Financial Size Category Rating: [ ] VI or Greater; [ ] V or Less Agent Company: Telephone No: _____________ 26 INSURANCE REQUIREMENTS Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his agents, representatives, employees or subcontractors. The cost of such insurance shall be included in the Contractor's bid. The Contractor, prior to commencing work, shall provide at his own expense, proof of the following insurance coverage required by the contract to the University in insurance companies authorized in the State of Louisiana. Insurance is to be placed with insurers with an A.M. Best's rating of A:VI or higher. This rating requirement may be waived for workers' compensation coverage only. A. Workers Compensation Insurance: shall be in compliance with the Workers Compensation law of the State of the Other Party’s headquarters. Employers Liability is included with a minimum limit of $1,000,000 per accident/per person/per disease. If work is to be performed over water and involves maritime exposure, applicable LHWCA, Jones Act, or other maritime law coverage shall be included. The insurer shall agree to waive all rights of subrogation against the University, its officers, officials, employees and volunteers for losses arising from work performed by the Contractor for the University. B. Commercial General Liability Insurance: including Personal and Advertising Injury Liability and Products and Completed Operations, shall have a minimum limit per occurrence of $1,000,000 and a minimum general annual aggregate of $2,000,000. The Insurance Services Office (ISO) Commercial General Liability occurrence coverage form CG 00 01 (current form approved for use in Louisiana), or equivalent, is to be used in the policy. Claims-made form is unacceptable. The policies are to contain, or be endorsed to contain, that the University, its officers, officials, employees, Boards and Commissions and volunteers are to be added as "additional insureds" as respects liability arising out of activities performed by and on behalf of the Contractor; products and completed operations of the Contractor, premises owned, occupied or used by the Contractor. C. Automobile Liability Insurance: shall have a minimum combined single limit per occurrence of $1,000,000. The ISO form number CA 00 01 (current form approved for use in Louisiana), or equivalent, is to be used in the policy. This insurance shall include third-party bodily injury and property damage liability for the following automobile coverage classes: 1. Owned automobiles 2. Hired automobiles 3. Non-owned automobiles Location of operations shall be "All Locations" The policy shall provide coverage for owned, hired, and nonowned coverage. If an automobile is to be utilized in the execution of this contract, and the contractor does not own a vehicle, then proof of hired and nonowned coverage is sufficient. The policies are to contain, or be endorsed to contain, that the University, its officers, officials, employees, Boards and Commissions and volunteers are to be added as "additional insureds" as respects liability arising out of activities performed by and on behalf of the Contractor; products and completed operations of the Contractor, premises owned, occupied or used by the Contractor. 27 D. An Umbrella Policy may be used to meet minimum requirements. Each insurance policy shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice has been given to the University. Any deductibles or self-insured retentions must be declared to and approved by the University. At the option of the University, either: the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the University, its officers, officials, employees and volunteers; or the Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. E. VERIFICATION OF COVERAGE 1. Contractor shall furnish the Agency with Certificates of Insurance reflecting proof of required coverage. The Certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Certificates are to be received and approved by the Agency before work commences and upon any contract renewal or insurance policy renewal thereafter. 2. The Certificate Holder Shall be listed as follows: State of Louisiana Agency Name, Its Officers, Agents, Employees and Volunteers Address, City, State, Zip Project or Contract #: 3. In addition to the Certificates, Contractor shall submit the declarations page and the cancellation provision for each insurance policy. The Agency reserves the right to request complete certified copies of all required insurance policies at any time. 4. Upon failure of the Contractor to furnish, deliver and maintain required insurance, this contract, at the election of the Agency, may be suspended, discontinued or terminated. Failure of the Contractor to purchase and/or maintain any required insurance shall not relieve the Contractor from any liability or indemnification under the contract. F. SUBCONTRACTORS Contractor shall include all subcontractors as insureds under its policies OR shall be responsible for verifying and maintaining the Certificates provided by each subcontractor. Subcontractors shall be subject to all of the requirements stated herein. The Agency reserves the right to request copies of subcontractor’s Certificates at any time. G. WORKERS COMPENSATION INDEMNITY In the event Contractor is not required to provide or elects not to provide workers compensation coverage, the parties hereby agree that Contractor, its owners, agents and employees will have no cause of action against, and will not assert a claim against, the State of Louisiana, its departments, agencies, agents and employees as an employer, whether pursuant to the Louisiana Workers Compensation Act or otherwise, under any circumstance. The parties also hereby agree that the State of Louisiana, its departments, agencies, agents and employees shall in no circumstance be, or considered as, the employer or statutory employer of 28 Contractor, its owners, agents and employees. The parties further agree that Contractor is a wholly independent contractor and is exclusively responsible for its employees, owners, and agents. Contractor hereby agrees to protect, defend, indemnify and hold the State of Louisiana, its departments, agencies, agents and employees harmless from any such assertion or claim that may arise from the performance of this contract. H. INDEMNIFICATION/HOLD HARMLESS AGREEMENT 1. Contractor agrees to protect, defend, indemnify, save, and hold harmless, the State of Louisiana, all State Departments, Agencies, Boards and Commissions, its officers, agents, servants, employees, and volunteers, from and against any and all claims, damages, expenses, and liability arising out of injury or death to any person or the damage, loss or destruction of any property which may occur, or in any way grow out of, any act or omission of Contractor, its agents, servants, and employees, or any and all costs, expenses and/or attorney fees incurred by Contractor as a result of any claims, demands, suits or causes of action, except those claims, demands, suits, or causes of action arising out of the negligence of the State of Louisiana, all State Departments, Agencies, Boards, Commissions, its officers, agents, servants, employees and volunteers. 2. Contractor agrees to investigate, handle, respond to, provide defense for and defend any such claims, demands, suits, or causes of action at its sole expense and agrees to bear all other costs and expenses related thereto, even if the claims, demands, suits, or causes of action are groundless, false or fraudulent. The State of Louisiana may, but is not required to, consult with the Contractor in the defense of claims, but this shall not affect the Contractor’s responsibility for the handling of and expenses for all claims. 29 8. MAINTENANCE AND REPLACEMENT PARTS The following tests and parts lists are subject to check by Southeastern Louisiana University, or their designated representative. If parts are not available in type or number on each unit of vertical transportation covered by these specifications, then the contractor must document that these parts are on order and when they will be placed on the job and in the warehouse. Maximum delivery time for parts to be on the jobsite is two (2) weeks. The maintenance contractor shall have available on request: 1. Complete “as built” and up to date wiring diagrams. (All diagrams will be ordered by the owner at the expense of the elevator contractor only). The cost shall not exceed $200.00 for the first page and $25.00 for each additional page. The total cost cannot exceed $500.00 per set. The diagrams must be delivered within 2 weeks unless an extension is granted by the department. (This only applies to elevators in which diagrams are not in the owner’s possession.) 2. Complete parts leaflets. 3. Engineering data for all load reactors and safety devices. 4. Parts and part numbers of stock listed under maintenance replacements parts to be stocked at the jobsite. Steel parts cabinet, wiring diagrams and maintenance replacement parts to be warehoused in the elevator machine room. 5. When microprocessor control is utilized, the diagnostic tools shall be maintained on the job site. The tools shall be listed under verification of qualifications for the type equipment applicable to this requirement. Up-to-date and “as built” wiring diagrams and software are to be kept on the jobsite. Diagnostic tools will be the property of the contractor as well the maintenance and repair of such diagnostic tools. 6. When the state owns the diagnostic tool, the elevator contractor shall maintain the diagnostic tool as part of the full maintenance contract. The contactor shall be responsible for parts, adjustments, calibration, labor, and repairs to the diagnostic tool. Periodic Tests Required: All tests required by current A.N.S.I. Code A 17.1 must be made in the week of the date on which the test is due and shall be documented in writing to the Office of State Buildings. If this documentation is not received within four months after effective date of contract, monthly payment for maintenance shall be withheld until this report is received. Cost Control: Since elevator shut-downs increase the cost of manpower and slow down the performance of their responsibilities, the tests shall be scheduled by letter. A. Examine periodically all safety devices and governors and conduct annually a no-load test, and every five (5) years perform a full-load, full-speed test of safety mechanisms, overhead speed governors, car and counterweight buffer. If the tests are due, such tests will be performed at the inception of this contract and thereafter within one week of these dates. Contractor shall be responsible for any elevator equipment damages caused during the performance of any tests. The car balance will be checked and the governor tested and, if required, the governor will be adjusted for proper tripping speed and sealed. 30 Reports shall be submitted to the Office of State Buildings within thirty (30) days for the date the test was made. The report shall include: machine number, manufacturer, type governor, condition, tripping speed, type safety, safety rope pull out, car slide, pull through force of governor, then the governor setting shall be sealed and tagged with date of test and name of the mechanic performing test. All tests will be performed in accordance with the current A.N.S.I. Code A17.1. All 5 year full load tests must be witnessed by the State Inspection Service Contractor. B. When necessary renew guide rollers as required to insure a quiet operation. C. Maintain in each building, at all times for immediate delivery and installation, a sufficient supply of emergency parts for repair of each elevator. This inventory shall include as a minimum, the following for each size and type used. Materials or parts to be used are to be genuine original manufacturer’s renewal parts or equal to those furnished with the original installation. Contractor shall maintain an up to date inventory of all spare parts by part number in steel cabinets on the jobsite. The following are the list of parts to be stored on site for each type of elevator covered by these specifications: 1. Coils, minimum of one (1) for each type relay contactor used. 2. Contact; minimum of three (3) for each type used. 3. Conductor; a supply for each type used. 4. Motor brushes; minimum of one set for each type used. 5. Supply of lubricants for each requirement. 6. Supply of fuses. 7. Interlock rollers and contacts; minimum of two (2) each. 8. Car and hoistway door hanger rollers; minimum of two (2) each type. 9. Car and hoistway door gibs, minimum of one (1) set each type. 10. Car and hoistway door closer parts (springs, spirators, etc.) 11. Door operator belts, chains and brushes; minimum of one (1) set each type. 12. Door operator drive block, clutch rollers, and fingers; minimum of one (1) set each type. 13. Photo electric tube, minimum of one (1) each type. 14. Landing switch equipment and magnetic inductor; minimum of one (1) each type. To include micro-processor boards. 15. Solid state timers and printed circuit regulator board, minimum of one (1) each type. 16. Saf-t-edge pivot arm assembly and switch; minimum of one (1) each type. 17. Signal fixture lamps and indicators; minimum of five (5) each type. 18. Selector cams and contact assembly; minimum of one (1) each type. 19. Brake contact; minimum of one (1) of each type. 20. Normal renewal parts peculiar to equipment covered by this specification. 21. *Supply of selector tapes and cables to handle highest rise. 22. Roller guides and gibs for car and counterweight. 23. *Power supplies and pre-amplifiers for electronic proximity device. 24. *Car and hoistway door shields. 25. *Car door electric eye photo cell replacement units. 26. Complete car door safety edge (mechanical). 27. *Transformers and rectifiers for all controller power supplies. 28. *Door operator motors for each type used. 29. *Door operator gear reduction units for each type used. 30. Controller and selector coils for each type used. 31. Component parts, including contacts, for each type switch. 32. Car and hall buttons, including electronic, with contacts for each type used. 33. *Hatch switch cams supports to handle highest rise. 34. Replacement relay for each type used. 35. *Selector drive motor. 31 36. *Geared machine brake shoe and lining assembly; minimum of one (1) set for each type. 37. Hydraulic jack packing, or seals, gasket, wiper ring, minimum of one (1) for each type used. 38. *Dash pot and thermal overloads; minimum of one (1) each type. 39. *Hydraulic valves, pistons, springs, gasket/”O” ring kit, solenoid needle, solenoid coil; minimum one set each type 40. *Bearings for each type used. 41. Microprocessor and control boards where required; minimum one each type 42. *Hydraulic valve parts, gaskets, “o” rings and hoses; minimum of one (1) for each type used. Valve includes relief, pilot, lowering, up and check valve, or any of the parts thereof; minimum one set each type 43. *Hydraulic fluid (110 gallons) as per original equipment manufacturer’s lubrication specifications. 44. Car door electric eye photo cell replacement units. 45. Electronic door detector and infa-red sensors; minimum of one set. 46. Thermal overloads; minimum of one each type. 47. Microprocessor diagnostic tool (if microprocessor controlled) *These parts may be warehoused at location near jobsite. The following replacement parts are to be available and ready for immediate delivery to the building within twenty-four (24) hours: Seven days will be allowed to complete repairs. 1. Rotating elements for each type and size used. 2. Stators for each type used. 3. Brake coils for each type and size used. 4. One complete set or step chains. 5. One complete set of escalator tracks. 6. One solid state power converter. Where any of the parts listed are required, these may be deleted. The contractor hereby agrees to allow the facility’s authorized person to visit the contractor’s parts storage facilities before the effective date of this contract so as to make certain that the inventory is complete and in compliance with the terms set forth. D. Keep the exterior of the machinery and other parts of the equipment subject to rust, properly painted and presentable at all times. The motor windings and controller coils are to be periodically treated with proper insulating compound. E. Only use lubricant furnished by the manufacturer of the equipment or those as recommended by the manufacturer. F. Maintenance parts to be furnished and installed or replaced. Elevator contractor shall furnish, replace, maintain, adjust, service and install when and as necessary, the following: Machine bearings, motors, pumps, pump bearings, sheaves and sheave assemblies, controllers, selectors, worm gears, thrust bearings, radial bearings, brake magnet, coils, brake shoes, brushes and brush holders, motor & generator windings, rotating elements, commutators, commutations, armatures, overspeed governors, governor shafts and assemblies, governor jaws, gears, bearings, valves, packing glands, rotating elements, contacts, coils, generators, mechanical and electrical driving equipment, condensers, car and hoistway wiring, controller wiring, auxiliary door closing devices, load weighing equipment and devices, car and counterweight frames, car safety mechanism, buffers, platform resistors for operating and 32 motor circuits, machine room lighting, car lighting and transformers, car top lighting, pit lighting, car ventilation fan and fan motor, car emergency lighting, firefighters service phase I & II, dispatching systems, hall lanterns, car travel lanterns, starters, indicators and control panels, relay panels, all relays, electrical contacts and coils, control and isolation transformers, rectifiers, shunts, wiring harness, leveling devices, slow down devices, operating devices, switches on the car and in the hoistway, door re-opening devices, top and bottom limit switches, push buttons, annunciators, elevator signal and accessory system circuitry, leveling vanes, jack seals, scavenger pumps, valve body solenoids, hoses, belts, all fuses, terminals, and connections, all car top operating devices, handicap signals, motor couplings, isolation pads, relay leads and wiring connectors, overload devices, corridor position indicators and car position indicators, signal chimes, alarm bell, signal lamps and indicators, hoistway pushbuttons and indicators, timers, hoistway limit switches, computer devices, switch and switch assemblies, electronic circuit boards and discreet solid state components, two way communication devices, door operator motors, door safety edges, infra-red sensors, hoist cables and governor ropes, cable shackles, selector cables and tapes, travel cables, compensation cables, car and counterweight guide rails and brackets, equipment guards and covers, all sheaves and bearings, magnet frames, leveling devices, cams, car and hoistway door hangers, door tracks and guides, door eccentrics, car and hoistway door gibs, door closures, car door and hoistway door operating devices, interlocks and electric contacts, car and counterweight roller guides and slide guide assemblies. The contractor shall furnish shaft and car light fixtures. The contractor shall furnish and replace signal system lamps. Re-lamping of light and signal fixtures shall be done at least once per month, but more often if required. G. The Contractor shall also examine, adjust, repair and/or replace the following necessary equipment; 2-way communication devices, exhaust fans, cab lights, all parts for hall lanterns, starters indicator, firemen service, handicap signals and control panels installed and connected into the operating system by the elevator contractor. H. Annual Cleaning: All steps, wellways, hoistways, cars and weights shall be cleaned once a year and documented in writing, listing the date each unit was cleaned. I. Check charts: check charts shall be placed in each machine room (and must be kept current). The date each item is checked must be entered in the block (not a check mark). J. The equipment room should be clean and free of debris. Control cabinet doors are to be closed when not in use. K. The successful vendor will be required to have the following form notarized. 33 9. ENGINEERING RESPONSIBILTIY We will use the following licensed registered professional electrical engineer or private consulting group and/or firm with a licensed registered professional electrical engineer on staff which meets the criteria outlined in the specifications. This electrical engineer will be required to have his engineer’s seal on all approved wiring, schematic and/or design changes. Name of Engineering Group and/or Firm Address City of State Of Signature (Licensed Professional Electrical Engineer) Title Registration Number: Notary Subscribed and sworn to, this Day of ,20 . The contractor’s engineering department may make application with the Louisiana State Board of Professional Engineers, 10500 Coursey Blvd., Suite 107, Baton Rouge, LA 70818-4045. The Department understands there will be a waiting period of approximately 60 days to process this application. 34 10. AFFIDAVIT OF QUALIFICATIONS In keeping with the specifications, the vendor shall demonstrate that he has successfully maintained for a period of twelve (12) months within the past five (5) years the following elevator plants of the same type and control to those elevators specified in this bid. In lieu of the above, in complying with the specifications, the vendor may submit a list of fulltime journeyman mechanics who have successfully maintained elevator plants of the same type and control to those elevators specified in this bid together with a list of the plants, the number of elevators, the address of the elevator plant and the name and telephone number of a contact person at the location of the elevators in question. This information should be submitted with the bid. However, if not, the Department reserves the right to request this information from the bidder(s). If requested, the contractor will have five (5) days to provide this information to the department. Failure to comply will be cause to reject the bid. Building Name Address 1. _____________________________________________________________________ 2. _____________________________________________________________________ 3. _____________________________________________________________________ 4. _____________________________________________________________________ 5. _____________________________________________________________________ 6. _____________________________________________________________________ We also have and own the following tools and written procedure designed specifically for programming and adjusting these elevators. List the tools and also the type of microprocessor applicable to this equipment: 1. _____________________________________________________________________ 2. _____________________________________________________________________ 3. _____________________________________________________________________ 4. _____________________________________________________________________ Date Signed By Title 35 11. The successful bidder will be required to have the following form notarized: Non-collusion Affidavit State of ___________________________ Parish of _________________________ , being first duly sworn, deposes and says that: (1) He is (owner) (partner) (officer) (representative) or (agent), of the bidder that has submitted the attached bid. (2) Such bid is genuine and is not a collusive or sham bid. (3) Neither the said bidder nor any of its officers, partners, owners, agents, representatives, employees or parties of interest, including this affidavit, has in any way colluded, conspired, connived or agreed, directly or indirectly with any other bidder, firm or person to submit a collusive or sham bid in connection with the contract for the attached bid or to refrain from bidding in connection with such contract, or has in any manner, directly or indirectly sought by agreement or collusion or communication or conference with any other bidder, to fix any overhead, profit or cost element of the bid price or bid price of any bidder, or to secure through any advantage by using contacts through or any person interested in the proposed contract. (4) The price or prices quoted in the attached bid are fair and proper and are not tainted by collusion, conspiracy, connivance or unlawful agreement on the part of the bidder or any of its agents, representatives, owners, employees, or parties of interest, including this affidavit. _____________________________ Notary Subscribed and sworn to, this Day of 20 36 12. CLARIFICATIONS Maintenance: The maintenance of vertical transportation covered by this contractual agreement shall include all parts, including replacements that have been modified or updated, all labor and the performance of all tests, along with the frequency of examinations as required here-in by these specifications unless specifically excluded. Call backs will NOT include maintenance of car lights and exhaust fans. These items will be maintained during regular visits. Exclusions: 1. Hoistway entrance frames and door panels. 2. Car enclosure. 3. Finishes. 4. Floor covering. 5. Underground hydraulic casing or buried pipes. 6. Escalator panels, decks, trim and skirts unless damage is caused by misalignment of steps. 7. Smoke detectors, emergency power switches and other non-elevator controls. (All equipment included in the elevator hoistway and machine room related to the operation or function of emergency power and firemen’s service, phase I and phase II, shall be part of the elevator contract. The point at which these devices are attached to the controller shall be the dividing line between the elevator contractor’s responsibility and other contractors). Or Equal: “Or Equal” shall be measured as identical replacement of part or component installed by the manufacturer or a part or component proven superior. In no case shall a part or component with smaller parts or horsepower be considered equal or will a part that requires any modification to existing equipment be acceptable unless the part is a modification recommended by the engineering department of the original manufacturer. Vandalism: Misuse of the term vandalism will not be accepted as extra cost to the owner. Vandalism shall be defined as the intent to destroy. Contractor shall immediately notify the building owner of any misuse, abuse or accidental damage and document incident before the owner accepts as extra cost. Contractors will not be responsible for misuse, abuse, or accidental damage by others. Performance: Performance shall be measured by that which was designed and built into the original installation. Eliminating the operations or shunting any circuits without written permission shall give the owner the right to terminate the contract. Non-Performance is determined to include the following: 1. If any vertical transportation is out of service for more than seven (7) days, (without permission in advance). 2. If a call is not answered in less than two hours. 37 3. Any failure to perform regular inspections within two (2) days of schedule or falsifying records. 4. Failure to correct problems on the third call-back. 5. Failure to follow and document maintenance procedures and frequencies with the owner each trip. 6. Non-compliance with minimum performance standards. Failure to meet the preceding requirements shall give the owner the right to suspend payments for that period of time at regular monthly billing rates or terminate the contract. 7. Failure to submit monthly “call tickets”, maintenance records and test reports to the Office of State Buildings and (owner agency name) Southeastern Louisiana University. The owner reserves the right to have a consultant check and make a report on conditions as he finds them. If such conditions are not corrected by the next report, or the elevator contractor can not furnish a valid reason for the delay, the owner reserves the right to employ another elevator contractor to complete the work. The accumulated costs of such expenditure will be billed to the contractor as a contractual obligation. Callbacks: Where callbacks are included in the maintenance contract the elevator contractor may answer the call after obtaining authorization. Full overtime charges will only be paid to the contractor if a service call request is placed after 5:00 p.m. on regular working days or any time on weekends or legal State holidays. In these circumstances, a maximum of one and one-half hours of overtime will be paid for that spent in transit. No additional travel charges will be paid. For calls placed at or before 3:00 p.m. on a normal working day, there will be no allowance for overtime for travel. Additionally, no other charges for travel will be paid. For calls placed after 3:00 p.m. when service is desired on the same working day, a maximum of 45 minutes will be allowed for overtime on return travel. No additional allowances will be made for travel. The following are persons who may approve answering an overtime callback. 1. Chris Asprion 2. Shane Purvis 3. Mark Whitmer 4. Scott Nunez____ Nuisance Calls: A nuisance call shall be defined as a call where the elevator shut-down was caused by a known or unknown source, and is outside the scope of contract, but the call is answered by the elevator personnel not knowing the cause. If time at the building is one (1) hour or less (to be documented by a person at the building), the cost is to be absorbed by the contractor. Any fraudulent documentation shall be cause for cancellation of the contract. 38 13. FREQUENCY OF REGULAR EXAMINATIONS It is absolutely necessary to lubricate, adjust and check operation of all units of vertical transportation at regular intervals and anything less will place the contractor in default. A callback must be entered in the records as just what it is and will not be listed as an inspection. Inspections will be made on schedule. A route sheet will be furnished for owner’s record and follow-ups. All inspections, cleaning and tests will be made at intervals as specified in the maintenance procedures: Inspections shall be made within two (2) days of schedule. Type Vertical Transportation Frequency Gearless Elevators Weekly Geared Elevators Semi-Monthly Hospitals (over 400 beds) Weekly Hydraulic Elevators Semi-Monthly Cleaning of Hoistways Each Year Cleaning of Wellways Each Year Tests current ANSI A17.1 As Required Each visit to the building must be documented and signed by the building representative. Invoices will not be paid until the above information is received. (Note: Copies of records, including building representative’s signature, with invoices will be satisfactory.) A repair which results in down time or is not covered under this contract must be listed as just what it is and must be scheduled with the above office before proceeding. A check sheet must be maintained in each machine room marked with dates, not check marks. Obsolete parts must be certified by the manufacturer and approved by the department. If a part becomes obsolete during the period of the contract, it is the contractor’s responsibility to replace the part and the owner’s responsibility for expenses incurred to perform the modification, i.e. piping, electrical. 14. ADDITIONAL REQUIREMENTS The contractor shall (upon request) provide proof of having successfully maintained five (5) elevators of the same type and control for a period of twelve (12) months within the past five (5) years. In lieu of the above, the contractor shall (upon request) submit a list of full time journeyman mechanics who have successfully maintained five (5) elevators of the same type and control for a period of twelve (12) months within the past five (5) years as stipulated in the affidavit of qualifications. The contractor shall have a minimum of two (2) mechanics and one (1) helper for each forty (40) elevators under maintenance in the local area, for the State of Louisiana. Response time shall not require more than 2 hours to arrive on the site. 39 Normal response time to be no more than two (2) hours. However, in the event someone is trapped in an elevator, response time shall be no more than 30 minutes. Failure to meet these response times will be cause for cancellation of the contract. It is understood that parts required to be maintained on the premises remain the property and responsibility of the contractor. Whenever these documents refer to the state employing others to perform inspection services, they will be required to be a certified ANSI inspector. 15. MINIMUM EQUIPMENT PERFORMANCE STANDARDS AND PREVENTIVE MAINTENANCE REQUIRED UNDER THIS CONTRACT Frequency of Inspection: Semi-Monthly Each inspection must be signed for by the owners representative. Hydraulic Passenger Elevators: 1. Specific Equipment Performance Standards A) Call-backs: Nominally 4 to possibly 6 per year, excluding nuisance calls. 2. Minimum expected periodic servicing, checking oiling, and adjustments: A) Every two weeks: Ride the car observing operation; adjust in tank with car at top. B) Every 13 weeks: Check adjustment of car doors and door operator, adjust if needed, check landing switches, and check guide lubricators and lubrication. C) Every 26 weeks: Clean and examine saf-t-edge, door guides and fastenings. D) Every 52 weeks: Clean, oil and adjust all hoistway doors, check all control switches, car and corridor stations. Check and make sure that all electrical connections are tight. E) Other: Every five years consideration should be given to the need for oil filtration or replacement. If it is dirty, change the oil, you are being paid to maintain the equipment. 3. Doors and operation: Frequency of inspection and adjustment briefly covered above. A) Car and hoistway doors: Clean and lubricate track and hangers as needed. Check backplate and hanger to door fastenings, relating devices to insure tightness. Check up-thrust adjustment and fastenings (normal 0.010” to track), should clearance exceed 0.035” it should be adjusted. Door relating cables should be taut enough that they will not sag in normal operation of opening and closing but provide some flexibility in door reversal to reduce the shock of reversal on the cable and fastenings. Doors interlock adjustment to be set to permit the latch to drop within 3/8” or less of full closure. Check contact setting for pressure and wipe. Bottom door guides should be fastened tight and replaced when panel may be moved in and out by 1/4” or more. Check and tighten non-vision or sight guards at each inspection. Car door contact should be adjusted to prevent the movement of the car unless the car door is 2” or less from full closure. 40 B) Saf-t-edge: Device should be checked quarterly from freedom of movement to permit it operate with even a somewhat glancing blow, but not sloppy permitting it to rub against the door. Where there is a retractable projection at opening, it should be slightly in front of the door and should permit the door to be held in the open position with pressure on the edge, in closing, edge should permit door to reopen within 1-1/2” of full closure or less. Reopening action should be such that reversal of the door movement will occur at such a point or before the leading edge or the vane and doors are in the same plane, i.e. at or before the complete collapse of the edge. Action contact line of edge should be free of cuts and bulges. Control contact cable and retracting cable, where used, should be held clear of snagging other moving parts. C) Door operator: Check, lubricate and adjust quarterly. Where geared operators are used, gear oil level should be checked and the unit cleaned, flushed and refilled within every five years. Opening motion should be at designated speed with smooth start, slowdown and stop, with particular care being taken to avoid drag in the opening action as the door reaches full open position. Drag at this point can prevent full opening of the door and drop out of the opening relay preventing the door from closing. Closing time should be adjusted to the requirements of ansi code, considering the weight and speed’s effect on the kinetic energy developed. Closing adjustment should permit door reversal within travel of the saf-t-edge, as described above and without drift. 4. Control: A) Regular inspection and adjustments as outlined in the above. The effects of control fault can most easily be detected from individually car operation by riding the unit and observing the operation. At each scheduled control inspection, the operation of the relays in the panel in normal service can suggest trouble areas, erratic relay operation or contact sparking. Touch up adjustment suggested by these observations can frequently avoid drift off of adjustment and a major tune up, or failure of a more serious nature. Mechanical check of relay operation can best be done with the power off, testing contact pressure and wipe, as well as friction where relays appear to be sluggish. At first power cut off check frequent operating relays for over heating by touch. This should be done particularly for relays in the circuit where undue sparking is apparent. At the same time transformers and rectifiers should be checked for heat. The rectifier voltage should be periodically checked and compared with the posted values, confirming periodic check and recording variation, if any. Contacts should be found to be clean if contact wipe is sufficient, they should only be dressed if they have developed ridges, blisters or are excessively pitted. Should this condition be beyond correction they should be replaced. On occasion pins or relay fulcrum points may give rough or sluggish relay action and may need slight lubrication or dressing. Proper values of timing relays should be posted on the control cabinet or panel and checked at control inspection schedule. Particular attention should be paid to all overloads and phase failure relays where they are used for checking adjustment and freedom of movement. A log of corrections and adjustments of each controller, studied at each scheduled inspection can be a time saver in clearing troubles and preventive maintenance adjustment. Contractor is advised that any burnout and/or fire damage to the elevator equipment due to normal equipment malfunctions or negligence in service or repair is the contractor’s responsibility. 41 5. Valve and power unit: A) Valve adjustment is only required when trouble is encountered with control contact and valve coil failures, and is the first area to check. Strainer should be checked on a quarterly basis; with oil level checked each visit. The condition of the oil, clarity, color and odor should be checked each year or in the event of excessive leveling and speed adjustment problems. Any evidence of moisture in the oil suggests replacement; clarity a cloudy oil should be filtered and the filtering sequence repeated at least once several days later to make sure the residual oil in the cylinder circulates and is also filtered. Change in odor or color suggests that a chemical analysis is needed. Check the condition of belts and their tension on the power unit quarterly. Should oil which seeped through the packing be re-introduced, check for clarity. B) Motor: Check bearings for heating and lubrication every four weeks. Blow out yearly, check insulation of coils and apply insulating paint every three years. Dry and brittle. Insulation can result in a burn and fire. It must be remembered that coils in motors that are in stock can get brittle and their insulation should be examined and restored as needed. 6. Cupped Equipment: A) Jack unit and piping: Plunger and guide bearing, packing gland, casing gasket, packing and piping system including valves should be checked quarterly and adjusted and repaired as required. It is understood that the casing, underground piping and unaccessible wall lines in wall and ceiling are not an obligation of the contractor. B) Cupped switches: Should be checked for contact pressure, wear and wipe, quarterly where involved in the landing of the elevator, annually for all safety equipment, slowdown and limits. C) Guides and guide shoes: Should be checked monthly for lubrication, wear and condition. Oilers should be filled as required. Rails should be examined for possible scoring and redressed if necessary. If roller guides are used they should be checked and lubricated as necessary, if there are signs of wear, deterioration or rough surfaces, new rollers should be installed to replace those removed. D) Car and corridor stations: Should be opened up each year for cleaning and each switch examined for positive action, contact pressure, wipe and wear. All connections should be checked to see that they are tight. 42 16. MAINTENANCE PROCEDURES Minimum equipment performance standards and preventive maintenance required under this contract. Frequency of inspection shall be as follows: Semi-Monthly Type: Geared passenger elevators: 1. Specific equipment performance standards: A) Call backs: Nominally 4 to possibly 6, excluding nuisance calls, per year average. 2. Minimum expected periodic service check, oil, or adjust: A) Weekly: Ride each car, check operation and correct problems found. B) Every two weeks: Observe operation of control, selector, machine, brake, motor, mg set, clean and adjust as needed. Check lubrication of machine, motor, mg set, and overhead sheaves. C) Every four weeks: Check lubrication of door operators and selectors. D) Every 13 weeks: Check waiting times on corridor calls, test and record rectifier voltages of control supply, check car doors and door operator adjustment and check hoistway doors. Check all hoist ropes, lubricate and adjust as required. Lubricate selector tapes or steel air cords and clean as needed. E) Every 26 weeks: Lubricate (graphite/slipit) pushbutton guides, check overload relays and mark tripping time and date on tag and fasten to relay. Clean and examine saf-t- edge, roller guide shoes, lubricate, adjust and replace worn or damaged ones. F) Every 52 weeks: Clean and check all control stations, car and corridor, clean and check hoistway switches, controllers and selectors including all electrical connections for tightness, burning or oxidation. Check all safety equipment to see that it operates freely and lubricate if needed. Perform full brake check, oil, and adjust; check worm and gear clearance. G) Other: Machine bearings should be drained, flushed, and refilled each year and a half and the door operator gear case every 4 years. 3. Door and door operation: Frequency of inspection and adjustment shall be covered hereafter. A) Car and hoistway doors: Clean and lubricate track and hangers as needed. Check backplate and hanger to door fastenings, and relating devices, to insure tightness. Check up-thrust adjustment and fastening (nominal 0.010” to track), should clearance exceed 0.035” it should be readjusted. Check and lubricate the door closing device, check fastening, set closing adjustment to permit the doors to close without power and without interfering with the action of the saf-t-edge during door reversal. Door interlock adjustment should be set to permit the latch to drop within 3/8” but preferably less if full closure can be obtained. Check contact setting for pressure and contact wipe. Bottom door guides should be fastened tight and replaced when the panel may be moved in and 43 out by 1/4” or more. Check and tighten non-vision wings or sight guards at each inspection. Car door contact should prevent movement of the car unless the car door is 2” or less from being fully closed. B) Saf-t-edge: This device should be check quarterly for freedom of movement to permit it to operate with a somewhat glancing blow, but not sloppy, permitting it to rub against door. Where retractable, projection at opening should be slight and permit the door to be held open with pressure on the edge, in closing, the edge should permit door to reopen with 1-1/2” of full closure or less. Reopening action should be such that reversal of the door movement will occur at such a point or before the leading edge of the vane and door are in the same plane, i.e. at or before complete collapse of the edge. Active contact line of edge should be free of cuts or bulges. Control contact cable and retracting cable, when used, should be held clear of snagging on other parts. C) Door operator: Check, lubricate, and adjust quarterly. Where gear operators are used, gear oil level should be check and the unit cleaned and flushed and refilled within five years. Opening motion should be at designed speed with smooth start, slowdown and stop, with particular care being taken to avoid drag in the opening action as the door reaches full open position. Closing time should be adjusted to limit kinetic energy to that specified by the current code, permit reversal with in travel and to avoid drift after the saf- t-edge has been activated. 4. Control: A) Regular inspection and adjustment as outlined herein before. The effects of control fault can be most easily detected for individual car operation by riding the unit and observing operation. At each scheduled control inspection the operation of the relays in the panel in normal service can suggest trouble areas, erratic relay operation or contact sparking. If the control includes solid-state modules or cards these should be checked periodically for loose clips, cold solder joints and open circuits. Touch-up adjustment suggested by these observations can frequently avoid drift off of adjustment and a major tune up, or failure of a more serious nature. Mechanical check of relay operation can best be done with power off testing contact pressure and wipe, as well as friction where relays appear sluggish. At first power cut off check frequent operating relays for overheating by touch. This should be done particularly for relays in the circuit where undue sparking is apparent. At the same time transformers and rectifiers should be checked for heat. The rectifier voltage should be periodically checked and compared to posted values, confirming periodic check and recording variation, if any. Contacts should be found to be clean if contact wipe is sufficient and they should only be dressed if they have developed ridges, blisters, or if they are excessively pitted. Should the condition be beyond correction they should be replaced. On occasion pins or relay fulcrum points may give rough or sluggish relay action and may need slight lubrication or dressing. Proper values of timing relays should be posted on the control cabinet or panel and checked at control inspection schedule. Particular attention should be paid to all overload and phase failure relays where they are used checking adjustment and freedom of movement. A log of corrections and adjustments of each controller, studied at each scheduled inspection can be a time saver in clearing troubles and preventive maintenance adjustment. Contractor is advised that any burnout and/or fire damage to the elevator equipment due to normal equipment malfunctions or negligence in service or repair is the contractor’s responsibility. B) Selector: Operation should be observed every two weeks, lubricating the traveling nut carriage bearings, cams, and shafts as needed, and the ball bearings, hinge pins and 44 lever pins, and the leveling switch magnet cores every 6 months, with the leveling switch rollers to be lubricated every 2 months. Tapes should be lubricated every 3 months and cleaned as required. 5. Machine Motors, and Motor Generator Sets: A) Machine bearings should be checked every two weeks for oil leakage, throwing away the oil which has dripped from the worm gland (some oil leakage at the gland prevents galling the wormshaft) check the work gear clearance at the time the brake is dismantled by turning the brake drum to see how far it may be moved before the drive sheave moves. On machines which can be reset, gear or worm may have to be recalibrated which should be done on those machines where the movement is 1⁄2 to 1” i.e. when clearance between worm and gear (nominally 0.005”) exceeds 0.075”. Gear rock is virtually impossible to take out by recalibration and can only get worse. Also note when clearance can no longer be taken up, as we can no longer lower the gear, gear rock cannot be eliminated, and replacement is inevitable. (Worms and gears are not shelf items and require 3 to 6 months lead time). Clean, flush, and replace worm gear oil every 1-1/2 years, examine oil wiper between drive sheave and gear inside the machine to reduce oil seepage to drive sheave. Drive sheaves may be regrooved but never so deep that the metal below the groove is less than 1/2”. If there is any chance that cutting the groove might be getting close to the 1/2” minimum the sheave should be replaced. B) Machine Brake: Should be thoroughly cleaned, lubricated, and checked for freedom of operation, at least once a year. Since this requires dismantling for thorough inspection and lubrication, counterweights should be landed. The brake should be set to handle 125% of full load and was so set at initial adjustment. To retain this setting, compressed length of the brake springs should be measured before dismantling and restored in reassembly. This length should be checked periodically and the spring/springs readjusted as the shoes are brought closer to the brake pulley to compensate for brake lining wear. Lining should be replaced before wear reaches a point where the drum could be scored. Check operating armature and its guide for excessive wear to avoid erratic brake operation. C) Motor MG Set: Check bearings for heating and lubrication every two weeks, check brushes and commutators for wear and color. Care should be exercised in brush wear, brush pressure and the type brushes used. Using the wrong brushes, the wrong pressure and allowing brushes to get too short will cause excessive wear on the commutator bars and eventually require turning and undercutting. Blow out yearly, check insulation of coils and apply insulating paint every three years. Dry and brittle insulation can result in a burnout and fire. It must be remembered that coils in stock can get brittle and their insulation should be examined and restored as needed. 45 6. Hoistway Equipment: A) Car and corridor stations: Should be opened up each year for cleaning and each switch examined for positive action, contact pressure, wear and wipe. All connections should be checked to see that they are tight. B) Hoistway Switches: Should be checked for contact pressure, wear, and wipe, quarterly where involved in the landing of the elevator, annually for all safety equipment, slowdown and limits. C) Safety Equipment: Should be checked for freedom of movement yearly and lubricated as required, with governor and its tension sheave lubricated each quarter, oil buffers should be checked for oil level yearly. Note: Should water level in pit rise above buffer reservoir, buffers should be drained, flushed, and refilled. D) Overhead Deflector Sheaves: Check lubrication and grooves annually, same stipulation to regrooving and groove depth as for drive sheaves. E) Guide rails and roller guides: Should be cleaned annually, roller guides adjusted to rail where this is applicable, check guide oilers and refill as required where they are used. Should a safety have set for any reason, rail should be examined carefully for possible scoring and filed as needed. F) Cables: Should be examined every 13 weeks. Check control cables for cover deterioration which may be corrected by retaping unless the individual wire insulation is affected or major portions of the cover are brittle. If wires are exposed, the traveling conductors or control cables should be replaced. When retaping a portion of a control cable, it should be done in such a manner that the ends of the tape do not become loose and hang down where they may become caught on an object in the hoistway. Guards or pads may be required to cover points which may cause traveling conductor abrasion. If this precaution is taken after your original survey, an expensive replacement and time consuming repairs might be avoided. Governor and hoist cables (hoist ropes) should be examined for breaks, particularly in the valley of the cable or rope which could indicate internal breakage and ultimate strand separation. Hoist cables (hoist ropes) may need cleaning, and on occasion, dressing with rope lubricant. Governor cables (governor ropes) should not be lubricated so as to assure consistent setting of the governor trip. If there is any sign of deterioration of the governor rope, a new rope should be installed and the safety device tested to be certain that the new rope functions properly. 17. MINIMUM EQUIPMENT PERFORMANCE STANDARDS AND PREVENTIVE MAINTENANCE REQUIRED UNDER THIS CONTRACT Frequency of Inspections: Weekly Each inspection must be signed for by the owner’s representative. Gearless traction with group supervisory control: 1. Specific Equipment Performance Standards: 46 A) Call-backs: Nominally 6 to possibly 8, excluding nuisance calls, per year average per elevator. If Door Light Ray Is Used: B) Door Operator: The door closing speed must be within the limits of the current ANSI code. On car calls, doors can close 0.9 to 1.6 seconds after the last passenger clears the light ray. On a 1st floor or lobby call, doors can be set to close, 4 to 7 seconds after the last person has cleared the light ray. If variable car call and hall call time are used, the hall calls should be set for walking distance at upper floors. If Load Weighing Is Used For Dispatching: (Use percentage of load for dispatching) C) Nudging: Effective after 20 seconds +/10%, depending on traffic patters. The doors should close, with a buzzer sounding, stopping only when the saf-t-edge is collapsed and then the doors should not reopen. If the manufacturer’s manual has specific procedures, then the manual should be followed. D) Call Response Time: The nominal expectation is that a call will be answered in an average waiting time of 25 to 30 seconds when all cars are in operation. Should the average corridor waiting time exceed 40 seconds with all cars running, a system failure is possible and the cause should be investigated. If all cars are not running during any peak period then the reason should be investigated. E) Annual Test: The contractor will be expected to assist the building maintenance personnel or a representative selected by the management in making a check of the system performance each year, (120 days) before the anniversary date of the contract. The contractor will be expected to make all corrections before this anniversary date arrives. F) Floor Levels: The car is to be level in accordance with the ANSI-code. 2. Check Chart - Minimum expected periodic servicing, checking, oiling, and adjustments: If you’re standard requires more frequent checks it should be posted on your check chart. A) Weekly: Ride car, check operation and correct problems found. B) Every Two Weeks: Observe operation of control, machine, brake motor, and mg set, clean and adjust as needed. Check lubrication of machine motor and mg set. C) Every 13 Weeks: Check call response of supervisory control, test and record rectifier voltages of supply, governor and governor tail sheave, normal landing switches, door operator, door operation, car doors and then first and basement hoistway door adjustment, check all cables, adjust, correct and lubricate as required. D) Every 26 weeks: Clean and examine Saf-T-Edge, roller guide shoes, lubricate, adjust and correct as necessary. 47 E) Every 52 weeks: Clean and check all control stations, car and corridor, clean and check hoistway switches, control and relay panels, all electrical connections should be checked to see that they remain tight, clean and check hoistway doors 2nd through top floor, check all safety equipment to see if operates freely, lubricate and adjust as needed. Full brake check, oil and adjustment. F) Other: Machine bearings should be drained; oil leaks sealed, flushed and refilled each year. The door operator gear case should be drained, flushed and refilled every five years. 3. Doors and Door Operation: Frequency of inspection and adjustment covered above. A) Car and Hoistway Doors: Clean and lubricate track and hangers as needed. Check backplate and hanger to door fastenings, and relating devices to insure tightness. Check up-thrust adjustment and fastenings (nominal 0.010” to track), should clearance exceed 0.035” it should be adjusted. Door relating cables should be taut enough that they do not sag in normal opening and closing of the doors but provide some flexibility in door reversal to reduce the shock of reversal on the door hanger cables and fastenings. Door interlocks adjustment to be set to permit the latch to drop within 3/8” or less of full closure. Check and tighten non-vision wings or sign guards at each inspe...

1201 N. Third Street, Baton Rouge, Louisiana 70802Location

Address: 1201 N. Third Street, Baton Rouge, Louisiana 70802

Country : United StatesState : Louisiana

You may also like

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.