HomeMy WebLinkAbout12/17/2014 - STAFF REPORTS - 2.N. O�V PAM SAi
.y
a
Y N
f f
C'd<fFORN�P CITY COUNCIL STAFF REPORT
DATE: December 17, 2014 CONSENT AGENDA
SUBJECT: APPROVE CONTRACT AWARD FOR ESCALATORS REPLACEMENT
AT THE AIRPORT
FROM: David H. Ready, City Manager
BY: AIRPORT
SUMMARY
An action to award a contract replacing two escalators at the Palm Springs International
Airport.
RECOMMENDATION:
1. Approve the agreement with Kone, Inc. for all the materials, equipment, and labor
associated with the replacement and installation of two escalators at the Airport's
Bono Concourse in the amount of$548,914.24.
2. Authorize the City Manager to execute all necessary documents, and change
order authority up to a ten (10) percent increase over the total project amount.
STAFF ANALYSIS:
When the Bono Concourse at Palm Springs International Airport was constructed in
1999, the completed project included two new escalators. The useful lives of these
escalators are approaching the end of their useful life and staff is recommending
replacing the units.
The existing escalators were manufactured by Kone Inc., one of only a few firms
nationwide that specialize in this type of equipment. This same manufacturer has been
on an annual preventive service contract since the original installations; however, the
rate of costly repair is accelerating.
The Procurement & Contracting Manager, recommends purchasing the new equipment
through the US Communities National Cooperative Purchasing Contract with Kone.
Pursuant to Section 7.09.010 of the Municipal Code, the Council may authorize the
ITEM NO. _O 1�---
City Council Staff Report
December 17, 2014 - Page 2
APPROVE CONTRACT AWARD FOR
ESCALATORS REPLACEMENT AT THE AIRPORT
acquisition of supplies, equipment or services through a joint powers or other
cooperative purchasing program with a public entity or association. By using this
method, there is a guaranteed bid based pricing, quality assurance, warranties,
specifications and a shortened lead time that will be achieved versus a lengthy
engineering design and separate specification preparation process, followed by a city
bidding process that is unlikely to result in a cost less than what can be achieved by
utilizing the cooperative contract. Staff conducted due diligence on several escalators
that have been procured and installed using this same approach at other airports and
verified that the pricing is competitive with the industry. The attached document is a
derivative from the US Communities National Cooperative Purchasing Contract.
An important advantage to keeping with the current vendor's equipment is that several
of the original escalator custom fabricated structural mounting components may be
used for the new units saving time and cost in the installation.
The lead time for the equipment will be five to six months and installation would occur
during the summer months of 2015, minimizing any impacts on airport functionality.
FISCAL IMPACT:
This project was planned and budgeted, and funds will be available in account 416-
6501-56177.
Thomas-%an,
Executive Director, Airport
David H. Ready, G!�t# ager
02