REQUEST FOR PROPOSALS PROVIDE DIGITAL SIGNAGE SOLUTION

Similar documents
REQUEST FOR PROPOSALS PROVIDE INVESTMENT ADVISOR SERVICES

REQUEST FOR PROPOSALS PROVIDE ELEVATOR AND ESCALATOR MAINTENANCE SERVICES

REQUEST FOR PROPOSAL. PROVIDE INSURANCE BROKERAGE and CONSULTATION SERVICES for EMPLOYEE HEALTH and WELFARE BENEFITS

SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES

INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS Effective Date: April 23, 2018

FIRM FIXED PRICE TERMS AND CONDITIONS AES-1 Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE

PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties.

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520)

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES

PROFESSIONAL SERVICES FOR CONSTRUCTION MANAGER AT RISK (CMAR) FOR THE MOBILE DOWNTOWN TERMINAL BROOKLEY AEROPLEX MOBILE, ALABAMA

Standard Form of Agreement Between Contractor and Subcontractor

SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES

SUBCONTRACTOR AGREEMENT

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

Management of Jobing.com Arena

Page of 5 PURCHASE AGREEMENT

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

NORWALK-LA MIRADA UNIFIED SCHOOL DISTRICT

SUBCONTRACTOR CONTRACT THIS AGREEMENT, Made as of (Current Date), In the Year of (Current Year),

ARTICLE 1 ARTICLE 3 CONTRACTOR THE SUBCONTRACT DOCUMENTS ARTICLE 2 MUTUAL RIGHTS AND RESPONSIBILITIES

Champaign Park District: Request for Bids for Playground Surfacing Mulch

MASTER SUBCONTRACT AGREEMENT

Request for Proposal (RFP) For Plat book Printing

DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY HARRISON STREET DAVENPORT, IOWA REQUEST FOR PROPOSAL

CITY OF BURTON JANITORIAL SERVICE AGREEMENT TERMS AND CONDITIONS FOR CITY OF BURTON CONTRACTUAL SERVICES

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

PROPOSAL AND SPECIFICATIONS FOR PAVEMENT MARKING COUNTY PRIMARY ROADS CITY OF ALLEGAN MARCH 21, 2018

REQUIRED SIGNATURE PAGE FOR PROPOSALS. Disaster Restoration and Recovery Services

PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES

BOROUGH OF HADDONFIELD CAMDEN COUNTY NEW JERSEY MUNICIPAL LABOR ATTORNEY REQUEST FOR PROPOSAL

TERREBONNE PARISH CONSOLIDATED GOVERNMENT MINIMUM INSURANCE REQUIREMENTS PROFESSIONAL SERVICES (ARCHITECTS, ENGINEERS, CONSULTANTS, ETC.

Amount of Contract work per the plans and specifications for project. Specifications Attached. Plans Attached

W I T N E S S E T H:

STRUCTURAL ENGINEERS ASSOCIATION OF ARIZONA. Gail S. Kelley, P.E., Esq., LEED AP June 3, 2017

IOWA STATE UNIVERSITY CATERING AGREEMENT

City of Merriam, Kansas

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

Service Terms & Conditions -- Recruiting

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

MEMORANDUM Municipal Way, Lansing (Delta Township), Michigan Enclosed for your consideration is MERS Request For Proposal (RFP).

NOW, THEREFORE, THE BOARD OF TRUSTEES OF THE TWIN RIVERS UNIFIED SCHOOL DISTRICT DOES HEREBY RESOLVE, DETERMINE, AND ORDER AS FOLLOWS:

CONTRACT FOR PROFESSIONAL SERVICES - ARCHITECT

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

SANTA CLARA UNIFIED SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS. RFQ No

Document A401 TM. Standard Form of Agreement Between Contractor and Subcontractor

NAPA SANITATION DISTRICT Napa, California

STATE OF SOUTH CAROLINA ) ) CONTRACTOR AGREEMENT COUNTY OF HORRY )

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

Maryland Overdose Response Program. Request for Bid # E. Main Street, Salisbury, Maryland 21801

Standard Form of Agreement Between Contractor and Subcontractor

CITY OF MANCHESTER REQUEST FOR PROPOSALS BUILDING DEMOLITION SERVICES

SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES

Document A Standard Form of Agreement Between Contractor and Subcontractor

AGREEMENT FOR TRANSPORTATION SERVICES

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

Black Hawk County Engineer

CITY OF MONTEREY REQUEST FOR PROPOSALS TO PROVIDE ON-CALL REALTOR SERVICES FOR AFFORDABLE HOUSING

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

ANNEX A Standard Special Conditions For The Salvation Army

RFQ #1649 April 2017

Request for Proposal. Parks & Recreation Master Plan and Community Needs Assessment Services

REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm

Request for Bid/Proposal

INDEPENDENT CONTRACTOR AGREEMENT

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC

SUBCONTRACT. by and between. to perform the Work identified in Article 2 in accordance with the Projects Contract documents.

REQUEST FOR PROPOSALS TELEPHONE SYSTEM

AGC TEXT COPY THE ASSOCIATED GENERAL CONTRACTORS OF AMERICA AGC DOCUMENT NO. 603 STANDARD SHORT FORM AGREEMENT BETWEEN CONTRACTOR AND SUBCONTRACTOR

SECTION III: SAMPLE CONTRACT AGREEMENT FOR SERVICES

State College Area School District 131 West Nittany Avenue State College, PA REQUEST FOR PROPOSAL RFP #2010/11-01

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED.

Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures.

DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY STREET DAVENPORT, IOWA REQUEST FOR BID

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

Request for Proposals. For. Consultation/Facilitation Services for Developing Deer Management Plan. Due Date: Monday, September 22, 2014, 2:00 PM

REQUEST FOR PROPOSAL FOR BACKUP EMERGENCY GENERATORS DESIGN TOWN OF YUCCA VALLEY

CONSULTANT SERVICES AGREEMENT (Hazardous Material Assessment/ Abatement Consulting Services)

REQUEST FOR PROPOSALS Comprehensive User Fee Study and Full Cost Allocation Plan

SUBCONTRACT FOR BUILDING CONSTRUCTION

LEGAL NOTICE REQUEST FOR QUALIFICATIONS. Broome County Multi-Jurisdictional All-Hazard Mitigation Plan Update

CITY OF SUGAR HILL Request for Proposals Event Audio Services

Subcontract Agreement

CARLYLE HOUSE BANK BUILDING LOW ROOFING REPLACEMENT 121 N. Fairfax Street Alexandria, Virginia PROJECT MANUAL

Document A401 TM. Standard Form of Agreement Between Contractor and Subcontractor

CONTRACT AND GENERAL CONDITIONS BETWEEN OWNER AND CONTRACTOR (GUARANTEED MAXIMUM PRICE)

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor

NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES

City of Beverly Hills Beverly Hills, CA

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

REQUEST FOR PROPOSALS: DCSO Jail Inmate Video Visiting System. Davis County Government 28 South State Street Farmington, UT 84025

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES

Transcription:

REQUEST FOR PROPOSALS PROVIDE DIGITAL SIGNAGE SOLUTION FOR THE 900 CONVENTION CENTER BOULEVARD NEW ORLEANS, LOUISIANA 70130 ERNEST N. MORIAL NEW ORLEANS EXHIBITION HALL AUTHORITY THE AUTHORITY NEW ORLEANS PUBLIC FACILITY MANAGEMENT, INC. NOPFMI Page 1

I. INTRODUCTION The Ernest N. Morial New Orleans Exhibition Hall Authority ( THE AUTHORITY ) is a political subdivision of the State of Louisiana. New Orleans Public Facility Management, Inc. ( NOPFMI ) is a quasi-public body that is charged with the responsibility of managing the Ernest N. Morial Convention Center-New Orleans ( ENMCCNO ) on a day-to-day basis. NOPFMI and the AUTHORITY are referred to herein collectively as OWNER. As such, the OWNER is performing its due diligence in requesting proposals for this project and is not subject to or regulated by the Louisiana Procurement Code, LSA-R.S 39: 1551 et seq. The OWNER is also not governed by LSA:R.S. 39:1481 et seq. or the corresponding rules and regulations; thus the Ernest N. Morial Convention Center- New Orleans may reject any and all responses after receipt or withdraw this request for proposal at any time prior to or after receipt of responses. Should no responses be received, the Ernest N. Morial Convention- New Orleans will negotiate a private contract. The OWNER is seeking a Request for Proposal ( RFP ) to as described in this document and related exhibits. Response to this RFP does not guarantee a contract. Response to this RFP must be numbered consecutively. Resumes and licenses shall not count against this page limit. The response shall be organized in accordance with the RFP documents. Response shall be succinct as possible while completely providing all requested information. Responses will become part of the contract. All responses are due by 10:30am on Friday, October 19, 2018 and may be submitted in any of the following methods: Mail: Email: Electronic Submission: Ernest N. Morial Convention Center- New Orleans Warehouse Division, Hall J (back dock) Attn: Contracts Department 900 Convention Center Blvd New Orleans, Louisiana70130 contracts@mccno.com www.exhallnola.com Hand Delivery: Response must be presented in a sealed opaque package with the project name listed clearly on the outside of the package. The name and address of the Respondent must also clearly be marked on the outside of the package. Response shall be delivered to the Contracts Division which is located on the Mezzanine floor of the Ernest N. Morial Convention Center -New Orleans Lobby B. The response shall be delivered on time to be considered for qualification. A Pre-Bid Conference shall be held at the New Orleans Ernest N. Morial Convention Center, Contracts Conference Room located in the Lobby of Hall B, on Friday, October 5, 2018 at 10:30 am. Phone the Contract Division at (504) 582-3562 for exact directions and/or questions. Any questions related to Page 2

the project and/or to obtain documents, contact the Contracts Division via email at contracts@mccno.com or phone at 504-582-3562. II. III. IV. CONTRACT RELATIONSHIP The Contract shall be between The Ernest N. Morial New Orleans Exhibition Hall Authority ( THE AUTHORITY ) a political subdivision of the State of Louisiana; New Orleans Public Facility Management, Inc. ( NOPFMI ) a quasi-public body that is charged with the responsibility of managing the Ernest N. Morial Convention Center-New Orleans ( ENMCCNO ) on a day-to-day basis; and the CONTRACTOR. NOPFMI and THE AUTHORITY are referred to herein collectively as OWNER. The CONTRACTOR shall be herein known as the CONTRACTOR. The OWNER and CONTRACTOR may be referred to collectively as the PARTIES. SCOPE OF WORK The OWNER seeks a CONTRACTOR to, recommend improvements and report to established benchmarks. See Exhibit No. 1 for details. QUALIFICATIONS, CONTENT AND SUBMISSION OF RESPONSES See Exhibit No. 2 for details. V. EVALUATION CRITERIA The OWNER anticipates selecting a CONTRACTOR based upon the written responses submitted; however, OWNER reserves the right to interview respondents if needed. Responses will be judged based on the proposer s ability to meet the requirements as set forth in these documents. VI. CONTRACT TERM If awarded, the contract resulting from the Request for Proposal ( RFP ) shall be effective on the date signed by both parties and will be in effect for, a one year period, commencing on December 1, 2018 through November 30, 2019. The following is the anticipated timeline for the completion of the project: Proposal Solicited: Friday, September 28, 2018 Pre Bid Conference: Friday, October 5, 2018 Proposals Due: Friday, October 19, 2018 Selection and Award: Wednesday, November 28, 2018 Due to uncertainties in the evaluation, selection, negotiation and contracting processes, the dates shown are tentative and reflect optimal circumstances and are subject to change. VII. SMALL & EMERGING BUSINESS/DISADVANTAGE BUSINESS ENTERPRISE (SEB/DBE) The Authority encourages the acquisition of goods and services from and direct participation of small and emerging business ( SEBs ) and disadvantaged business enterprise ( DBEs ) from the State of Louisiana and New Orleans Region. The term SEB as used in this RFP means a business entity that has a Small Entrepreneurship (SE)/Hudson Initiative Certification from the Department Page 3

of Louisiana Economic Development (LED). The term DBE as used herein means a business entity that is certified as a disadvantaged business enterprise under the State and Local Disadvantaged Business Enterprise program ( SLDBE ) or the Louisiana Unified Certification Program Disadvantaged Business Enterprise ( LAUCP-DBE ). Both the Hudson Initiative and DBE Program are race and gender-neutral programs intended to provide additional contracting and procurement opportunities for certified small businesses and disadvantaged business enterprises by encouraging contractors who receive state contracts to use good-faith efforts to utilize such certified entities in the performance of those contracts. The Authority desires to achieve, to the greatest extent possible, commercially meaningful and useful participation by SEBs and DBEs. By providing equitable opportunities for SEBs and DBEs, the Authority derives multiple benefits, including contributing to the economic vitality of our communities and ensuring a broader selection of competitively priced goods and services. Proposers should present a responsible plan that provides for participation of qualified SEBs and DBEs. Proposers should clearly state SEB and DBE participation goals and their plan for implementation of same in their proposals. Proposers should also include information relative to the participation levels proposer has managed on other prior projects, including projects in South Louisiana, if applicable. Participation shall be counted toward meeting the contract goals only by business entities certified under the SE/Hudson Initiative, the SLDBE, or LAUCP-DBE. The direct participation goal can be achieved through direct ownership, joint venture participation, owner/operator agreements, or sublease agreements for operations. The Authority has set the following goals for this Project: SEB/DBE Direct Participation Goal of 30% SEB/DBE Goods and Services Goal of 25% Proposers are encouraged to exceed these goals. If a proposer does not meet or believe it can meet the SEB/DBE goals, the proposer should include written documentation of their good faith efforts to secure SEB/DBE participation, the unavailability of potential SEB/DBE firms, and provide justification as to why such goals cannot be met. VIII. IX. INSURANCE The successful Proposer shall provide the OWNER with a certificate of insurance as detailed in Exhibit No. 3. INDEMNIFICATION The CONTRACTOR shall provide contractual liability insurance which will, to the fullest extent permitted by law, indemnify, defend and hold harmless the OWNER and their agents and employees from and against all claims, damages, losses and expenses, including but not limited to attorneys' fees, arising out of or resulting from the performance of the Work, provided that any such claim, damage, loss or expense (1) is attributable to bodily injury, sickness, disease or death, or to injury to or Page 4

destruction of tangible property (other than the Work itself) including the loss of use resulting therefrom, and (2) is caused in whole or in part by any negligent act or omission of the CONTRACTOR, any Subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge, or otherwise reduce any other right or obligation of indemnity, which would otherwise exist. This indemnity agreement shall also specifically apply to all claims, damages, losses and expenses, including but not limited to attorneys' fees, arising out of or resulting from the use of any machinery, equipment, tools or other paraphernalia furnished by the OWNER for use by the CONTRACTOR, any Subcontractor, or any one directly or indirectly employed by any of them or anyone whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. Notwithstanding the forgoing, it is agreed that CONTRACTOR S indemnification hereunder, shall not apply to the extent that such damage or resulting loss is attributed to the fault or neglect of the OWNER. In any and all claims against the OWNER or any of their agents or employees by any employee of the CONTRACTOR, any Subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, this indemnification obligation shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the CONTRACTOR or any Subcontractor under workers' or workmen's compensation acts, disability benefit acts or other employee benefit acts. The obligations of the CONTRACTOR under this Paragraph shall not extend to the liability of the OWNER, their agents or employees, arising out of (1) the preparation or approval of reports, opinions, change orders or specifications, or (2) the giving of or the failure to give directions or instructions by his agents or employees provided such giving or failure to give is the primary cause of the injury damage. X. CONTRACT COST The OWNER will pay for services provided by the CONTRACTOR as detailed in Exhibit No. 4. Invoices shall be submitted for payment and must include back-up documentation such as timesheets, spreadsheets, etc. to the invoice amount. To expedite payment approval, invoices must be submitted electronically to the accounts payable department at (accounts_payable@mccno.com). The OWNER shall make payments of approved invoice sums to the CONTRACTOR within thirty (30) calendar days after receipt of an invoice. XI. XII. CONTRACT MODIFICATION Any and all changes to the scope of services for this contract must be detailed in writing and mutually agreed upon and shall be accomplished by a Change Order. TERMINATION The contract may be terminated by the OWNER upon thirty (30) days written notice at any time throughout the contract term. Page 5

TERMINATION FOR CAUSE The OWNER may terminate the contract for cause based upon the failure of the Contractor to comply with the terms and/or conditions of the contract, or failure to fulfill its performance obligations pursuant to the contract, provided that the OWNER shall give the Contractor written notice specifying the CONTRACTOR'S failure. If within thirty (30) days after receipt of such notice, the Contractor shall not have corrected such failure or, in the case of failure which cannot be corrected in thirty (30) days, begun in good faith to correct such failure and thereafter proceeded diligently to complete such correction, then the OWNER 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 OWNER to comply with the terms and conditions of the contract, provided that the CONTRACTOR shall give the OWNER written notice specifying the OWNER S failure and a reasonable opportunity for the OWNER to cure the defect. TERMINATION FOR CONVENIENCE The OWNER may terminate this Contract at any time by giving thirty (30) days written notice to CONTRACTOR of such termination or negotiating with the CONTRACTOR an effective date. The CONTRACTOR shall be entitled to payment for deliverables in progress, to the extent work has been performed satisfactorily. XIII. CONTRACT FORM Request to obtain a contract form should be emailed to contracts@mccno.com. Page 6