Request for Proposal. Elevator and Chairlift Maintenance and Repair Services

Similar documents
Request for Proposals

INFORMATION FOR BID. Tee Shirts (School Nutrition)

Request for Qualifications. Nursing Services

Request for Qualifications. School Transportation Routing Consultant Services

Request for Proposals. Online Voting System for School Governance Elections

Request for Proposal

ATLANTA PUBLIC SCHOOLS Procurement Services 130 Trinity Avenue, S.W. 4 th Floor Atlanta, Georgia INVITATION TO BID. For. Beverage Dispensers

Request for Qualifications. Mentoring Services

Request for Qualifications. Burglar Alarm System Services

Request for Proposals. Social Emotional Learning Curriculum

Request for Proposals. Disposal of Surplus/Obsolete Equipment, Re-bid

RFP Request for Proposal Elevator Repair and Inspection Services

ATLANTA PUBLIC SCHOOLS Procurement Services 130 Trinity Avenue, S.W. 4 th Floor Atlanta, Georgia INVITATION TO BID.

Otis Elevator Company 2910 E Broadway Ave Ste 36 Bismarck, ND Jay Bachmeier Phone: (701) Fax:(860)

ATLANTA PUBLIC SCHOOLS Procurement Services 130 Trinity Avenue, S.W. 4 th Floor Atlanta, Georgia INVITATION TO BID

ELEVATOR MAINTENANCE AND REPAIR SERVICES

Request for Proposal. College Tour Provider

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

PLEASANTVILLE HOUSING AUTHORITY

GUILFORD COUNTY SCHOOLS Invitation for Bids

LOWER CAPE MAY REGIONAL BOARD OF EDUCATION 687 Route 9 Cape May, NJ (609) REQUEST FOR PROPOSALS FOR VENDING MACHINE SERVICES

REQUEST FOR PROPOSAL RFP #DPL-CL Elevator Maintenance and Repair for Detroit Public Library for a Three (3) Year Period

Notice to Interested Parties

STATEMENT OF BIDDER'S QUALIFICATIONS

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance

1 Legal Publication of Proposal Mon. Apr. 2, 2018 & Mon. April 9, Last day to submit written questions. 10:00 a.m. Mon.

HARTSELLE UTILITIES INVITATION FOR BID

City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia,

Bulloch County Board of Commissioners 115 N Main Street Statesboro, GA NOTICE OF SOLICITATION INVITATION TO BID

Sayreville Housing for Seniors Corporation Gillette Manor

Elevator Service and Maintenance Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM

City of Forest Park Request for Proposals. Secure Access Control Systems

City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station # Jonesboro Rd., Forest Park, Georgia,

BIDDER S QUALIFICATION AND EXPERIENCE STATEMENT

REQUEST FOR BIDS/PROPOSALS COVERSHEET THE UNIVERSITY OF SOUTHERN MISSISSIPPI. USM Procurement and Contract Services

Manalapan Township. Request for Proposals for Renewable Energy Power Purchase Agreement (PPA)

WARE COUNTY FACILITIES COORDINATOR

MONTCLAIR PUBLIC LIBRARY ESSEX COUNTY, NEW JERSEY NOTICE TO BIDDERS

HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA

INVITATION TO BID U Directional Boring Utility Department

If you have any questions contact Jeff Eady of the City of Forest Park Public Works Department at (404)

SPECIFICATION PACKAGE. for BURDICK GENERATING STATION TORQUE CONVERTER GAS TURBINE 2 & 3

REQUEST FOR PROPOSAL (RFP) # DEMOLITION OF STEEL DETENTION EQUIPMENT POSTING DATE: DECEMBER 13, 2018

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

EXHIBIT 1. PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED GENERAL CONTRACTORS or LICENSED PAINTING CONTRACTORS BY THE

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019

BID DOCUMENTS FOR STRYKER POWER-PRO XT COT

Bid No /7 Release Date: January 25, 2019

Appomattox River Water Authority

HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA

CITY OF TITUSVILLE, FLORIDA

REQUEST FOR PROPOSAL FOR RISK MANAGEMENT CONSULTANT

RFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals

A summary of the vehicle to be purchased: Department Type of Vehicle Quantity Planning Department Half Ton Regular Cab 4x4 Pick-Up Truck 2

HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA

THE CITY OF BRENTWOOD 2348 Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR GARAGE DOOR MAINTENANCE SERVICES

Request for Qualifications. After School Enrichment Services

Network Cabling Upgrade/Renovation. Request for Proposal

BOROUGH OF ELMWOOD PARK REQUEST FOR QUALIFICATIONS AND PROPOSAL FOR MUNICIPAL BOND COUNSEL

PROPOSALS MUST BE RECEIVED BY: 11:30 AM (CST) ON TUESDAY, FEBRUARY 26, 2019

INVITATION TO BID (ITB)

HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA Fax:

Information for Proposers. 1. TAX EXEMPTION Purchase of materials for this project are exempt from Connecticut sales tax.

BID DOCUMENTS FOR SAND, GRAVEL & LIMESTONE BID

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

CITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309)

REQUEST FOR PROPOSAL FOR: Campus Safety and Security GBC Great Bay Community College

construction plans must be approved for construction by the City PBZ department.

City of Newnan, Georgia

REQUEST FOR PROPOSAL (RFP) # FOR: HVAC PLAN SERVICE AGREEMENT (PSA) FOR HIGHWAY FACILITIES POSTING DATE: NOVEMBER 18, 2015

2. TERM OF CONTRACT. The Term of this contract for services is from September 1, 2013 to June 30, 2014 unless sooner terminated as provided herein.

.z:> By: Dan Tadic, P.E. Acting Public Works Director

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

Request for Proposal Airwatch Mobile Device Management

Quote- QT Teresa L Davis. Chief Mortgage Finance Officer.

GUILFORD COUNTY SCHOOLS Invitation for Bids

PROCUREMENT DEPARTMENT 4 WORLD TRADE CENTER 150 GREENWICH STREET, 21 ST FLOOR NEW YORK, NY ADDENDUM #4

City of Federal Way REQUEST FOR PROPOSAL SACAJAWEA SEWER LIFT STATION OVERHAUL

Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation

IFB NUMBER: BID NUMBER, FISCAL YEAR NO Pre Bid needed for this solicitation IFB QUESTION DEADLINE January 24 th, 2014

REQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401

City of St. Louis. Treasurer's Office

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

Houston County School District Houston County High School Lunchroom Kitchen A/C Request for Proposal (RFP)

BID DOCUMENTS FOR THERMAL IMAGING CAMERA

ATTENTION BIDDERS. Be sure to clearly identify the name and address of a contact person within your firm.

REQUEST FOR PROPOSALS SAFETY VENDING MACHINE SERVICES WLSSD RFP #1386

HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS FEE ACCOUNTING SERVICES

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex.

TCL&P Facilities HVAC Improvements (specifications attached)

REQUEST FOR PROPOSAL (RFP) FOR BUNKER LINKS GOLF COURSE OPERATIONAL SERVICES FOR THE CITY OF GALESBURG, IL

HADDON TOWNSHIP BOARD OF EDUCATION 500 RHOADS AVENUE WESTMONT, NJ REQUEST FOR PROPOSAL

City of Bowie Private Property Exterior Home Repair Services

PROPOSAL REQUEST. Sumner County Emergency Medical Service

LEGAL NOTICE VILLAGE OF ORLAND PARK, ILLINOIS ADVERTISEMENT FOR BIDS SHADE STRUCTURES FOR DUGOUTS

CHARLOTTE PUBLIC SCHOOLS CONSTRUCTION MANAGEMENT SERVICES REQUEST FOR PROPOSALS ("RFP")

Request for Proposals. For the Read Schoolhouse Preservation Work

Transcription:

ATLANTA PUBLIC SCHOOLS Procurement Services 130 Trinity Avenue, S.W. 4 th Floor Atlanta, Georgia 30303 Request for Proposal For February 19, 2016 RFP Number: 031116-01 Due Date: March 11, 2016 Time Due: 11:00 a.m. ET NIGP Commodity Code(s): 910-13

NOTICE TO PROPOSER: ADVERTISEMENT FOR REQUEST FOR PROPOSAL Atlanta Public Schools invites vendors to submit their proposal to provide elevator and chairlift maintenance repair services. Outstanding solicitations may be viewed at: http://www.atlantapublicschools.us/solicitations Offerors should read the general terms and conditions at: http://www.atlanta.k12.ga.us/page/231 If you are unable to download these documents, you may contact the assigned Procurement Officer: Marki Dixon at (404) 802-1564 or mxdixon@atlantapublicschools.us. A pre-proposal conference will be held on Friday, February 26, 2016 at 2:00 p.m., ET at the VDT Facility Service Center training room, 1631 La France St, Atlanta, GA 30307. Online submittal instructions will be provided during the pre-proposal conference and can also be viewed at the following location online: https://www.dropbox.com/sh/loqumhvg41a6be4/aaa2sfse53rs2hgrttk_wqf4a?dl=0 Attendance is not mandatory but is strongly encouraged. Proposals shall be submitted online at https://www.surveymonkey.com/r/elevatorandchairliftmaintenanceandrepairservices. The Office of Procurement Services will only accept proposals submitted online. Proposals submissions are due 11:00 a.m., ET March 11, 2016 (as determined by the time stamp clock when submitted online). APS will only accept online submissions for this RFP. Proposals can be submitted online at: https://www.surveymonkey.com/r/elevatorandchairliftmaintenanceandrepairservices. Proposals submitted after the proposal close date will not be accepted. Note: Any proposal submitted in any other format (email, paper, fax, mail, etc.) will not be accepted for any reason. To ensure proper and timely online submission please adhere to the dates and times outlined below. ATLANTA PUBLIC SCHOOLS TENTATIVE TIMELINE 02/19/2016 Release RFP to the marketplace Randall Sellers Director, Procurement Services 02/26/2016 Pre-proposal conference, 2:00 p.m., ET 02/29/2016 Deadline for written questions 10:00 a.m., ET 03/03/2016 Response to questions to be posted to the APS website 03/11/2016 RFP due online by 11:00 a.m., ET 03/11/2016 Administrative Review 03/16/2016 Evaluation 04/11/2016 Recommendations to the APS Board of Education. 2

TABLE OF CONTENTS Scope of Work pg. 4 Non Submittal Response Form pg. 17 Offeror Affirmation Form pg. 18 Offeror Information Form pg. 19 Offeror Information Form pg. 20 Offeror Reference Form pg. 21 Joint Venture Affidavit pg. 22 Primary Vendor / Subcontractor Utilization pg. 24 Promise of Non-Discrimination pg. 25 Contractor Affidavit of Compliance under O.C.G.A 13-10-91(b) (1) pg. 26 Subcontractor Affidavit of Compliance under O.C.G.A 13-10-91(b) (3) pg. 27 Sub-subcontractor Affidavit of Compliance under O.C.G.A 13-10-91(b) (4) pg. 28 Affidavit of Exception pg. 29 Local Preference pg. 30 Solicitation Checklist pg. 31 Atlanta Public Schools Contract pg. 32 Price Proposal Form Separate Attachment 3

1.0 PURPOSE 1.1 The Atlanta Independent School System (hereinafter, Atlanta Public Schools or APS ) is requesting vendors to submit proposals to provide Elevator and Chairlift Maintenance and Repair Services. 1.2 In using this method for solicitation, we are requesting your best effort in seeking the best value for our requirements. To be eligible for consideration, sealed proposals shall be presented in accordance with the instructions of this solicitation and within the timeframe specified. It shall be the responsibility of the selected Offeror to meet all specifications and guidelines set forth herein. Atlanta Public Schools, at its discretion, determines the criteria and process whereby proposals are evaluated and awarded. No damages shall be recoverable by any challenger as a result of these determinations or decisions by Atlanta Public Schools. 2.0 CURRENT SITUATION 2.1 Atlanta Public Schools has a contract for elevator and chair lift maintenance services on an as needed basis. 3.0 SCOPE OF WORK 3.1 Vendor shall provide labor, materials, equipment and supervision necessary to maintain and repair elevators and chairlifts as required by all applicable building and fire codes. Please reference the elevator and chairlift inventory document that is included with this solicitation. 3.2 During the normal course of preventive maintenance work, the vendor shall be responsible for maintaining all light fixtures, including bulb replacement in the elevator machine rooms, elevator pits top and bottom of elevator cars. 3.3 Vendor shall make regularly scheduled visits to perform work hereinafter described and shall also perform and additional maintenance work if part of equipment manufacturer s standard recommendations. 3.4 Vendor shall submit signed monthly maintenance reports to APS. APS shall withhold payment until these reports are submitted. 3.5 In the event an elevator or chairlift fails the inspection or safety test, the vendor shall make all necessary repairs and arrange for re-inspection at no added cost to APS. 3.6 Vendor shall perform his work so that no elevator or chairlift shall be out of service between the hours of 8:00 a.m. and 8:00 p.m. unless authorization in writing is issued by APS. 3.7 In the event that elevators or chairlifts are in need of repair, the vendor shall do all that is necessary to make the equipment operational by the weekend (Saturday and Sunday) or holidays, unless authorization in writing is issued by APS because the equipment is unable to be repaired by the weekend or holidays. 3.8 Vendor shall make an entry in school s elevator or chairlift log book after each elevator or chairlift test. Logbooks will be made available to the vendor. 3.9 Vendor shall post a suitable sign on the lobby door of each elevator or chairlift while being serviced. 3.10 Where schools are normally served by only one elevator or chairlift, it shall not be out of service for more than six (6) hours. 4

3.11 A monthly schedule of work shall be provided by the vendor to the APS Facilities Services Department on or before the 28 th of each month prior to start of work. Any overtime necessary to maintain this schedule shall be the responsibility of the vendor and shall not entitle them to additional compensation. 3.12 All inspection and testing under this contract shall be performed by or under the direct personal supervision of persons having technical knowledge and competence in the work satisfactory to APS and having at least five (5) years experience in elevator inspection, installation or maintenance, satisfactory to APS. 3.13 The Facilities Services Department shall be notified a minimum of twenty-four (24) hours in advance of any inspections or tests, in order that it may have the option to witness such inspections or tests. 3.14 Any damage to APS property which occurs during the performance of testing as required by specification is assumed by vendor. 3.15 All routine service work as described in this contract will be performed during the regular working hours, 8:00 AM to 4:30 PM Monday through Friday. Any overtime needed to keep the scheduled service work will not be billed to APS. If the equipment breaks down or if any emergency occurs, the vendor shall, upon receipt of such notification, respond within two (2) hours to make repairs as hereinafter specified. 3.16 Vendor shall sign in and out at the Main Office of the School or Administrative Building. 3.17 Awarded vendor shall offer the following services and or maintenance but is not limited to services or maintenance requirement stated herein: a. Vendor shall respond to any individual emergency situations regarding elevators, chairlifts, and the repair or maintenance of elevators and chairlifts; b. Vendor shall be capable of providing quality effective services/repairs/maintenance on Otis 211 hydraulic equipment; Otis state of the art microprocessor; and other various elevator chairlifts and equipment; c. Vendor shall respond to all service calls within on-half hour of notification by authorized APS representative. All elevators or chairlifts found inoperable shall be returned to working operation before close of business within the next business day (No chairlift and elevator shall be inoperable in the same building during any time period); d. Vendor shall send only licenses and training repair personal to respond to all APS request for service or repair calls; and e. Vendor shall perform all work on a routine basis as reflected below. The terms check or inspect within this solicitation means: clean, clear, repair, replace, adjust, lubricate and or replenish lubricant, as required by equipment manufacture schedule of maintenance. 3.18 Continuous required maintenance improvement for existing elevators & chairlifts as follows: a. Motor Room (Semi-monthly) 1. Sweep and dust machine room. 2. Blow out, brush or wipe motor housings, sheaves, switches and coils. 3. Wipe and dust off exposed surface of entire mechanism. 5

b. Motor Room (Semi-Annually) 1. Check fuses, ratings - Check knife switch and fuse clips. c. Motor (Semi-Monthly) 1. Check lubrication. d. Motor Check (Semi-Annually) 1. Rotor and armature clearances. e. Control Panels, Selectors (Semi-Monthly) 1. Check contacts and carbons; Check contactors for compression and timing; Check overload relays; Check for loose connections; Check for frayed leaks; and Check mechanical operations. f. Hatch Doors (slide) (Semi-monthly) 1. Check alignment; Check hanger dust covers; 2. Check up thrust roller clearance; 3. Check track condition; 4. Check rollers for flats; 5. Check visions panels; 6. Check inter-lock operation; 7. Check bottom guides; 8. Check door stops; 9. Check emergency release mechanism; and 10. Check spring door closers. g. Car Door Check (Semi-Monthly) 1. Check distance of opening between car, strike post and edge of door (Maximum 1-1/2 inches); Check bumpers; 2. Check bottom guides alignment; 3. Check engagement vanes or clutch devices; 4. Check leading edge for proper operation linkages and tracts; 5. Check car door threshold sills and sill-mounted safety blocks; 6. Check and lubricated tracks and rollers; and 7. Check removable guide shoes and safety bar guide. h. Car Door Operator (Semi-Monthly) 1. Check motor and lubrication; 2. Check chain and linkages for alignment and tension; 3. Check stop clearance; and 4. Inspect car door check. i. Door Operating Cams (Semi-Annually) 1. Tighten connections and check linkage. j. Doors (Slide) (Semi-Annually) 1. Check and lubricate tracks and rollers; Check sill mounted safety blocks; and Check guides and safety bar guides. k. Hall Buttons (Semi-Monthly) 1. Check plate screws; Check bottom of buttons and operation; 2. Check call register light. 6

l. Car Buttons (Semi-Monthly) 1. Check buttons; Check plate screws; 2. Check emergency alarms; 3. Check stop switch. 4. Check key switches; and 5. Check call register lights. m. Car Top (Monthly) 1. Clean top of car; and Check light fixtures. n. Pits (Semi-Monthly) 1. Sweep pits and removed all rubbish/trash paper/ and other foreign matter; Check light fixtures ad pit switches. o. Pits (Semi-Annually) 1. Check buffers and run by; Check stop switch; and Check light fixtures and switch. p. Alarm Bells (Monthly) 1. Check car and pit alarm bells. q. Safety Switch (Semi-Annually) 1. Check electrical and mechanical operations r. Hatch Switches (Semi-Annually) 1. Check rollers and arms; 2. Check for level stops; 3. Check stop switch (final); 4. Check control switches and devices; and 5. Check automatic slow-down devices and switches. s. Interlock Switches (Semi-Annually) 1. Check rollers, electrical operation/latches and Locks; and 2. Lubricate and clean all rollers and latches. t. Limit Switches (Annually) 1. Check car for run by clearance; 2. Check fastenings to rails; 3. Check contacts (they shall open before buffers are fully compressed); and 4. Once final limits are moved, they shall be thru-bolted to rails. u. Control Board (Annually) 1. Check resistance tubes; Check transformers; Check rectifiers; tighten all terminal lugs. Check overloads. v. Car Slide (Semi-Annually) 1. Check for flats and roller guides; Check springs and tension; Check adjustment & wear of gibs. w. Traveling Cable (Semi-Annually) 1. Check worn spots and tape and fastening at junction box. 7

x. Car (Semi-Annually) 1. Tighten brace rods, nuts, bolts and screws, car top, crosshead, platform and steady plates. 2. Check panel reinforcement for proper stiffness; check mirror and alarm bells. Check handicapped accessibility operation and describe. y. Interlocks (Annually) 1. Inspect all internal parts and check door interlock keepers. z. Iron Work (Annually) 1. Check all shaft iron work rust and paint; inspect hatch side of doors and bucks. aa. Rails (Annually) 1. Remove fuzz and clean rails; check bracket bolts; clean beams; and check vanes. bb. Elevator (Annually) 1. Provide completed Hydraulic inspection & Test Report. cc. Wheelchair Lift (Semi-Annually) 1. Check with operating personnel for any deficiencies notice; check voltage and amperage under load; check bolts securing drive cabinet and base also tighten accordingly; check belt tension; 2. Inspect and check lift nut assembly; check cam rollers; check wear pads for excessive wear. Inspect motor and shaft pulleys; check Acme screw alignment; 3. Inspect and lubricate upper and lower bearings; check fastening of cable harness; check alignment of platform and doors; 4. Check door interlock switch for proper operation; check operation of final limit switch and emergency stop/alarm; check call/send controls at each station and on platform; and lube hinge of flip up ramp; and 5. Fill out maintenance checklist and report deficiencies to APS designated representative. dd. Wheelchair Lift (Annually) 1. Check with operating personnel for any deficiencies; check voltage and amperage under load; 2. Check bolts securing drive cabinet and base - tighten accordingly; check belt tension and lift nut assembly; 3. Check cam rollers; check wear pads for excessive wear; and inspect motor and shaft pulleys; 4. Check Acme screw alignment - Inspect and lubricate upper and lower bearings; 5. Check fastening of cable harness; 6. Check alignment of platform and doors; 7. Check door interlock switch for proper operation; and 8

8. Check operation of final limit switch and emergency stop/alarm Lube hinge of flip up ramp - Fill out maintenance checklist and report deficiencies; 3.19 Vendor shall provide the following services as part of continuous elevator and chairlifts maintenance program: 1. Software Upgrades Test and Quality Assurance Program 2. PC Board and Component Upgrades 3. Callback Reduction Center Service Center Parts & Support Center 4. Quality Assurance Center 5. Long Term Support (Schedule) 6. Provide monthly update (location and equipment) after all service calls and scheduled maintenance service calls 7. Provide APS inventory updates regarding chairlifts & elevators 8. Provide APS access to monthly elevator and chairlift maintenance information 9. Provide no elevator or chairlift monitoring charges to APS 10. Provide and maintain all elevator and chairlifts using personnel directly employed and supervised by vendor 3.20 The maintenance shall include inspection, lubrication, adjustment, and if conditions or usage warrant, repair or replacement of the following parts/services/repair items: 1. Controller parts, selectors and dispatching equipment, relays, solid-state components, transducers, resistors, condensers, power amplifiers, contracts, leads, dashpots, timing devices, computer and microcomputer devices, steel selector tape, mechanical and electrical driving equipment, signal lamps, and position indicating equipment. 2. Door operators, car door hangers, car door contacts, door protective devices, load weighing equipment, car frames, car safety mechanisms, car and counterweight guide shoes including rollers and gibs, and emergency car lighting. 3. Hoist way door interlocks and hangers, bottoms door guides, and auxiliary door closing devices. 4. Machines, worms, gears, thrust bearings, drive sheaves, drive - sheaves shaft bearings, brake pulleys, brake coils, contacts, linings, and component parts. 5. Motors, motor generators, motor windings, rotating elements, commentators, brushes, brush holders, and bearings. 6. Governor components, governor sheaves and shaft assemblies, bearings, contacts, governor jaws, deflector or secondary sheaves, car and counterweight buffers, car and counterweight guide rails, car and counterweight sheave assemblies, top and bottom limit switches, governor tension sheave assemblies, and compensating sheave assemblies. 7. Pump(s), pump motors, operating valves, valve motors, leveling valves, plunger packing, exposed piping, above ground plungers and cylinders, and hydraulic fluid tanks. 8. Chairlift handrails, handrail drive chains, handrail brush guards, handrail guide rollers, alignment devices, steps, step treads, step wheels, step chains, step axle bushings, comb plates, tracks, external gearing, and drive chains. 9. Chairlift upper drives, upper drive bearings, tension sprocket bearings, upper newel bearings and lower newel bearings, demarcation lights, and comb lights. 10. Vendor shall replace all wire ropes or coated steel belts as often as necessary to maintain an appropriate factor of safety. Vendors shall stay in compliancy with usage/codes/warrants regarding all elevator and chairlift maintenance. 11. Chairlift & Elevator annual no load test and annual pressure relief valve test. Vendor shall perform all annual tests as required by state/federal/city/and or county codes. 12. Vendor shall include monitoring of ADA telephone installed in elevators. 9

3.21 Elevator Technicians Standard of Quality a. The selected firm shall employ and supervise elevator technicians that who are very well trained. b. Technician must receive ongoing training in general equipment development as well as advancements made to specific elevators. c. To help increase elevator performance and decrease downtime, the technician must utilize the latest industry processes and technology available for specific elevators. The technician will be equipped with the tools, documentation and knowledge to troubleshoot unique service requirements. d. Technicians must be supported around the clock by a family of engineers and field support experts. 3.22 Technician Code of Conduct The following guidelines apply to all contractors and sub-contractors while working in or around any Atlanta Public Schools facility: a. No smoking at any time. All tobacco related products are prohibited inside, outside or anywhere on the site. b. Hats and caps are prohibited, except for hard-hats where required or if inclement weather conditions warrant. c. Guns or any weapons are prohibited at all times. d. No alcoholic beverages. All drugs or controlled substances are prohibited. e. Prior to starting work, contractor must report to the main office at all times. Regardless of where the work is conducted, contractors employees must check in at the Main Office and receive a visitor s badge. f. Contractors must have a photo ID visible at all times unless noted otherwise. g. Vendors shall not, under any circumstance, interact with students. h. Vendors shall not do any work in the hallways, classrooms, instructional area, etc., during school hours. i. Exception may be made if previously approved by the Project Manager. j. All work areas must be secured from access by students. k. Ladders, tools and any other equipment must not be accessible to students. l. Firm shall maintain a single point of contact on a 24-hour basis. An alternate may be assigned with the knowledge and permission of the Owner s Representative. m. All personnel shall be dressed in a manner authorized by the vendor, unless otherwise indicated by APS in writing. A uniform that identifies the worker as an employee of the vendor s workforce shall be worn at all times during work hours. The uniform should identify the company s name. Attire not within the standards of APS will not be authorized. n. The vendor s employees are expected to exhibit professional, courteous conduct and an appropriate appearance at all times. Any conduct or appearance deemed inappropriate by an APS representative will be grounds for removal from APS property. Vendor employees are to be respectful to faculty, students and visitors; these employees are prohibited from fraternizing with these groups. Flirtatious behavior, soliciting monies, names, addresses and other such inquiries will be cause for the employee to be removed from the premises. Also, radios or audible music are not allowed at worksites. Vendor shall assign the required staff to each location to be serviced. o. The vendor shall be responsible for repairing or replacing, to the satisfaction of Atlanta Public Schools, any damage caused by any willful or negligent act of its employees. The vendor is also 10

liable for any theft proven to be either committed by its employees or made possible by willful or negligent action of its employees. APS reserves the right to remove vendor from site based on the severity of the acts committed by the vendor s staff. p. The vendor must reimburse any costs incurred by Atlanta Public Schools due to illegal or inappropriate conduct by the vendor s employees. Such costs shall include, but are not limited to the following: 1. Re-keying or restoring of locks; Service charges levied by security alarm vendors, law enforcement agencies, or security companies in response to false alarms; 2. Payments to law enforcement agencies or security companies for investigations of conduct that prove an employee s inappropriate or illegal conduct; 3. Replacement costs of items missing or damaged, due to an employee s conduct; q. APS reserves the right to remove vendor from site based on the severity of the acts committed by the vendor s staff. The acts would be reviewed by assigned APS staff members. r. No work shall be performed in an area where children may return later in the day unless approved by Owners Representative. s. All areas of work shall be left in a clean condition and all debris shall be removed upon completion of service. Contractors are responsible for cleanup each day. 4.0 GENERAL INFORMATION: 4.1 All communications regarding this solicitation must be with Marki Dixon, the assigned Procurement Officer for the APS. 4.2 All questions or requests for clarification must be sent by email to: https://www.surveymonkey.com/r/elevatorandchairliftmaintenanceandrepairservicesqanda 4.3 By submitting a response to this request online, the offeror accepts the responsibility for downloading, reading and abiding by the terms and conditions set forth in the General Terms and Conditions found on the APS web site at: http://www.atlanta.k12.ga.us/page/231 4.4 All addendums related to this solicitation will be posted on the APS website at http://www.atlanta.k12.ga.us, Quick Links, Procurement, and Outstanding Solicitations. It is the offeror s responsibility to check the APS website for any addendums, responses to offeror questions or other communications related to this solicitation. 4.5 Vendor is not required to submit proof of insurance with proposal but must submit within five (5) business days after receiving a letter of intent. The insurance requirements are included in section 7 of the General Terms and Conditions. 4.6 The ACORD certificate of insurance must list Atlanta Public Schools as the additional insured. 4.7 Vendor agrees to and shall extend all of the same pricing, terms and conditions quoted to Atlanta Public Schools (APS), to all APS authorized charter schools through a separate legal agreement with the charter school (with the expectation that payment and coordination of services will be worked out individually between vendor and the respective charter school). While charter schools are separate legal entities from APS, they do serve APS students and are a part of the APS school district. 5.0 VENDOR REQUIREMENTS 5.1 APS policy requires that all contractors, consultants, or vendors providing services on APS premises be fingerprinted and submit to a criminal record check initiated by APS prior to providing services to APS. There is a fee of $44.25 per individual payable by money order associated with the background check. The payment of this fee is the sole responsibility of the contractor, consultant, vendor or the 11

employing company. Any contract awarded pursuant to this solicitation is contingent upon compliance with this requirement and a satisfactory background check as determined by APS. 5.2 Use of Subcontractors a. If subcontractors will be used in the performance of this contract, vendor must complete and submit with its response the Primary Vendor/Subcontractor Utilization form. b. Vendor shall not assign any duties to perform services nor to provide goods to APS under this contract to a subcontractor that is not listed in vendor s response to this solicitation. c. If a subcontractor is removed from the contact at any time during the term, vendor must notify APS Procurement Services in writing with name of subcontractor, reason for removal and effective date. d. If vendor desires to add a subcontractor at any time during the term of the contract, vendor must submit to APS Procurement Services in writing the following information on the subcontractor; company name, address, telephone, fax number, and the service they will be providing and proposed effective date. Subcontractor may not begin providing service until approved by APS. e. Vendor is responsible for ensuring that all subcontractors who provide goods or services under this contract comply with the terms and conditions of the contract. f. Vendor shall give APS immediate notice in writing of any claim, action or suit filed against vendor by any subcontractor. g. APS reserves the right to require that a subcontractor be removed from the contract. 5.3 Vendor must complete and submit with their proposal the applicable documentation related to Georgia House Bill 87 (commonly known as the Illegal Immigration Reform and Enforcement Act of 2011 ). 5.4 Information on Georgia House Bill 87 may be viewed on the APS web site at: http://www.atlanta.k12.ga.us Quick Links Procurement E-verify 5.5 Failure to provide the required Georgia House Bill 87 documentation may result in the offeror s response to the solicitation being deemed non-responsive and ineligible for evaluation. 5.6 The Atlanta Board of Education desires that the Atlanta Public Schools operate in the most ethical and conscientious manner possible. Employees are expected to not only avoid any direct conflict of interest but also to avoid even the appearance of impropriety. In an effort to comply with Board policy and to ensure that our relationship with vendors is above reproach, vendors are prohibited from giving any APS employee any gift, favor, loan, reward, political contribution, gratuity, entertainment, transportation, lodging, or meal except those of nominal value (less than $50.00), which must be disclosed to the immediate supervisor and the Department of Internal Auditing. Advertising items and instructional products that are widely distributed may be accepted. (Refer to Policy GAG and GAJB). 5.7 All contractors and vendors desiring to do business with the APS and/or to participate on APS contracts shall be required to comply with Board policy GAG, Staff Conflict of Interest. All vendors and contractors doing business with the APS shall provide all persons with equal opportunity without regard to race, color, sex, religion, national origin, marital status, sexual orientation, age, or disability. 5.8 Vendors shall not contact APS Board members individually for the purpose of soliciting a purchase or contract between the time a request for proposal, request for qualifications or invitation to bid is formally under development and a recommendation is made by the administration to the Board if 12

applicable. If a vendor violates this prohibition during this time frame, consideration of the vendor for award shall be invalidated. Board members shall be notified of possible violations and actions taken. 6.0 SUBMISSION REQUIREMENTS 6.1 Proposals shall be submitted online via the following link: https://www.surveymonkey.com/r/elevatorandchairliftmaintenanceandrepairservices 1. Section 6.11: Sections 1 & 2, as referenced on page 13 and all required documents referenced in section 6.2. 6.2 The following required documents must be submitted with your proposal: 1. Offeror affirmation form (required for valid submission) 2. Offeror information form (required for valid submission) 3. Offeror reference form(required for valid submission) 4. Joint venture affidavit (check the appropriate box on the form) 5. Primary vendor / subcontractor utilization (check the appropriate box on the form) 6. Promise of non-discrimination (required for valid submission) 7. Contractor Affidavit of Compliance under O.C.G.A 13-10-91(b) (1) 8. Subcontractor Affidavit of Compliance under O.C.G.A 13-10-91(b) (3), if applicable. 9. Sub-subcontractor Affidavit of Compliance under O.C.G.A 13-10-91(b) (4), if applicable 10. Affidavit of Exception, if applicable 11. Local preference form (required for valid submission) 12. Occupation Tax Registration Certificate, (if applicable, refer to section 9 Local Preference). 13. Copy of local or state business license or permit. 14. Signature page to APS contract 6.4 Proposals, in the format requested in 6.11 (Online Submission) and 6.2 (Required Documents) shall be submitted online. 6.5 Any proposal received online after the designated time and date due will not be considered by APS. APS will only accept online submissions for this RFP. Proposals can be submitted on line at https://www.surveymonkey.com/r/elevatorandchairliftmaintenanceandrepairservices. Proposals submitted after the proposal close date will not be accepted. Note: Any proposal submitted in any other format (paper, fax, mail, etc.) will not be accepted for any reason. 6.6 Proposals cannot be withdrawn after they have been submitted online unless offeror makes a request in writing to the Director of Procurement Services prior to the time set for receiving bids, or unless the Director of Procurement Services fails to accept or reject the bids within one hundred and twenty (120) days after the date fixed for receiving said proposals. 6.7 Proposals which contain irregularities of any kind and/or do not comply fully with requirements stated in the solicitation documents may be rejected at the discretion of the Director of Procurement Services. APS shall not be liable for any costs associated or incurred by offeror in conjunction with preparation of solicitation responses. 6.8 APS reserves the right to waive any minor informality or error in the solicitation or offerors proposal which will not adversely affect competition. 6.9 By submitting a response the offeror certifies that this proposal is made without prior understanding, agreement or connection with any corporation, company or person submitting a bid for the same service and is in all respects fair and without collusion or fraud; that collusive pricing is understood to be a violation of state and federal law and can result in fines, prison sentences and civil damage awards. It is 13

further agreed that offeror agrees to abide by all conditions of the solicitation, notice of award and/or purchase order(s) of APS and that the person signing this bid is duly authorized to bid on behalf of the offeror. 6.10 Failure to provide an online submission with correct information listed in section 6.4 may result in rejection of the proposal. If further information is required to demonstrate responsibility such as providing copies of licenses or permits (other than those mentioned in 6.2, certificates, etc., the offeror will be notified, in writing and given five (5) days from notification to supply such information. 6.11 Offeror shall submit online proposal with a response that fully answers each question list on the online submission. Offeror must reference each section as listed below. Section 1 Company Qualifications and Experience a. Provide a brief history of the company including the number of years in business providing elevator services. b. Describe your firm s previous experience providing elevator and chairlift maintenance and repair services other school districts or like entities. c. Provide detail information on the number of technicians available to provide elevator services to APS. Section 2-Methodology and Operations 1. Describe your firm s ability to obtain the required parts for various repair projects. 2. Provide information regarding the various elevator and chairlift service programs offered by your firm. 3. Provide information regarding your elevator technician training program. 4. Describe your firm s quality assurance and warranty programs. d. Describe your firm s safety program. e. Provide in detail information regarding your firm s sustainability program. f. Provide information regarding your firm s ability to provide service to any elevator and chairlift model, make, manufacturer or age of the equipment. Section 3-Pricing Please provide pricing on the separate attached pricing document. Please do not alter or change the price proposal form. 7.0 EVALUATION 7.1 To be eligible for consideration, proposals shall be presented in accordance with the instructions of this solicitation and within the timeframe specified. It shall be the responsibility of the awarded vendor to meet all specifications and guidelines set forth herein. 14

7.2 An APS evaluation committee will evaluate each proposal properly submitted. APS, at its sole discretion, determines the criteria and process whereby proposals are evaluated and awarded. No damages shall be recoverable by any challenger as a result of the determinations or decisions by APS. 7.3 APS reserves the right during the evaluation process to contact offerors who submit proposals and request additional information or clarification necessary to complete the evaluation. 7.4 After the closing date and time, Procurement Services will conduct an administrative review of all proposals received to determine responsiveness. Proposals that are deemed to be responsive will be submitted to the evaluation committee for review. Proposals that are deemed to be non-responsive will not be evaluated or considered for award. 7.5 APS will evaluate all proposals and reserves the right to develop a competitive range. The competitive range is defined as a group for competitive negotiation, as determined during the evaluation process, composed of only those proposals that are considered to have a reasonable chance of being selected for an award and who are, therefore, chosen for additional discussions and negotiations. Proposals not in the competitive range are given no further consideration. 7.6 Proposals will be evaluated on the following criteria: Company qualifications and experience; Methodology / operations; and Pricing 7.7 APS reserves the right to request a best and final offer (BAFO) from offerors during the evaluation process. 7.8 APS reserves the right to negotiate terms and conditions, which may be necessary or appropriate to meet the needs of the district. 7.9 Negotiations may be: a. Concurrent which may be conducted concurrently with multiple offerors or; b. Exclusive which may be conducted with the offeror whose proposal is the overall highest rated. 8.0 AWARD 8.1 Please be advised that it is the policy of the Atlanta Public Schools that all contracts be awarded without regard to the race, color, sex, religion, national origin, marital status, sexual orientation, age, or disability of the offeror. 8.2 This contract shall be for one (1) base term (of one year or less) with four (4) one-year options to renew at the sole discretion of the Superintendent of APS. The contract will be conditional upon the offeror s ability to comply with requirements set forth in the solicitation documents. 8.3 APS has selected as its owner s representative, the Maintenance Supervisor. Supervision of the contract will be performed by the owner s representative or his/her designee. 8.4 Offeror shall not provide goods or services until a purchase order has been issued by APS s Procurement Services Department. 8.5 The original and one (1) copy of itemized invoices must be submitted to: Atlanta Public Schools Accounts Payable Department P. O. Box 4659 15

Atlanta, GA 30302 8.6 Invoices a. Invoices must include the APS purchase order number and the ship to location where the goods and/or services were delivered that does not include this information will be returned to the vendor. b. Separate invoices are required for each purchase order. c. The accounts payable department may be contacted at 404-802-2400. 8.7 Vendor Payment APS may make payments to vendors via one of the following: a. Automated Clearing House (ACH) b. Check c. Purchasing Card 8.8 APS reserves the right to reject all proposals when such action is in the best interest of the district. 8.9 Awards will be posted on the APS website at: http://www.atlanta.k12.ga.us Quick Links Procurement Contracted Vendors 8.10 APS reserves the right to award to more than one vendor. 9.0 LOCAL PREFERENCE 9.1 In order to encourage and promote Atlanta Public Schools contracting opportunities with local businesses, formal solicitation processes may give preference to proposals and bids from local businesses based on the following rules. 9.2 Local preferences are prohibited when federal funds are the source of funding. 9.3 Local businesses that wish to receive preferential consideration shall submit a copy of their Occupation Tax Registration Certificate issued by Clayton, Cobb, DeKalb, Fulton or Gwinnett counties or by a city government located with the five-county metro area (e.g. Atlanta, Decatur, Marietta) covering the last 12 month period to certify qualification or the preference as part of each proposal or response. 10.0 CONTRACT 10.1 By submitting a response to this solicitation, the offeror affirms that it has read and will accept all provisions of the contract as written and attached to this solicitation. Offeror also understands that these provisions are non-negotiable and that the contract is not legally binding upon the parties until executed by APS and offeror. 10.2 The offeror must sign and submit the contract signature page with the response to the solicitation. By doing so, the offeror acknowledges that it accepts the provisions of the APS contract as written. 16

NON-SUBMITTAL RESPONSE FORM Atlanta Public Schools Procurement Services 130 Trinity Ave., S. W. Atlanta, Georgia 30303 RFP Name: RFP Number: 031116-01 NOTE TO VENDOR: If your company s response is a non-submittal, the Atlanta Public Schools is very interested in the reason for such response since APS desires to ensure that the procurement process is fair, non-restrictive and attracts maximum participation from interested companies. We therefore, appreciate your responses to this non-submittal response form. Please complete and fax this form to: (404) 802-1506 Please indicate your reason for responding with a non-submittal : Unable to meet the requirements for this solicitation. Unable to provide the goods or services specified in this solicitation Unable to meet time frame established for start and or completion of project. Received too late to submit a bid. Received on: Please remove our company s name from receiving similar type solicitations. Other (Please explain): Your response will be reviewed and placed in the solicitation file. Your input will assist APS in determining changes necessary to increase participation in the solicitation process. Company name Company address ( ) ( ) Company telephone number Company fax number Primary company contact e-mail address Authorized company official signature Title Date 17

Company Name: RFP Name: Atlanta Public Schools RFP Number: 031116-01 OFFEROR AFFIRMATION FORM (This form must be completed and returned with your response) After careful examination of the solicitation document in its entirety, Elevator and Chairlift Maintenance and Repair Services, Solicitation No. 031116-01 and any addendum(s) issued, the undersigned proposes to satisfy all requirements in accordance with said documents. For consideration of this proposal, the undersigned hereby affirms that: 1. He/she is a duly authorized official of the offeror, 2. No changes were made to the original RFP document, 3. The proposal is being submitted on behalf of the offeror in accordance with any terms and conditions set forth in this document, 4. The offeror will accept any awards made to it as a result of the proposal submitted herein for a minimum of one hundred and twenty (120) calendar days following the date of submission, 5. The offeror will accept the terms and conditions set forth in the contract template attached hereto. 6. The offeror will accept the terms and conditions set forth in the APS general terms and conditions. It is the supplier s responsibility to check the APS Outstanding Solicitations website for any addenda, responses to supplier questions, or other communications. Supplier acknowledges and incorporates each applicable Addenda number listed below in their response: Check all that apply: No. 1, No. 2, No. 3, No. 4, No. 5 No Addenda If notified in writing by mail or delivery of the acceptance of the award, the undersigned agrees to furnish and deliver to the assigned Procurement officer within five (5) days of the request, a certificate of insurance indicating the coverage s specified within this solicitation. A contract shall be established which will set forth the terms of this agreement. The contract shall be interpreted, construed and given effect in all respects according to the laws of the State of Georgia. Nondiscrimination in Employment: We, the supplier of goods, materials, equipment or services covered by this bid or contract, have not discriminated in the employment, in any way, against any person or persons, or refused to continue the employment of any person or persons on account of their race, color, sex, religion, national origin, marital status, sexual orientation, age, or disability. Respectfully submitted, Company Name Address Authorized Company Representative Name Authorized Company Representative Signature Title Date ( ) ( ) Business Telephone Number Fax 18

RFP Name: Atlanta Public Schools RFP Number: 031116-01 Full Company Legal Name: Street Address: City, State, Zip Code: OFFEROR INFORMATION FORM (This form must be completed and returned with your response) Contact Name for Solicitation: Title: Telephone: ( ) Fax: ( ) E-mail: Contact Name for Contract: Title: Telephone: ( ) Fax: ( ) E-mail: Contact Name for Purchase Order s: Title: Telephone: ( ) Fax: ( ) E-mail: Purchase orders may be delivered via e-mail or fax. Please indicate your preferred delivery method and provide an e-mail address or fax number where they should be sent. E-mail Fax ( ) Company Web Site: State of Incorporation: Taxpayer ID Number: Duns #: Check one of the following: Independently owned and operated: An Affiliate or Division of: Company Name: Address: Does the company utilize an Affirmative Action Plan for Equal Employment Yes No Opportunity? Has the company implemented a compliance program in accordance with the Yes No Americans with Disabilities Act? Have any conditions or restrictions been placed on this proposal by the company Yes No that would cause it to be declared non-responsive? If recommended for award will company provide proof of insurance as required? Yes No Is the company currently debarred from doing business with any federal, state or Yes No local agency? If yes please provide details and submit on a separate sheet. Has the company ever defaulted on a contract or been denied a contract due to Yes No non-ability to perform? If yes please provide details on a separate sheet. Does the company accept payment by credit card? Yes No Is the company registered as a vendor with Atlanta Public Schools? Yes No 19

OFFEROR REFERENCE FORM (This form must be completed and returned with your response) RFP Name: RFP Number: 031116-01 All references must be from customers for whom your company has completed work similar to the specifications of this bid. Note: do not use Atlanta Public Schools as a reference. References for: (Company Name) 1. Company: Address, City, State, Zip: Name/title of Contact Person: Telephone : ( ) Fax: ( ) E-mail: Provide the scope of work and date of project: 2. Company: Address, City, State, Zip: Name/title of Contact Person: Telephone : ( ) Fax: ( ) E-mail: Provide the scope of work and date of project: 3. Company: Address, City, State, Zip: Name/title of Contact Person: Telephone : ( ) Fax: ( ) E-mail: Provide the scope of work and date of project: 20

Primary Vendor Name: If this will not be a joint venture, check this box: RFP Name: RFP Number: 031116-01 State of: County of: JOINT VENTURE AFFIDAVIT (This form must be completed and returned with your response) We, the undersigned, being duly sworn according to law, upon our respective oaths depose and say that: 1. The following named contractors/companies have entered into a joint venture for the purpose of carrying out all the provisions of the Contract for the above named solicitation: Company Name Address: Joint Venture Company A Federal ID No. City: State: Zip: Check all that apply: Sole Proprietorship Partnership Corporation N/A, other Joint Venture Company B Company Name Address: Federal ID No. City: State: Zip: Check all that apply: Sole Proprietorship Partnership Corporation N/A, other 2. The contractors/companies, under whose names we have affixed our respective signatures, have duly authorized and empowered us to execute this Joint Venture Statement in the name of and on behalf of such contractors for the purpose hereinbefore stated. Under the provision of such Joint Venture, the assets of each of the contractors named in Paragraph 1 hereof, and in case any contractor so named above is in partnership, the assets of the individual members of such partnership, will be available for the performance of such Joint Venture and liable therefore and for all obligations incurred in connection therewith. 21

JOINT VENTURE AFFIDAVIT This Joint Venture Statement is executed so that the named contractors/companies, as one organization, may under such joint venture, bid upon said contract, and be awarded the contract if they should become the successful bidder therefore, any bid, bond and agreement relating to joint venture and each and every contractor name herein, severally and jointly. Simultaneous with the execution of the contract, the contractors entering into this joint venture shall designate and appoint a project manager to act as their true and lawful agent with full power and authority to do and perform any and all acts or things necessary to carry out the work set forth in said contract. The Joint Venture shall be known as: Principal Office Address: City: State: Zip: Telephone: ( ) Fax: ( ) 3. On a separate sheet provide the following information and reference the section number: A. Describe the capital contributions by each joint venture and accounting therefore. B. Describe the financial controls of the joint venture. Will a separate cost center be established? Which joint venture company will be responsible for keeping the books? How will the expenses be reimbursed? What is the authority of each joint venture company to commit or obligate the other? C. Describe any ownership, options for ownership, or loans between the joint ventures. Identify terms thereof. D. Describe the estimated contract cash flow for each joint venture company.. E. How and by whom will the on-site work be supervised? F. How and by whom will the administrative office be supervised? G. Which joint venture company will be responsible for material purchases including the estimated cost thereof? How will the purchases be financed? H. Which joint venture company will provide equipment? What is the estimated cost thereof? How will the equipment be financed? I. Describe the experience and business qualifications of each joint venture company. J. Submit a copy of all joint venture agreements and evidence of authority to do business in the State of Georgia as well as locally, to include all necessary business licenses. 22

JOINT VENTURE AFFIDAVIT In connection with any work that these firms, as a joint venture, might be authorized to perform in connection with the above captioned contract, we each do hereby authorize representatives of the APS, Department of Procurement Services, Office of Contract Administration, to examine, from time to time, the books, records and files to the extent that such relate to this APS solicitation. We bind the contractors for whom we respectively execute this Joint Venture Statement in firm agreement with the APS, that each of the representations herein set forth is true. Subscribed and sworn before me this day of 20. (A) Name of Contractor/Company A My commission expires: By: (L.S.) Notary Public Print Name Subscribed and sworn before me this day of 20. (B) Name of Contractor/Company B My commission expires: By: (L.S.) Notary Public Print Name 23

PRIMARY VENDOR / SUBCONTRACTOR UTILIZATION (This form must be completed and returned with your response) RFP Name: RFP Number: 031116-01 Primary Vendor Name: If subcontractors will not be used check this box: List all subcontractors to be used during the performance of this contract. Submit additional forms if needed. Company Name: Street Address: City, State, Zip: Telephone: ( ) Fax: ( ) Primary Contact: E-mail Address: Services to be provided: Company Name: Street Address: City, State, Zip: Telephone: ( ) Fax: ( ) Primary Contact: E-mail Address: Services to be provided: Company Name: Street Address: City, State, Zip: Telephone: ( ) Fax: ( ) Primary Contact: E-mail Address: Services to be provided: 24