Request for Proposals - Elevator at HUSTON-TILLOTSON UNIVERSITY
Austin, Texas, United States -
Full Time


Start Date

Immediate

Expiry Date

13 Apr, 26

Salary

0.0

Posted On

13 Jan, 26

Experience

5 year(s) or above

Remote Job

Yes

Telecommute

Yes

Sponsor Visa

No

Skills

Elevator Modernization, Hydraulic Systems, Project Management, Compliance, Safety Standards, Electrical Work, Engineering, Testing, Inspection, Coordination, Construction, Accessibility, Sustainability, Communication, Problem Solving, Technical Writing

Industry

Education Administration Programs

Description
Job Details Job Location: Huston-Tillotson University - AUSTIN, TX 78702 Request for Proposals (RFP) Elevator Modernization Services Huston‑Tillotson University 900 Chicon Street, Austin, Texas 78702 1. Introduction and Purpose Huston‑Tillotson University (HT) hereby invites qualified elevator modernization contractors to submit proposals for the modernization of two (2) existing hydraulic passenger elevators located on the University’s main campus in Austin, Texas. This project is funded by the U.S. Department of Education and is therefore subject to all applicable federal grant regulations, including but not limited to 2 CFR Part 200 (Uniform Guidance), institutional procurement policies, and applicable state and local laws. Elevators Included Jackson‑Moody Building – One (1) hydraulic passenger elevator Dickey‑Lawless Building – One (1) hydraulic passenger elevator 2. Project Location Huston‑Tillotson University 900 Chicon Street Austin, TX 78702 3. Project Background The elevators in the Jackson‑Moody and Dickey‑Lawless buildings are aging hydraulic units that require comprehensive modernization to: Improve reliability and operational performance Bring systems into compliance with current ASME A17.1 Safety Code and safety requirements Enhance safety, accessibility, and lifecycle sustainability 4. Scope of Work (General Requirements) The selected contractor shall provide turn‑key elevator modernization services, including labor, materials, equipment, engineering, permitting, testing, inspections, and coordination. 4.1 General Modernization Requirements (Both Elevators) The proposed modernization shall include, at a minimum: A. Machine Room and Hoistway New solid‑state elevator controller suitable for hydraulic application New submersible hydraulic power unit (tank, motor, pump, valve assembly, oil) New landing system Replacement of machine room and hoistway wiring New traveling cable New hoistway switches Retention of existing rails and rail fastenings where structurally acceptable B. Elevator Car Equipment New car guide assemblies New top‑of‑car inspection station Retention of existing car enclosure and platform, unless otherwise proposed C. Car Operating Fixtures and Controls New car operating panel (COP) Illuminated car call pushbuttons Door open/close pushbuttons Emergency stop and alarm systems Independent service and firefighter service controls Digital position indicator Voice annunciation system Two‑way hands‑free emergency communication system Emergency lighting and alarm bell Safety compliant braille and tactile signage D. Doors and Entrances New car door operator New door track, header, hanger assemblies Infrared door protection system New door interlocks and gibs Retention of existing entrance frames and panels where feasible E. Hallway Fixtures New hall call stations at each landing Illuminated hall pushbuttons Fire Service Phase I key switches ADA‑compliant jamb braille plates F. Elevator Pit Equipment New pit stop switch Code‑compliant pit ladder New packing Refurbishment or replacement of buffers as required Retention of existing cylinder and piston if serviceable 5. Associated Building and Trade Work Proposals shall include coordination (and pricing, if provided by the contractor) for work typically required in conjunction with elevator modernization, including: Electrical disconnects and conduit Machine room lighting and GFCI receptacles Fire‑rated machine room door installation Fire stopping and caulking Fire alarm system disconnect, reconnection, testing, and final acceptance with the Authority Having Jurisdiction (AHJ) Pit lighting and electrical upgrades Contractors must clearly state what work is self‑performed, subcontracted, or excluded. 6. Optional Alternates Proposers may include add‑alternate pricing for: Elevator cab interior upgrades (wall panels, ceiling, lighting, handrails) Alternates should be clearly identified and separately priced. 7. Project Schedule Work shall be performed during normal business hours (Monday–Friday) unless otherwise approved. Proposer shall include: Submittal and approval timeline Manufacturing lead time Installation time per elevator Work must be sequenced to maintain campus accessibility. 8. Compliance and Standards All work must comply with: ASME A17.1 / CSA B44 – Safety Code for Elevators National Electrical Code (NEC) Texas Department of Licensing and Regulation (TDLR) Local AHJ requirements U.S. Department of Education grant compliance requirements Qualifications 9. Contractor Qualifications Proposers must demonstrate: Minimum five (5) years experience in elevator modernization Licensed to perform elevator work in Texas Experience with higher‑education or publicly funded projects Ability to comply with federal grant procurement standards Proof of insurance and bonding capacity 10. Proposal Submission Requirements Proposals shall include: Executive Summary Technical Approach and Scope Compliance Detailed Project Schedule Cost Proposal (base bid and alternates) Company Qualifications and References Compliance Statements (ASME, DOE funding, etc.) Exceptions or Clarifications Warranty Information 11. Evaluation Criteria Proposals will be evaluated based on: Technical compliance with scope Cost effectiveness Contractor experience and qualifications Schedule feasibility Responsiveness and clarity HT reserves the right to reject any or all proposals. 12. Funding and Payment This project is funded by the U.S. Department of Education. Payment terms will be subject to: Grant compliance requirements University procurement policies Satisfactory performance and documentation 13. Submission Instructions Proposal Due Date: February 8, 2026 Submission Method: Electronic: krcrawford@htu.edu Contact Person: Dr. Kenneth Crawford, Chief Operations Officer Ph: 512.505.3003 Email: krcrawford@htu.edu
Responsibilities
The selected contractor will provide turn-key elevator modernization services for two hydraulic passenger elevators at Huston-Tillotson University. Responsibilities include labor, materials, equipment, engineering, permitting, testing, inspections, and coordination.
Loading...