RFP Provide Elevator & Escalator Maintenance Services Exhibits

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

Provide Insurance Broker/Agent/Consulting Services for Property and Casualty Program Exhibits

REQUEST FOR PROPOSALS PROVIDE ELEVATOR AND ESCALATOR MAINTENANCE SERVICES

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

CITY OF SACRAMENTO NONPROFESSIONAL SERVICES AGREEMENT LESS THAN $25,000

ELEVATOR MAINTENANCE AND REPAIR SERVICES

TOWN OF CUMBERLAND, RI BID #

SMALL ORDERS TERMS AND CONDITIONS - BLANKET

Subcontractor Insurance Requirements Certificate Holder VCI Construction, LLC 1921 W. Eleventh Street, Upland CA 91786

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

REQUIRED SIGNATURE PAGE FOR PROPOSALS. Disaster Restoration and Recovery Services

CITY OF LIVERMORE BID #4050 FOR: FIRE AND BURGLAR ALARM MONITORING NOTICE TO BIDDERS

NORTHEAST 2018 INSURANCE REQUIREMENTS

LAS VEGAS 2018 INSURANCE REQUIREMENTS

EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY

CITY OF SACRAMENTO PROFESSIONAL SERVICES AGREEMENT LESS THAN $25,000

St. Charles City County Library District

INSURANCE REQUIREMENTS Chicago Department of Aviation Certified Service Provider Program ( CSPP )

REQUEST FOR PROPOSALS PROVIDE DIGITAL SIGNAGE SOLUTION

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

REQUEST FOR PROPOSALS PROVIDE INVESTMENT ADVISOR SERVICES

REQUEST FOR PROPOSAL (RFP 06-16) WATER SYSTEM ASSESSMENT CITY OF FOLLY BEACH

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT

OLYMPIC TOWER CONDOMINIUM

Or

WINDSOR HIGH SCHOOL POOL HOUSE HVAC UNIT REPLACEMENT PROJECT 50 SAGE PARK ROAD. WINDSOR, CT

Specification. Page Utility Enterprises Powell Substation T2 - Steel Structures. May Bid #225

SOUTHEAST LOUISIANA FLOOD PROTECTION AUTHORITY WEST CONSTRUCTION PROPOSAL FOR WEST JEFFERSON LEVEE DISTRICT

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch

AMENDMENT OF SOLICITATION REQUEST FOR PROPOSALS (RFP) ADDENDUM No. 1. Issued: May 23, 2016

HOPKINSVILLE WATER ENVIRONMENT AUTHORITY

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM

THE CONSTRUCTION MANAGEMENT ASSOCIATION OF AMERICA, INC. CMAA Document CMAR-2 (2013 Edition)

DAVID L. LAWRENCE CONVENTION CENTER. REQUEST FOR PROPOSAL RFP09-02 Fire Sprinkler Inspection and Maintenance

DALLAS FORT WORTH INTERNATIONAL AIRPORT ADDENDUM NO. 2. Terminal B & E Passenger Boarding Bridge Replacement Gates B9, B26, E31, E34

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

OVERSIZE LOADS TYPES OF PERMITS ISSUED

TABLE OF CONTENTS LIQUID ALUM WATER POLLUTION CONTROL PLANT CONTRACT NO ENVIRONMENTAL SERVICES DEPARTMENT CITY HALL

JEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent

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

Exhibit. Owner Controlled Insurance Program. Insurance Requirements

OLYMPIC TOWER CONDOMINIUM 641 Fifth Avenue New York, New York x1 - Office Fax

Requests For Proposals

Bridgeville School District

EXHIBIT G. Insurance Requirements. [with CCIP]

*Audio Video Design-Build Group Cypress, CA

ST. TAMMANY PARISH PATRICIA P. BRISTER PARISH PRESIDENT

Performance CONTRACTORS, INC. HAULING TERMS AND CONDITIONS

REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY Tacoma Community Redevelopment Authority

responsibility of Tenant and/or Construction Contractors or Construction Subcontractors to pay.

CCIP ADDENDUM. Blasting or any blasting operations;

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

PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT

LONE TREE SCHOOL FLOORING REPLACEMENT

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

Request for Proposal (RFP) For Plat book Printing

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

REQUEST FOR PROPOSAL (RFP 01-18) ISLAND DRAINAGE STUDY AND STORM WATER SYSTEM ASSESSMENT CITY OF FOLLY BEACH

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

Warner Robins Housing Authority

INTERIM WAIVER AND RELEASE UPON PAYMENT

KING COUNTY LIBRARY SYSTEM WHITE CENTER LIBRARY FURNITURE PROJECT

SPECIFICATIONS FOR FURNISHING LIQUID SODIUM BISULFITE (25% CONCENTRATION) DURING FY

Snow Removal Services Request for Proposals December 1, April 30, 2019

GLENVIEW PARK DISTRICT 1930 PRAIRIE STREET GLENVIEW, ILLINOIS (847)

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651

AMENDMENT NO. 1 TO OPERATING AGREEMENT FOR NON-SIGNATORY PASSENGER AIR CARRIERS FOR TAMPA INTERNATIONAL AIRPORT TAMPA, FLORIDA BY AND BETWEEN

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

RFP Provide Insurance Brokerage and Consultation Services for Employee Health and Welfare Benefits Exhibits

Specification: , Bicycle Maintenance and Repair Services Addendum No. 1

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

REQUEST FOR SEALED BID PROPOSAL

PRODIGY. CONTRACTING GROUP INC. CommerCial residential industrial

City of Hammond. Purchasing Department RFP 15-15

City of Hammond Purchasing Department RFP 14-15

BID DOCUMENTS FOR THE PROCUREMENT OF CATWALK EQUIPMENT

GRB Rigging Approval Form

City of Arcata Engineering Department Encroachment Permit Application

BID DOCUMENTS FOR REINSULATE PHASE II CHILLED WATER LINES CONTRACT NO. C-1193

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

REQUEST FOR PROPOSAL (RFP) FOR: RFP # LEACHATE HAULING MAR-OCO LANDFILL POSTING DATE: OCTOBER 17, 2018

EXHIBIT B. Insurance Requirements for Environmental Contractors and/or Consultants

AMENDMENT NO. 1 TO OPERATING AGREEMENT FOR NON-SIGNATORY PASSENGER AIR CARRIERS FOR TAMPA INTERNATIONAL AIRPORT TAMPA, FLORIDA BY AND BETWEEN

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

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)

BID DOCUMENTS FOR TREE TRIMMING AND/OR TREE REMOVAL SERVICES

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

Request for Quotation

Subcontractor Partner Prequalification Form. Company Name: DBA (if applicable):

County of Rockwall State of Texas

Request for Proposal # Postage Meter Lease & Maintenance Service

Sample. Sub-Contractor Insurance & Indemnification Agreement

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) Chain Link Fence Installation at CBJ Wastewater Facilities

OGC-S Owner-Contractor Construction Agreement

POST BID ADDENDUM. Project: LDS Eastview, Mesa, Iona 10 HVAC Project No.: Addendum No.: 2

SAMPLE SUBCONTRACTOR AGREEMENT

MASTER TRANSPORTATION BROKERAGE AGREEMENT

[ ] an individual, [ ] a corporation (please mark appropriate box), duly organized under the

SECTION 1.A BID FOR LUMP SUM CONTRACT

Transcription:

Exhibit No. 1: Scope of Work The CONTRACTOR shall provide all materials, supplies, labor, tools, equipment and supervision to provide elevator and escalator maintenance services as detailed in the scope of work and standards packet. Page 1 of 7

Exhibit No. 2: Proposal Forms Ernest N. Morial New Orleans Exhibition Hall Authority 900 Convention Center Blvd. New Orleans, Louisiana 70130 DATE: Gentlemen: (I)(We) (PRINT OR TYPE NAME OF COMPANY SUBMITTING PROPOSAL) do hereby declare that (I) (we) have carefully examined the Proposal Documents prepared by the Ernest N. Morial Convention Center New Orleans for the Ernest N. Morial New Orleans Exhibition Hall Authority (Owner) to provide: ELEVATOR & ESCALATOR MAINTENANCE SERVICES: and that (I) (we) have carefully examined the job site premises and have a clear understanding of the said documents and premises. (I) (We) hereby propose to furnish all labor and other means as outlined in the Contract and Proposal Documents, necessary for completing all work specified for the initial first year Base Contact Price for Elevator and Escalator Maintenance Services, and Additional Services (based on Hourly Rates) for the Contract Prices listed below: ITEM NO. 1: Annual Full Maintenance Services: (figures) (words) ITEM NO. 2: Labor Rates for Additional Work: BILLING RATE MECHANIC HELPER TEAM Regular Time $ $ $ Premium Time Standby at 1.5 $ $ $ Overtime Premium at 1.7 $ N/A N/A Overtime Premium (Double Time) $ $ $ Shift Premium per 1.11, C. $ N/A N/A Page 2 of 7

ITEM NO. 3: Inventory Onsite Parts: PART # DESCRIPTION QTY PRICE (TOTAL) Courion door motor Elevator Rectifier & Capacitors Relays & Contacts Pump belts & gate belts Hoistway switches Floor switches Miprom boards Door rollers Freight & gate shoes Assorted fuses Plug-in relays Worm gear lube, chain lube, D lube Comb plates- left, center, right Step treads- left, center, right Escalator relay boards, CPU boards, brake boards Escalator steps Tachometer 2 ea. 6 ea. 6 ea. 6 ea. 24 ea. 24 ea. 24 ea. 48 ea. 12 gal 2 ea. 3 ea. or 18 total 2 ea. 230 Volt brake coil 1 ea. Page 3 of 7

(I) (We) agree, if awarded the Contract, (I) (we) will commence and execute work within time frames outlined in the Contract and Proposal Documents. The undersigned hereby designates the office to which the "Notice of Award" and Contract may be mailed: PROPOSERS' NAME: (Print or Type Name of Individual Preparing Proposal) COMPANY NAME: COMPANY ADDRESS: STATE OF INCORPORATION: (If Applicable) PHONE NO.: ( ) FAX NO.: ( ) It is clearly understood that (my) (our) Proposal may be withdrawn at any time prior to the scheduled time of Proposal opening, or any authorized postponement thereof, provided that the Owner receives (my) (our) written request for such withdrawal prior to Proposal Opening or any authorized postponement thereof. It is further understood that (my) (our) Proposal may not be withdrawn until sixty (60) calendar days after the date of the Proposal Opening, if notice is not received until after proposals are opened. (My) (Our) Proposal is made with the understanding that the Owner reserves the right to reject all Proposals or any Proposal or all or any part of all Proposals that are not complete or in compliance with the terms and conditions set forth in the Proposal Documents or for reasons relating to budgetary restraints and/or scope of work reductions. Alternate Proposals, if any, will be awarded in the order of their priority listing and in accordance with budgetary restraints. Page 4 of 7

ADDENDUM RECEIPT (I) (We) acknowledge receipt of the following addenda and have included their provisions in (my) (our) Proposal. (If none, write in none or N/A in each blank). 1. Addendum No. Date 4. Addendum No. Date 2. Addendum No. Date 5. Addendum No. Date 3. Addendum No. Date 6. Addendum No. Date If awarded the Contract, the undersigned agrees to obtain and deliver to the Owner, prior to Contract signing, a Performance Bond for one hundred percent (100%) of the Contract amount (Total Proposal Price). In the event the Contract amount is increased by Change Order the undersigned agrees to obtain and deliver to the Owner riders to said Bonds covering Contract amount increases. If awarded the Contract, the undersigned agrees to record the above mentioned Bond and Contracts for public record with the Recorder of Mortgages in Orleans Parish. Final payment shall be made on Owner's receipt of a Clear Lien and Privilege Certificate from the undersigned as issued by the Recorder of Mortgages for Orleans Parish and upon completion of any punch list items. The undersigned certifies that the required licenses are current and in good standing as required by the laws of the State of Louisiana. Respectfully submitted: {Print or Type} Company Name: Company Address: BY: SIGNATURE: TITLE: DATE: NOTE: If Proposer is a corporation, write state of incorporation beneath signature, and if a partnership, give full name of all partners. Proposals by corporations or Limited Liability Companies (LLC s) must be executed in the corporate name by the President or Vice President or other authorized corporate officer or agent. All Proposals must be accompanied by a corporate resolution or other documentation acceptable to the Owner, which establishes that the corporate representative has the authority to bind the corporation. The Owner reserves the right to request and obtain such additional documentation as the Owner deems necessary. Page 5 of 7

Exhibit No. 3: Insurance Requirements Note: Evidence in the form of a Certificate of Insurance is due 5 days after the Notice of Award is issued. A. Comprehensive general liability or commercial general liability insurance with limits of at least $1,000,000 each occurrence/$3,000,000 aggregate, with broad form comprehensive general liability endorsement including coverage for premises and operations, independent contractors, products/completed operations, personal injury (with employee and contractual exclusion deleted) broad form contractual coverage, and broad form property damage. B. Worker's Compensation, which shall cover Contractor and its employees for injuries and/or disease arising out of all applicable Louisiana Workers Compensation laws, including statutory limits in accordance with the Louisiana Workers Compensation Act and shall include Employers Liability limits in the amount of at least $1,000.000. C. Property insurance coverage with respect to all property brought onto the premises by Contractor, owned or maintained by Contractor within ENMCCNO in values sufficient to cover Contractor s property and additional property in the care, custody and control of the Contractor. D. Comprehensive Motor Vehicle Liability Insurance shall be provided with the limits of not less than $1,000,000 for all injuries and/or deaths resulting from any one occurrence. The limit of liability for property damage shall not be less than $1,000,000 for each occurrence. Such insurance shall include coverage for loading and unloading hazards and shall remove the fellow employee exclusion. E. Excess Umbrella Liability Insurance. The CONTRACTOR shall furnish and maintain such insurance, as will protect CONTRACTOR, NOPFMI, the AUTHORITY and the City of New Orleans from any claims, suits, demands, or actions in which in any way relate to the CONTRACTOR S performance of the services described in this agreement. All insurance policies shall be provided by carriers (1) authorized to issue policies in Louisiana and (2) rated A-VII or higher by A.M. Best. Each insurance carrier for each coverage required by this Agreement shall waive its rights of subrogation against NOPFMI, the AUTHORITY, and the City of New Orleans. All coverage other than Worker s Compensation shall include NOPFMI, the AUTHORITY and the City of New Orleans as additional insured for both on-going and completed operations on each line of coverage. If the request for evidence of additional insured status for both on-going and completed operations coverage requires two separate additional insured endorsements, then both endorsements shall be confirmed on the evidence of insurance. Notice of cancellations shall be provided to the OWNER in accordance with the policy language. CONTRACTOR shall furnish the OWNER with certificate(s) of insurance that provide evidence of coverage with the minimum limits or greater as indicated in Sample COI below and are maintained by the CONTRACTOR during the term of this Agreement. Failure to maintain coverage as requested could result in termination of the contract. Sample Certificate of Insurance Page 6 of 7

Page 7 of 7