REQUEST FOR PROPOSALS PROVIDE ELEVATOR AND ESCALATOR MAINTENANCE SERVICES

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

REQUEST FOR PROPOSALS PROVIDE INVESTMENT ADVISOR SERVICES

REQUEST FOR PROPOSALS PROVIDE DIGITAL SIGNAGE SOLUTION

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

Document B105 TM. Standard Form of Agreement Between Owner and Architect for a Residential or Small Commercial Project

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

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

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

IOWA STATE UNIVERSITY CATERING AGREEMENT

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

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

REQUIRED SIGNATURE PAGE FOR PROPOSALS. Disaster Restoration and Recovery Services

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

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES

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.

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

SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR

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

Standard Form of Agreement Between Contractor and Subcontractor

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

SUBCONTRACTOR AGREEMENT

City of Merriam, Kansas

MASTER SUBCONTRACT AGREEMENT

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

Page of 5 PURCHASE AGREEMENT

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

Management of Jobing.com Arena

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

Black Hawk County Engineer

The schedule of events associated with this Request for Proposals (RFP) is as follows: RFP release date: July 01, 2016

INDEPENDENT CONTRACTOR AGREEMENT

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

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES

SERVICE AGREEMENT CONTRACT NO.

Strategic Planning Services

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

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

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

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

SECTION III: SAMPLE CONTRACT AGREEMENT FOR SERVICES

REQUEST FOR PROPOSAL TO FURNISH & INSTALL FOOD SERVICE EQUIPMENT CONTRACT NO. C-1126

Requests For Proposals

W I T N E S S E T H:

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

NAPA SANITATION DISTRICT Napa, California

ANNEX A Standard Special Conditions For The Salvation Army

Great Parks of Hamilton County Mulching Landscape Beds and Tree Rings Request for Proposal February 1, 2019

5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED.

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services

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

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

CITY OF MANCHESTER REQUEST FOR PROPOSALS BUILDING DEMOLITION SERVICES

FULLY EXECUTED Contract Number: Contract Effective Date: 01/06/2015 Valid From: 12/01/2014 To: 12/31/2099

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

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

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

KING COUNTY LIBRARY SYSTEM WHITE CENTER LIBRARY FURNITURE PROJECT

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

REQUEST FOR PROPOSALS. Small Business and Commercial Corridor Revitalization Program BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE

NORWALK-LA MIRADA UNIFIED SCHOOL DISTRICT

ADVERTISEMENT FOR BID

Cline Tours, Inc. SERVICE CONTRACT (SHUTTLE SERVICES)

Request for Proposal (RFP) For Plat book Printing

TRENTON AGRI PRODUCTS LLC INSURANCE & INDEMNIFICATION TERMS & CONDITIONS

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

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

STATEMENT OF WORK. Installations, Repair and/or Maintenance of Sewage and Drain Lines. Presque Isle State Park (Erie County)

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

MODIFIED REQUEST FOR PROPOSALS. PROFESSIONAL SERVICES FOR FIRE STATION NO. 1 GEOTHERMAL TEST WELL Activity ID

Champaign Park District: Request for Bids for Playground Surfacing Mulch

Request for Proposal ACTUARIAL CONSULTING SERVICES

October 01, ADDENDUM #1 RP Provision of Standby Architectural and Engineering Services on an Annual Contract

RFQ #1649 April 2017

Subcontract Agreement

SMALL BUSINESS TECHNICAL ASSISTANCE SERVICES REQUEST FOR QUALIFICATIONS ( RFQ ) Revised: April 15, 2016

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

Three Rivers Convention Center 9th. Annual Senior Life Show General Show Information

PROPOSAL AND SPECIFICATIONS FOR ROADSIDE MOWING

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

REQUEST FOR PROPOSALS

BID DOCUMENTS FOR THE PROCUREMENT OF CATWALK EQUIPMENT

SANTA CLARA UNIFIED SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS. RFQ No

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

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

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

2. Attachments a) Design Drawings Drawing(s) Revision Revision Date Specifications (T1.1-T2.8) N/A N/A A /06/17 A1.1 N/A N/A A2.

REQUEST FOR PROPOSAL

ALABAMA STATE PORT AUTHORITY REQUEST FOR QUALIFICATIONS

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

PENNSYLVANIA CONVENTION CENTER REGISTRATION AND RIGHT OF ENTRY LICENSE AGREEMENT EVENT CONTRACTOR

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018

Invitation for Bid. Gondola Generator Enclosure Framing

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

Standard Form of Agreement Between Contractor and Subcontractor

ADDENDUM NO. 1 INVITATION FOR BID B303 ROOF REPAIRS & REPLACEMENT

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

Document A Standard Form of Agreement Between Contractor and Subcontractor

TOWN OF WINDSOR. Self Contained Breathing Apparatus (SCBA) and Bottle Filling Equipment REQUEST FOR PROPOSAL

INDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT

Transcription:

REQUEST FOR PROPOSALS PROVIDE ELEVATOR AND ESCALATOR MAINTENANCE SERVICES 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 qualifications 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 New Orleans Ernest N. Morial Convention Center may reject any and all responses after receipt or withdraw this request for qualifications at any time prior to or after receipt of responses. Should no responses be received, the New Orleans Ernest N. Morial Convention will negotiate a private contract. The OWNER is seeking a Request for Pricing ( RFP ) for Elevator and Escalator Maintenance Services as described in this document and related exhibits. All services shall be provided on an asneeded basis. Response to this RFP does not guarantee a contract. All responses are due by 10:00 a.m. (CST) on Thursday, January 26, 2017 and may be submitted in any of the following methods: Mail: Email: Electronic Submission: New Orleans Ernest N. Morial Convention Center 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 New Orleans Ernest N. Morial Convention Center 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, Financial Services Conference Room on the mezzanine floor above Lobby B on Thursday, January 11, 2017 10:00 a.m. Any questions related to the project and/or to obtain documents, contact the Contracts Division via email at contracts@mccno.com or phone at 504-582-3562. Page 2 of 5

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 that will provide Elevator and Escalator Maintenance Services. See Exhibit No. 1 for details. CONTRACT COST The OWNER agrees to pay the CONTRACTOR for services as detailed in the Scope of Work. 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. VII. VIII. 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, one (1) year base and four (4) renewal options based on mutual agreement by both parties. All services shall be provided on an as-needed basis. There shall be no guarantee as to the amount of work the CONTRACTOR will be given during the term of the contract. INSURANCE The successful Respondent 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 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 Page 3 of 5

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. IX. FEES AND INVOICING The OWNER will pay for services based upon work performance and agreed upon rates and fees. Invoices for services and expenses shall be submitted for payment and must include back-up documentation such as timesheets, spreadsheets, receipts, etc. to the invoice amount. To expedite payment approval, invoices may be submitted electronically to the accounts payable department at (accounts_payable@mccno.com). The OWNER shall make payments of approved invoice sums to the Agency within thirty (30) calendar days after receipt of an invoice. Page 4 of 5

X. EXPENSES Expenses shall be billed at reasonable and actual cost and shall be supported by documentation in the form of detailed receipts and/or invoices. Travel and transportation expenses include, but are not limited to; tolls, parking, airfare, hotel accommodations and meals at reasonable and customary rates. Guidelines for reasonable expenses include: (i) coach air fare, (ii) mid-size car rentals, (iii) lodging at reasonable business hotel, and (iv) meals at actual and reasonable cost. (No alcohol). Mileage will be reimbursed at the current IRS rate. The OWNER must pre-approve all travel expenses. XI. XII. XIII. 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. CONTRACT FORM Request to obtain a contract form should be emailed to contracts@mccno.com. Page 5 of 5