UCLA LUSKIN CONFERENCE AND GUEST CENTER Project

Size: px
Start display at page:

Download "UCLA LUSKIN CONFERENCE AND GUEST CENTER Project"

Transcription

1 UCLA LUSKIN CONFERENCE AND GUEST CENTER Project UNIVERSITY OF CALIFORNIA, LOS ANGELES SEPTEMBER 6, 2013 REQUEST FOR PREQUALIFICATION STRUCTURAL CONCRETE FOR CONSTRUCTION OF THE LUSKIN CONFERENCE AND GUEST CENTER UCLA Project AT UNIVERSITY OF CALIFORNIA, LOS ANGELES Advertisement: September 13, 2013 Mandatory Conferences: Deadline for Questions: Submittals Due: September 17, 2013 at 10:00 a.m. October 3, 2013 at 1:30 p.m. September 20, 2013 at 3:00 p.m. October 9, 2013 at 2:00 p.m. October 1, 2013 at 2:00 p.m. October 17, 2013 at 2:00 p.m. ADDENDUM 2 Page 1 of 44

2 UCLA LUSKIN CONFERENCE AND GUEST CENTER Project TABLE OF CONTENTS TITLE PAGE... 1 TABLE OF CONTENTS... 2 ADVERTISEMENT OF REQUEST FOR PREQUALIFICATION AND INSTRUCTIONS TO APPLICANTS... 3 ATTACHMENT NO. 1 (PREQUALIFICATION QUESTIONNAIRE) ATTACHMENT NO. 2 (NOT USED) ATTACHMENT NO. 3 (NOT USED) ATTACHMENT NO. 4 (NOT USED) ATTACHMENT NO. 5 (NOT USED) Page 2 of 44

3 UCLA LUSKIN CONFERENCE AND GUEST CENTER Project ADVERTISEMENT OF REQUEST FOR PREQUALIFICATION STRUCTURAL CONCRETE **MODIFIED PER ADDENDUM NUMBER 2** NOTICE IS HEREBY GIVEN that the University of California, Los Angeles ( UCLA or University ) invites entities to complete and submit a and other requested information, for the purpose of prequalifying to submit a bid for Structural Concrete trade work for the following project ( Project ): PROJECT: LUSKIN CONFERENCE AND GUEST CENTER COLLEGE: UNIVERSITY OF CALIFORNIA, LOS ANGELES Entities wishing to be considered for Prequalification ( Applicants ) must submit a and other information as required by the Instructions to Applicants ( Instructions ) that are a part of the UCLA Request for Prequalification of Entities for the LUSKIN CONFERENCE AND GUEST CENTER ( Request for Prequalification ). Starting September 13, 2013, s will be available to interested applicants online at and will be issued at no cost at: Contracts Administration University of California, Los Angeles 1060 Veteran Avenue, Suite 125 Los Angeles, CA The total Project Budget is $110,780,000 to $119,630,000. All s and other information required by the Request for Prequalification to be submitted by Applicants ( Prequalification Submittals ) shall be prepared in conformance with the Request for Prequalification using the forms referenced in or attached thereto. Prequalification Submittals shall be hand delivered to: Contracts Administration University of California, Los Angeles 1060 Veteran Avenue, Suite 125 Los Angeles, CA At any time Monday through Friday during regular working hours of 8:00 a.m. to 4:00 p.m., up to and including October 1, 2013 at 2:00 p.m.october 17, 2013 at 2:00 p.m., which date and time are subject to change by University in accordance with the terms of the Instructions. The Applicant assumes full and sole responsibility for timely receipt of its completed Prequalification Submittal at the aforementioned location designated for receipt thereof. University shall select from the Applicants a Prequalified Bidders list of the entities determined Prequalified based on the scoring of the Prequalification Submittals. The Prequalified Bidders will then be invited to bid for the Project. MANDATORY PREQUALIFICATION CONFERENCES: A Mandatory Prequalification Conference will be conducted on September 17, 2013 beginning promptly at 10:00 a.m., and again on October 3, 2013 beginning promptly at 1:30 p.m. Only structural concrete subcontractor bidders who participate in at least one of the Conferences in its entirety will be allowed to submit prequalification documents and, if prequalification is achieved, bid on the Project as structural concrete subcontractors. Participants must arrive at or before the above-specified time. Persons arriving later than said time will not be allowed to submit prequalification documents or submit bids as structural concrete subcontractors. Participants shall meet at Capital Programs Building, 1060 Veteran Avenue (follow signs to the meeting room), UCLA campus (refer to the online UCLA Campus Map at For further information, contact University s Project Manager Mark Voltz at (310) NOTES: ADDENDUM 2 Advertisement of Request for Prequalification Page 3 of 44

4 UCLA LUSKIN CONFERENCE AND GUEST CENTER Project 1. Attendee shall be a staff member of the subcontractor bidder s firm who will be actively involved in responding to this Prequalification, and who is highly knowledgeable of the firm s potential response to the prequalification criteria. 2. Attendees are advised that parking may be difficult. Attendees must allow ample time to drive to the above location in heavy traffic, find a parking space, walk to the building, and arrive in the designated Meeting Room prior to the required time. It is currently anticipated that the Conference will last at least 2 hours. Every effort will be made to ensure that all persons have equal access to contracts and other business opportunities with the University within the limits imposed by law or University policy. Each Applicant may be required to show evidence of its equal employment opportunity policy. The successful Applicant and its subcontractors will be required to follow the nondiscrimination requirements set forth in the Bidding Documents and to pay prevailing wage at the location of the work. Questions relating to this project should be directed in writing by 3:00 p.m. September 20, 20132:00 p.m. October 9, 2013 to: Mark Voltz 1060 Veteran Avenue Los Angeles, CA Fax: (310) mvoltz@capnet.ucla.edu ADDENDUM 2 Advertisement of Request for Prequalification Page 4 of 44

5 INSTRUCTIONS FOR PREQUALIFICATION TABLE OF CONTENTS ARTICLE 1 GENERAL PROVISIONS 5 ARTICLE 2 OVERVIEW OF PREQUALIFICATION PROCESS 7 ARTICLE 3 OWNERSHIP, COPYRIGHT, AND CONFIDENTIALITY 11 ARTICLE 4 APPLICANT REPRESENTATIONS 12 ARTICLE 5 PREQUALIFICATION DOCUMENTS, SCHEDULE, AND PROCEDURES 13 ARTICLE 6 SCORING 20 ARTICLE 7 APPEAL 21 ARTICLE 8 ATTACHMENTS 22 ARTICLE 1 GENERAL PROVISIONS 1.1 Definitions. Capitalized terms shall have the meanings assigned to them in these Instructions to Applicants or if not so assigned as reasonably understood to apply by the context in which they are used. 1.2 Purpose. The University of California, Los Angeles seeks to pre-qualify Subcontractors that will be contracted for the following disciplines; 1. Structural Concrete (forming, placement and finish) University has determined that proposing entities who submit bids on this project must be prequalified. Prequalified proposing entities will be required to have a current California State Contractors License for the scope of work that will be contracted. 1.3 NOT USED 1.4 Basis. Applicants will be prequalified on the basis of the information they provide in their Prequalification Submittals and such other information as may be obtained by University in the manner permitted by these Instructions to Applicants. 1.5 Project. The Luskin Conference and Guest Center project will construct 294,000 gsf Type 1 building on a site located adjacent to the main entrance to the campus adjacent to the main entrance to the campus at the terminus of Westwood Plaza. The site currently houses Parking Structure 6, which will be demolished. The project consists of four components: 1) a 242,000 gsf conference facility with meeting space and 250 guest rooms; 2) 42,000 gsf parking garage for resident guests; 3) a 10,000 gsf replacement campus catering kitchen; 4) improvements to adjacent traffic turnabout and pedestrian areas in Gateway Plaza at the main entrance to the campus. The structure will be constructed of a concrete frame with seven floors above grade and one level below grade for parking. The new building will be constructed to meet the LEED New Construction Version 3.0 Gold green building requirements. ADDENDUM 12 Instructions for Prequalification Page 5 of 44

6 1.6 Warranty by the University. Applicants are solely responsible to satisfy themselves as to the suitability of any information provided by the University that is in the nature of estimates of costs, statements of needs or requirements, projections, budgets, or other information describing the proposed contract or project contemplated by this Request for Prequalification and nothing stated in these Instructions to Applicants or its attachments shall be construed as implying the creation or existence of any warranty, express or implied, on the part of the University with respect to the accuracy, sufficiency or completeness of such information. 1.7 Objections by Applicant. Any objection by an Applicant to the procedures or processes relating to the process or procedures set forth in the Prequalification Documents must be submitted to University, in writing, not more than seven (7) Days prior to submission by the Applicant of its Prequalification Submittal. Failure by an Applicant to so object shall constitute a final and conclusive waiver by the Applicant of its right to thereafter assert such objection, including without limitation, the right to submit such objection as a grounds for an appeal pursuant to Article 7, below. ARTICLE 2 OVERVIEW OF PREQUALIFICATION PROCESS 2.1 Prequalification: The process for prequalifying a set of Bidders who, based on the scoring by University s Prequalification Selection Committee, Prequalification Submittals, and Prequalification Interviews, are determined to be the qualified to construct the Project. The procedures and forms for prequalification are set forth in or attached to the Request for Prequalification, of which these Instructions to Applicants are a part. All firms meeting the minimum requirements in Attachment 1, Prequalification Questionnaire will be prequalified. The prequalification documents consist of a questionnaire that will be responded to by the Subcontractor, and prequalification will be determined by University in accordance with this document. The minimum number of points necessary for Prequalification are as follows: Section I To prequalify, a minimum score of seventy (70) out of eighty-three (83) is required. Section II To prequalify, a minimum score of forty-eight (48) out of fifty-three (53) is required. Section III To prequalify, a minimum score of twenty-seven (27) out of thirty-two (32) is required NOT USED 2.3 Project Budget. The Project Budget for the design and construction of the Project, inclusive of all costs of design, engineering, construction, supervision and management, is approximately $110,780,000. The Project Budget is subject to change: (1) at any time prior to Award, in the sole and absolute discretion of University, by issuance of a Bid Addendum; or (2) at any time after Award in accordance with the terms of the Subcontract. 2.4 NOT USED 2.5 Contract Time. The Contract Time for performance of the Work from tice to Proceed with commencement of the Preconstruction Design Assist portion of the Work to Final Completion is thirty (30) months. The Contract Time is subject to change: (1) at any time prior to Award, in the sole and absolute discretion of the University, by issuance of a Bid Addendum; or (2) at any time after the Award in accordance with the terms Contract Agreement. 2.6 Liquidated Damages. The Subcontract includes provisions for payment of liquidated damages to the CM at Risk Contractor of $6,500 per Day if the Subcontractor fails to complete the Work within the Contract Time as adjusted for extensions of time permitted under the terms of the General Conditions. After Substantial Completion, the rate for liquidated damages shall be reduced to the sum of $1,000 per ADDENDUM 12 Instructions for Prequalification Page 6 of 44

7 Day 2.7 Bonds and Insurance. Each Prequalified Bidder shall be required as part of its Bid to deliver to University a Bid Bond as security to ensure that the successful Entities will, if they receive the Award, enter into Subcontracts and deliver the other Post-Award Submittals required by the Bid Documents. Additionally, the Entity that is selected for Award of the Subcontract shall possess and be required to submit evidence of: (1) sufficient bonding (performance and payment) to cover the full amount of the Contract Price, utilizing bond forms provided by University. (2) all other insurance coverages required to be provided by the Subcontractor under the terms of the Subcontract. 2.8 Award. University will issue a written decision supporting its Award of the Subcontract to the successful Entity stating in detail the basis of the Award. The identity of the successful Entity shall be publically announced, along with the total price of its Bid. The successful Entity will sign a Subcontract Agreement directly with the CM at Risk Contractor. 2.9 Subcontract. A copy of the proposed Subcontract that the CM at Risk Contractor contemplates issuing to the successful Entity will be provided to the Prequalified Entities. CM at Risk Contractor reserves the right, exercised in its sole discretion, at any time prior to Award to unilaterally change, by addition, modification or deletion, any of the terms of the Subcontract in accordance with the procedures set forth in the Bid Documents Sub-Subcontractors. All subcontracts with Subcontractors who are not otherwise required to be pre-qualified pursuant to Section 2.18, below, shall be awarded by the successful Subcontractor in accordance with the process set forth in the Bid Documents Labor Compliance. The successful Entity to whom the Award of the Subcontract is made will be required to comply with all of the applicable provisions of the California Labor Code (including, without limitation, payment of prevailing wages, maintenance and submission of weekly certified payrolls and hiring of apprentices NOT USED 2.13 NOT USED 2.14 NOT USED 2.15 Licensing Applicant License. Except as otherwise permitted by this Section 2.15, each Applicant must possess at the time of submission of its Prequalification Submittal and at all times during conducting of the processes contemplated by the Request for Prequalification and Bid Documents a license issued by the State of California Contractors State Licensing Board that is in current, active and in good standing for the scope of work that will be contracted Joint Ventures. If the Applicant is a joint venture consisting of two or more individuals, firms, partnerships, corporations, associations or other organizations in which at least one of such joint venture s holds the aforementioned license, then such Entity shall be entitled, notwithstanding the absence of separate joint venture license, to participate in the processes set forth in the Request for Prequalification and Bidding; provided, however, that if such Applicant is selected to receive Award of the Subcontract then it must possess, at the time of Award of the Subcontract, a separate joint venture contractor s license issued by the State of California Contractors State Licensing Board that is then current, active and in good standing for the scope of work that will be contracted Sub-Subcontractors, Subconsultants. In addition to the licensing requirements set forth in this Section 2.15, all persons or entities acting as subconsultants or sub-subcontractors that the Applicant is required to pre-qualify pursuant to the Prequalification Documents, shall possess, at the time of submission by the Applicant of its Prequalification Submittal, all licenses required by Applicable Laws ADDENDUM 12 Instructions for Prequalification Page 7 of 44

8 to be issued for the contracting and performance of the particular professional service or trade work with respect to which prequalification of such person or entity is required NOT USED 2.17 Safety Record. Safety is a core emphasis on all University Projects, and a zero tolerance policy is in place for violations of safety standards. Applicants must meet the following minimum safety requirements: (1) Applicants must meet the minimum requirements for an acceptable safety record. (a) its experience modification rate for the past five years shall average less than 1.15, and (b) its average total recordable injury or illness rate and average lost work rate for the most recent five-year period does not exceed the applicable statistical standards for its business category, or that it is a party to an alternative dispute resolution system as provided for in Section of the California Labor Code. Any variance from these requirements will be entertained by University based on written request and explanation by the non-conforming Applicant, with any variances being granted or denied at the sole and absolute discretion of the University Subconsultants and Subcontractors. Applicants shall provide all information requested by the, Attachment 1 attached hereto pertinent to the Prequalification of the following: NOT USED NOT USED Sub-subcontractors. Applicant shall propose for prequalification Proposed Sub-subcontractor(s) to perform the work of the trades that will not be performed by the Subcontractor. Any number of Proposed Sub-subcontractors may be proposed except that work performed by the Subcontractor must constitute 65% of the work contracted to the Subcontractor NOT USED 2.20 Substitution of Team Members. changes in or additions to Entity Members, or to Subconsultants or Sub-subcontractors that have been pre-qualified pursuant to the prequalification process for the Project, shall be permitted after the deadline in the Bid Schedule for submission of Bids, except with the prior written authorization of University which authorization may be granted or withheld in University s sole and absolute discretion Local, Small and Emerging Businesses Participation. Every effort will be made to ensure that all persons have equal access to contracts and other business opportunities with the University within the limits imposed by law or University policy. Each Bidder may be required to show evidence of its equal employment opportunity policy. The successful Bidder and its subcontractors will be required to follow the nondiscrimination requirements set forth in the Bidding Documents and to pay prevailing wage at the location of the work. ADDENDUM 12 Instructions for Prequalification Page 8 of 44

9 The work described in the contract is a public work subject to section 1771 of the California Labor Code. ARTICLE 3 OWNERSHIP, COPYRIGHT, AND CONFIDENTIALITY 3.1 Ownership, Copyright. Drawings, renderings, models, building designs, design approaches, design details, construction techniques, procedures, means and methods and other technical design and construction information contained within a Bid shall be deemed the sole and exclusive property of the University, all copyrights thereto shall be deemed assigned to and held by the University, and the Bidder shall retain no property, copyright or other proprietary rights with respect thereto; provided, however, that: (1) nothing herein shall be interpreted as prohibiting or limiting the right of a Bidder that does not receive Award of a Subcontract to (a) copy, use or incorporate such technical design information contained within its own Bid for its own use in connection the conduct of its business, trade or profession, and/or (b) assign, grant or transfer to any third person or entity (for profit or otherwise) the right to copy or use such technical design information for any purpose; and (2) with respect to the Bidder who receives Award of a Subcontract, such Bidders rights and obligations with respect to copying, use or incorporation of such technical design information in any projects, structures or work other than the Project shall be governed solely by the terms of the Subcontract. The University rights hereunder include, without limitation, the right after Award of the Subcontract to incorporate into its design for the Project any of the building designs, design approaches, design details, construction techniques, procedures, means and methods and other technical design and construction information contained in any Bid that is received from any Bidder submitting a Bid whether or not such technical information constitutes Proprietary Information as that term is defined in Section 3.2, below. 3.2 Confidentiality of Proprietary Information. twithstanding and without limitation to University s rights set forth in Section 3.1, above, University shall, to the extent not inconsistent with the University obligations under Applicable Laws pertaining to the disclosure of public records, at all times prior to Award of a Subcontract refrain from disclosing to any competing Bidders the content of any Proprietary Information contained in a Bidders Bid. University s obligation of confidentiality as set forth herein shall terminate upon Award of a Subcontract. The aforementioned obligation of University with respect to maintaining the confidentiality of technical information in a Bid shall constitute University s sole and exclusive obligation of confidentiality that shall exist, at any time either before or after Award, with respect to such matters. 3.3 Confidentiality of Pricing Information. University shall, to the extent not inconsistent with the University s obligations under Applicable Laws pertaining to disclosure of public records, at all times prior to Award of the Subcontract refrain from disclosing to competing Bidders any information on prices or pricing that is contained in a Bidders Bid. The aforementioned obligation of the University with respect to maintaining the confidentiality of prices and pricing information in a Bid shall constitute University s sole and exclusive obligation of confidentiality that shall exist, at any time either before or after Award, with respect to such matters. ARTICLE 4 APPLICANT REPRESENTATIONS 4.1 Each Applicant, by submitting its Prequalification Submittal, represents that: Compliance with Prequalification Documents. The Applicants Prequalification Submittal is made in compliance with these Instructions to Applicants and its attachments Due Authorization. The persons or entities verifying the information contained in the Applicants are authorized to do so and any such signer that is a corporation is authorized to do business in, and is in good standing under the laws of, the State of California. ADDENDUM 12 Instructions for Prequalification Page 9 of 44

10 4.1.3 License Status. The Applicant and its other Subcontractors meet the requirements of the Prequalification Documents pertaining to licensing Immigration Reform and Control Act. The Applicant is in full compliance with the provisions of the Immigration Reform and Control Act of 1986 ("IRCA"), as well any similar provisions of applicable laws setting forth proscriptions or penalties relating to the employment or hiring of undocumented aliens Labor Compliance. The Applicant will, if awarded a contract within the classification of contracts, comply with all of the applicable provisions of the California Labor Code, including, without limitation, payment of prevailing wages, maintenance and submission of weekly certified payrolls and hiring of apprentices NOT USED ARTICLE 5 PREQUALIFICATION DOCUMENTS, SCHEDULE, AND PROCEDURES 5.1 PREQUALIFICATION DOCUMENTS Prequalification Documents. The Prequalification Documents consist of the following: (1) Advertisement for Prequalification of Subcontractors; (2) Instructions to Applicants (including, without limitation, all attachments hereto); (3) ; (4) Prequalification Addenda Prequalification Submittal. The following documents are required to be submitted to the University by Applicants in order to be considered for Prequalification: Attachment. 1: Attachment. 2: Attachment. 3: Attachment. 4: Attachment. 5: Completed and Signed NOT USED NOT USED NOT USED NOT USED All other documents or information requested by the or these Instructions to Applicants Applicants will be evaluated for prequalification based on the responses they provide in the and in the other documents, if any, that they are required to submit with the completed. All responses to the questions in the must be made on the form of attached hereto as Attachment 1, excepting only where specifically invited in the Prequalification Documents to be submitted as a separate document. Applicants must provide, in order to responsive, all available information that is required by the. Failure to provide available information that is requested in a question may be deemed by the University as a failure to respond to the question. Except as otherwise expressly permitted by the Prequalification Documents, all information provided shall be current as of the date of submission by Applicant of its Prequalification Submittal How to Calculate Time Periods. If these Instructions or its attachments ask the Applicant to provide information or respond to a question concerning the events occurring within a stated time period ADDENDUM 12 Instructions for Prequalification Page 10 of 44

11 that has passed (such as, within the past 5 years ), it shall be deemed to mean the period of time that precedes the date that the Applicant first submits its Prequalification Submittal. If a question asks for information pertaining to a stated number of prior full calendar (or fiscal) years, it shall mean the stated number calendar years immediately preceding the calendar year in which the Prequalification Submittal is submitted by Applicant. If these Instructions or its attachments ask, by exact words or substance, that the Applicant provide information concerning conditions or circumstances as they exist currently, it shall be deemed to refer to the co conditions or circumstances as they exist on the date that the Applicant first submits its Prequalification Submittal. 5.2 PREQUALIFICATION SCHEDULE Prequalification Schedule. The following is the anticipated schedule for the Request for Prequalification processes:.1 Advertisement for Prequalification: September 13, Mandatory Prequalification Conferences: September 17, :00 a.m. AND October 3, 2013 at 1:30 p.m. MANDATORY PREQUALIFICATION CONFERENCE: A Mandatory Prequalification Conference will be conducted on September 17, 2013 beginning promptly at 10:00 a.m. Only structural concrete subcontractor bidders who participate in the Conference in its entirety will be allowed to submit prequalification documents and, if prequalification is achieved, bid on the Project as structural concrete subcontractors. Participants must arrive at or before the above-specified time. Persons arriving later than said time will not be allowed to submit prequalification documents or submit bids as structural concrete subcontractors. Participants shall meet at Capital Programs Building, 1060 Veteran Avenue (follow signs to the meeting room), UCLA campus (refer to the online UCLA Campus Map at For further information, contact University s Project Manager Mark Voltz at (310) MANDATORY PREQUALIFICATION CONFERENCES: A Mandatory Prequalification Conference will be conducted on September 17, 2013 beginning promptly at 10:00 a.m., and again on October 3, 2013 beginning promptly at 1:30 p.m. Only structural concrete subcontractor bidders who participate in at least one of the Conferences in its entirety will be allowed to submit prequalification documents and, if prequalification is achieved, bid on the Project as structural concrete subcontractors. Participants must arrive at or before the above-specified time. Persons arriving later than said time will not be allowed to submit prequalification documents or submit bids as structural concrete subcontractors. Participants shall meet at Capital Programs Building, 1060 Veteran Avenue (follow signs to the meeting room), UCLA campus (refer to the online UCLA Campus Map at For further information, contact University s Project Manager Mark Voltz at (310) NOTES: 1. Attendee shall be a staff member of the subcontractor bidder s firm who will be actively involved in responding to this Prequalification, and who is highly knowledgeable of the firm s potential response to the prequalification criteria. 2. Attendees are advised that parking may be difficult. Attendees must allow ample time to drive to the above location in heavy traffic, find a parking space, walk to the building, and arrive in the designated Meeting Room prior to the required time. It is currently anticipated that the Conference will last at least 2 hours..3 Deadline for Requests for Clarification: September 20, 2013, 3:00 p.m.october 9, 2013, 2:00 p.m. ADDENDUM 12 Instructions for Prequalification Page 11 of 44

12 .4 Prequalification Submittals Due: October 1, 2013, 2:00 p.m.october 17, 2013, 2:00 p.m Schedule Changes. University reserves the right, at any time and in its sole and absolute discretion, to make additions, modifications or deletions to any of the events or dates that comprise the Prequalification Schedule by issuance of a Prequalification Addendum. References in the Prequalification Documents to the Prequalification Schedule, or dates in the Prequalification Schedule, shall mean those set forth in Paragraph 5.2.1, above, as adjusted by any changes thereto made pursuant to this Paragraph PREQUALIFICATION PROCEDURES Selection Committee. The Prequalification Selection Committee will conduct the evaluation, ranking and selection of the Entities Prequalified Bidders. University will post the list of Prequalified Bidders who will be invited to submit Bids for the project Unauthorized Communications. Unless and except requested to do so in writing by as otherwise permitted by these Instructions, Applicants (including, without limitation, Entity Members, Subconsultants and Sub-subcontractors) shall not, prior to completion of the prequalification process, communicate, either verbally or in writing, with: (1) any member of the Prequalification Selection Committee; (2) any consultant or professional retained by the University for the purpose of providing the University advice or professional services in respect to the Project or the Request for Prequalification or Bid process; or (3) any employee or representative of the University Public Proceedings. All proceedings related to the prequalification of Applicants, other than the Prequalification Conference, shall be closed to the public. ADDENDUM 12 Instructions for Prequalification Page 12 of 44

13 5.3.5 Submission. Prequalification Submittals shall be hand delivered to: Contracts Administration University of California, Los Angeles 1060 Veteran Avenue, Suite 125 Los Angeles, CA At any time Monday through Friday during regular working hours of 8:00 a.m. to 4:00 p.m., up to and including October 1,2013, 2:00 p.m. October 17, 2013, 2:00 p.m. Except as permitted by Paragraph below (concerning updating of information due to new or changed circumstances), submissions after the aforementioned deadline will not be considered. The Applicant assumes full and sole responsibility for timely receipt of its complete Prequalification Submittal at the aforementioned location designated for receipt thereof. Prequalification Submittals that are received after the deadline specified in these Instructions to Applicants shall be returned unopened Requests for Clarification. Applicants are solely responsible to seek clarification, if needed, of any portion of the Prequalification Documents by means of a written Request for Clarification. All Requests for Clarification of the Prequalification Documents must be submitted, prior to September 20, 2013 at 3:00 p.m. October 9, 2013 at 2:00 p.m., by hand delivery, mail, fax or to the following: Mark Voltz 1060 Veteran Avenue Los Angeles, CA Fax: (310) mvoltz@capnet.ucla.edu Requests for Clarification of the Prequalification Documents received after that time will not be responded to. Failure by an Applicant to seek clarification of any portion of the Prequalification Documents shall not relieve the Applicant from its representations as set forth hereinabove nor serve as the basis for any claim by the Applicant that it was mistaken or misled in connection with the preparation of its Prequalification Submittal Prequalification Addenda. Interpretations, corrections and changes by University of the Prequalification Documents will be made by Prequalification Addenda. Interpretations, corrections and changes of the Prequalification Documents made in any other manner shall not be relied upon and will not be binding. Prequalification Addenda issued after the original or revised deadline for submission of Prequalification Submittals shall be given only to the Applicants who have submitted Prequalification Submittals in accordance with the requirements of the Prequalification Documents. tice by University of a Prequalification Addendum shall be effective if by hand delivery, mail, facsimile or e- mail. Failure of an Applicant to receive a Prequalification Addendum shall not entitle the Applicant to an extension of the Prequalification Schedule nor shall it permit the submission of any additional Prequalification information after the deadlines set forth in the Prequalification Schedule Applicable Laws. All Prequalification Submittals must be submitted, filed, made and executed in accordance with Applicable Laws, whether such Applicable Laws are expressly referred to herein or not Preparation. Those portions of the Prequalification Submittal prepared or filled in by the Applicant must be either typed or completed legibly in ink. Responses in pencil will be deemed unacceptable. For or answers for which a box is provided, indicate either or by putting a check mark or X mark in the box next to the or. If there is a requirement that the Applicant submit any additional documents, they shall be packaged as part of the Applicant s Prequalification Submittal Signatures. Each must be signed under penalty of perjury in the ADDENDUM 12 Instructions for Prequalification Page 13 of 44

14 manner designated at the end thereof, by a representative of the Applicant that is authorized to contractually bind the Applicant. The information provided by the Applicant is provided under oath, with the understanding that the intentional providing of false information is, in itself, grounds for disqualification Sealed Envelope. Each Prequalification Submittal, including the original and all copies, shall at the time of delivery be enclosed in a single, sealed opaque envelope. Piecemeal submissions are not permitted. Said envelope, as well as any outer envelope or packaging in which said envelope may have been placed by the Applicant or the carrier for delivery, shall be addressed and delivered as required by these Instructions and shall be clearly and conspicuously labeled with the Applicant s name and address and the words CONFIDENTIAL RESPONSE TO REQUEST FOR PREQUALIFICATION OF UCLA, LUSKIN CONFERENCE AND GUEST CENTER PROJECT NO Deposit, Content & Copies. Prequalification Submittals shall be deposited at the location designated in Paragraph above, prior to the deadline set forth in the Prequalification Schedule. Prequalification Submittals shall contain only the information requested by the Prequalification Documents. Five (5) copies, of the Prequalification Submittal and one (1) hardcopy of the audited financial statements shall be submitted Delivery. Deposit of Prequalification Submittals shall be by hand delivery only. Oral, telephonic, facsimile or electronically ( ) transmitted Prequalification Submittals will not be considered. The Applicant assumes full responsibility for timely delivery of its Prequalification Submittal at the location designated therefore in these Instructions to Applicants Withdrawal, Resubmission. Prequalification Submittals may be withdrawn at any time upon written notice to University received at the place for receipt of Prequalification Submittals. Prequalification Submittals withdrawn prior to the deadline for receipt thereof as set forth in the Prequalification Schedule may be resubmitted up to the deadline for submission thereof provided for in the Prequalification Schedule Rejection, Cancellation, Revocation. Without limitation to any of University rights under the Prequalification Documents, Applicable Laws or the terms of any contract between University and an Applicant, University reserves the right, at any time and in its sole and absolute discretion, to: (1) reject any Prequalification Submittal that fails to comply with the requirements of the Prequalification Documents or that contains any information that University determines is false or misleading; (2) reject all Prequalification Submittals; (3) withdraw and cancel its Request for Prequalification; or (4) cancel, revoke or limit the Prequalification status, rating or duration of Prequalification status of any Prequalified Bidder or Bidder based on subsequently-learned information indicating that the Prequalified Bidder s Prequalification Submittal contained false or misleading information; (5) cancel, revoke, revise or limit the pre-qualification status, scoring, rating, or ranking of any Prequalified Bidder or Bidder based on receipt of new information that the Prequalified Bidder or Bidder is obligated to disclose in accordance with its continuing obligations under Paragraph5.3.16, below, including, without limitation, any such new information that reflects a material change in the financial condition of any person or entity whose financial ability or financial condition was submitted as part of the Applicants Prequalification Submittal; or (6) cancel, revoke, revise or limit the Prequalification status, scoring, rating, or ranking of all Prequalified Bidders or Bidders for any reason, without cause and for its convenience (with or without the issuance of a further Request for Prequalification). Exercise by University of its rights under this Paragraph or of any other right of University under these Instructions to Applicants or Applicable Laws to cancel, revoke, revise or limit the Prequalification status, scoring, rating or duration of Prequalification status of any Prequalified Bidder or Bidder shall not, under any circumstances, give rise to any liability or obligation on the part of University nor shall it constitute grounds for any claim by an Applicant for recovery from University of any loss, damage, cost or expense Continuing Obligation. Applicant has the continuing obligation, commencing upon submission of its Prequalification Submittal, to immediately notify the University, in writing, if it learns that any of the following have occurred: (1) any statement made in its Prequalification Submittal was false or misleading ADDENDUM 12 Instructions for Prequalification Page 14 of 44

15 when initially made; (2) circumstances have occurred since the Applicant submitted its Prequalification Submittal that, if they had occurred prior to the date that Applicant submitted its Prequalification Submittal, would have constituted grounds for the automatic disqualification of the Applicant the terms of the (provided, however, that the obligation set forth in Clause (2) of this Paragraph shall not extend to or include the providing of information that would involve a recalculation of the Applicant s Experience Modifier Rate); or (3) the Applicant has undergone a change in ownership in which ownership of 50% of more of its stock or assets has changed Supplemental Information. University reserves the right, in its sole and absolute discretion, but shall not have the obligation, to request, receive, evaluate and score as part of its evaluation of an Applicant s Prequalification Submittal any additional or supplemental information relevant to the questions in the that University may receive from an Applicant or another source, including, without limitation, information received after the deadline for receipt of Prequalification Submittals set forth in the Prequalification Schedule. Unless requested by University in a Prequalification Addendum or otherwise required by these Instructions, an Applicant shall not have the right after the deadline in the Prequalification Schedule for receipt of Prequalification Submittals to submit new or additional information to supplement its Prequalification Submittal Project References. University reserves the right, but assumes no obligation, to contact and interview any persons or organizations identified in Applicants Prequalification Submittal, including, without limitation, Project References. Applicant assumes sole responsibility for any inaccuracies in the contact information provided by it. Incorrect contact Information for a Project Reference provided in response to a request in the may, in the sole and absolute discretion of University, result in the Project Reference being stricken Additional Investigations. In addition to University contacting the Project References listed in Applicant s responses to the, University shall have the right, but not the obligation, before or after an Applicant has been prequalified, to investigate the facts or circumstances of any response by an Applicant. University has no obligation to afford any Applicant the opportunity, as part of the scoring process of an Applicant s Prequalification Submittal or otherwise, to respond to any adverse information that may be received as a result of such investigations. In addition to the foregoing, University shall have the right, but not the obligation, before or after an Applicant has been prequalified, to designate auditors to perform audits or reviews of the books or accounts of any Applicant or Prequalified Bidder, or any other person or entity upon whose financial condition the Applicant has relied in seeking Prequalification, in order to confirm the accuracy and completeness of financial information provided. The Applicant shall make provision for and is responsible to ensure full and prompt cooperation with such audits or reviews Waiver of Irregularities. University reserves the right to waive minor or clerical irregularities, errors or omissions in the Prequalification process, in the information contained in any Prequalification Submittal or in regard to any Applicant s compliance with the Prequalification process. University determinations, in the exercise of its sole and absolute discretion, with respect to waiving or not waiving any such irregularities, errors or omissions shall be final Costs and Expenses. Applicants shall bear, at their own expense and without reimbursement by University, all costs and expense associated with their participation in the process of prequalification for the Project tices. tices by University to Applicants issued after the deadline in the Prequalification Schedule for submission of Prequalification Submittals shall be deemed delivered and received by the Applicant if provided by delivery, mail, facsimile or to the Applicant set forth in Section I, Part A of the as the Contact Person for the Applicant n-transferable. Neither an Applicant Prequalification Submittal nor a Prequalified Bidders Prequalification status is assignable or transferable. Any attempt to assign or transfer in violation of this ADDENDUM 12 Instructions for Prequalification Page 15 of 44

16 provision shall be deemed null and void Responsibility Determinations. A determination that an Applicant is prequalified does not constitute a waiver by University of its right to make a subsequent determination that a Prequalified Bidder or Sub-subcontractor proposed by a Prequalified Bidder, is not responsible to submit a Bid or to receive Award of a Subcontract for the Project that is the subject of this Request for Prequalification or for a contract for any other project nor shall it be interpreted as precluding University, before, at the time of or after receiving a Bid from a Prequalified Bidder for a contract, from: (1) imposing new or additional responsibility requirements upon all Applicants or Prequalified Bidders; or (2) requiring Prequalification or post-bid qualification of any sub-subcontractor or subconsultant t a Debarment. A determination by University that an Applicant is not prequalified does not, unless otherwise expressly stated by University at the time of issuance of its Prequalification determination, constitute a finding or determination of debarment or non-responsibility Debriefings. At University s option, exercised in its sole and absolute discretion, University may make available for those requesting it an opportunity for a debriefing. At the Prequalification debriefings, summaries of the overall evaluations of Prequalification Submittals will be reviewed. Copies of Prequalification Submittals or scoring of individual questions will not be provided, nor will there be pointby-point comparisons of competing Prequalification Submittals. ARTICLE 6 SCORING 6.1 Scoring of. Without limitation to any other requirements of the Prequalification Documents, scoring (including, without limitation, pass/fail scoring) of responsive Prequalification Submittals is based on the criteria outlined in Attachment Ranking. The Applicants who are not disqualified will be invited to submit bids for the project. ARTICLE 7 APPEAL 7.1 If the Applicant is determined by University not to be prequalified, the Applicant may request a review by University. Any such request must be received by University within 3 calendar days after receipt by the Applicant of the determination. The decision resulting from such review is final and is not appealable within the University of California. Any person or entity not satisfied with the outcome of the prequalification must file a writ challenging the outcome within 10 calendar days from the date of University s written notice regarding prequalification determination. Any assertion that the outcome of the prequalification process was improper will not be a ground for a bid protest. ARTICLE 8 ATTACHMENTS The following Attachments are attached hereto and incorporated as part of the Prequalification Documents by this reference: ADDENDUM 12 Instructions for Prequalification Page 16 of 44

17 Attachment. 1: Attachment. 2: Attachment. 3: Attachment. 4: Attachment. 5: NOT USED NOT USED NOT USED NOT USED End of Instructions ADDENDUM 12 Instructions for Prequalification Page 17 of 44

18 ATTACHMENT NO. 1 Identify scope of services to pre-qualify as a Subcontractor. (Check the appropriate box) Structural Concrete (forming, placement and finish) PREQUALIFICATION QUESTIONNAIRE Name of Firm Type of Firm (Check one): Corporation; Sole Proprietorship; Partnership; Other (specify) Business Address (P.O. Box unacceptable) Mailing Address (If different) Telephone. ( ) - Fax ( ) - Name of Qualifying Individual(s): Tax I.D..: Date Business Formed (see I-1 on List of Scored Questions): What was the largest amount of work completed in one year? $ What is the largest number of jobs completed in one year? ; Which year? What is the largest job completed in any year $ ; Which year? PERFORMANCE/EXPERIENCE 1. What size projects do you believe your company can undertake? Single job: $ ; Total work in progress: $ 2. In what type of concrete construction do you specialize? 3. How many years experience in public works construction has your organization had? 4. EXPERIENCE RECORD OF STAFF TO BE ASSIGNED TO PROJECT Page 18 of 44

19 Name Position with Firm Time with Firm Project Assignment If additional staff or an explanation is required for any of the above answers, please provide comments with dates of occurrences on attached additional signed pages SECTION I. A. ESSENTIAL REQUIREMENTS FOR QUALIFICATION NOTE: Subcontractor will be immediately disqualified if the answer to any of questions 1 through 4 is. NOTE: Subcontractor will be immediately disqualified if the answer to any of questions 5 through 8 is. 1. Subcontractor possesses a valid and current California Contractor s license for the project or projects for which it intends to submit a bid. 2. Subcontractor has a liability insurance policy with a policy limit of at least $1,000,000 per occurrence and $2,000,000 aggregate. 3. Subcontractor has current workers compensation insurance policy as required by the Labor Code or is legally self-insured pursuant to Labor Code section 3700 et. seq. If Subcontractors is exempt from this requirement because it has no employees, the appropriate response is. 4. Has your firm maintained a Workers Compensation Experience Modification Rate (EMR) that averages below 1.15 for the past five (5) years? 5. Has your contractor s license ever been revoked? Page 19 of 44

20 6. Has a surety firm completed a contract on your behalf, or paid for completion because your firm was default terminated by the project owner within the last five (5) years? 7. At the time of submitting this pre-qualification form, is your firm ineligible to bid on or be awarded a public works contract, or perform as a subcontractor on a public works contract, pursuant to either Labor Code section or Labor Code section ? 8. At any time during the last five years, has your firm or any of its owners or officers been convicted of a crime involving the awarding of a contract of a government construction project, or the bidding or performance of a government contract? te: An additional notarized statement from the surety may be requested by University at the time of submission of a bid, if this pre-qualification package is submitted more than 60 days prior to submission of the bid. B. Current Organization and Structure of the Business 1. For Firms That Are Corporations: a. Date incorporated: b. Under the laws of what state: c. Provide all the following information for each person who is either (a) an officer of the corporation (president, vice president, secretary, treasurer), or (b) the owner of at least ten percent of the corporation s stock. Name Position Years w/ Company % Ownership Page 20 of 44

CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE

CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE AZUSA UNIFIED SCHOOL DISTRICT 1 TABLE OF CONTENTS Filing of PreQualifications Submittals 3 PREQUALIFICATION QUESTIONNAIRE 6 Page Part I:

More information

IRVINE UNIFIED SCHOOL DISTRICT CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20

IRVINE UNIFIED SCHOOL DISTRICT CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 The Irvine Unified School District ( District ) has determined that bidders on an annual basis must be prequalified prior to submitting a bid on a project

More information

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower DOCUMENT 001153 - REQUEST FOR QUALIFICATIONS 1.1 PURPOSE, LAWS, AND REGULATIONS A. The purpose of the Prequalification Procedure described in this Document is to provide Owner with a mechanism to evaluate

More information

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION Section 14.01: Definitions 14.02: Application for Prequalification of Contractors 14.03: Aggregate Bonding Capacity and Single

More information

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature:

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature: SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 QUALIFICATION: Radio Project Phase II RFQ OPENING DATE: December 7, 2015 TIME: 2:00

More information

PREQUALIFICATION OF CONSTRUCTION CONTRACTORS QUESTIONNAIRE PACKET

PREQUALIFICATION OF CONSTRUCTION CONTRACTORS QUESTIONNAIRE PACKET Exhibit A PREQUALIFICATION OF CONSTRUCTION CONTRACTORS QUESTIONNAIRE PACKET Submission of Pre-Qualification Packet Deadline: TBD Newcomb Academy AB300 New Construction Project Place of Pre-Qualification

More information

PREQUALIFICATION QUESTIONNAIRE

PREQUALIFICATION QUESTIONNAIRE PREQUALIFICATION QUESTIONNAIRE FOR HUENEME ROAD RECYCLED WATER PIPELINE PROJECT PHASE II THE PROJECTS AND PREQUALIFICATION In the coming months, the City of Oxnard ( City ) will be bidding a project for

More information

Document B101 TM. Standard Form of Agreement Between Owner and Architect

Document B101 TM. Standard Form of Agreement Between Owner and Architect Document B101 TM 2007 Standard Form of Agreement Between Owner and Architect AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Architect s client identified

More information

LEVEL I PREQUALIFICATION DOCUMENTS

LEVEL I PREQUALIFICATION DOCUMENTS Project No. LEVEL I PREQUALIFICATION DOCUMENTS for MUIR BIOLOGY BUILDING 3RD FLOOR RENOVATION University of California, San Diego FACILITIES DESIGN & CONSTRUCTION 10280 North Torrey Pines Road La Jolla,

More information

LEVEL I PREQUALIFICATION DOCUMENTS COMPUTER SCIENCE ENGINEERING (CSE) ADDITION AND RENOVATION

LEVEL I PREQUALIFICATION DOCUMENTS COMPUTER SCIENCE ENGINEERING (CSE) ADDITION AND RENOVATION Project No. 4863/A4L-396 LEVEL I PREQUALIFICATION DOCUMENTS for COMPUTER SCIENCE ENGINEERING (CSE) ADDITION AND RENOVATION University of California, San Diego FACILITIES DESIGN & CONSTRUCTION 10280 North

More information

LEVEL I PREQUALIFICATION DOCUMENTS GEISEL RESTROOM RENOVATIONS

LEVEL I PREQUALIFICATION DOCUMENTS GEISEL RESTROOM RENOVATIONS Project No. 5005/A4L-424/ 962520 LEVEL I PREQUALIFICATION DOCUMENTS for GEISEL RESTROOM RENOVATIONS University of California, San Diego FACILITIES DESIGN & CONSTRUCTION 10280 North Torrey Pines Road La

More information

VICTOR VALLEY UNION HIGH SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE FOR

VICTOR VALLEY UNION HIGH SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE FOR VICTOR VALLEY UNION HIGH SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE FOR GENERAL CONTRACTOR AND MECHANICAL, ELECTRICAL, PLUMBING, FIRE PROTECTION AND UNDERGROUND PIPELINE SUBCONTRACTOR LICENSEES (License

More information

ADVERTISEMENT FOR DESIGN BUILDER PREQUALIFICATION

ADVERTISEMENT FOR DESIGN BUILDER PREQUALIFICATION ADVERTISEMENT FOR DESIGN BUILDER PREQUALIFICATION Subject to conditions prescribed by the University of California, San Diego, responses to the University's prequalification documents for a Design Build

More information

2017 Renewable Energy Sale - Request for Offers Solicitation Protocol

2017 Renewable Energy Sale - Request for Offers Solicitation Protocol 2017 Renewable Energy Sale - Request for Offers Solicitation Protocol Issuance Date: Week of January 23, 2017 i Table of Contents I. OVERVIEW... 1 A. OVERVIEW... 1 B. RENEWABLE ENERGY SALE RFO COMMUNICATION...

More information

Main Building Auditorium

Main Building Auditorium Main Building Auditorium Theatre and Lighting Upgrade Moberly Area Community College 101 College Avenue Moberly, Missouri This document contains all necessary instructions and specifications to perform

More information

General Contractor Prequalification for the Biosolids Handling Facility at the Hailey Wastewater Treatment Plant

General Contractor Prequalification for the Biosolids Handling Facility at the Hailey Wastewater Treatment Plant City of Hailey Public Works Department Hailey, Idaho Request for Prequalification Proposals General Contractor Prequalification for the Biosolids Handling Facility at the Hailey Wastewater Treatment Plant

More information

Document B101 TM. Standard Form of Agreement Between Owner and Architect

Document B101 TM. Standard Form of Agreement Between Owner and Architect Document B101 TM 2007 Standard Form of Agreement Between Owner and Architect AGREEMENT made as of the day of in the year Two Thousand and BETWEEN the Architect s client identified as the Owner: Capitol

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS NOTE: The City of New Brunswick Parking Authority will consider proposals only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the

More information

REQUEST FOR QUALIFICATIONS CIVIL ENGINEERING PROFESSIONAL SERVICES VILLAGE OF BARTLETT COUNTRY CREEK LIFT STATION PROJECT

REQUEST FOR QUALIFICATIONS CIVIL ENGINEERING PROFESSIONAL SERVICES VILLAGE OF BARTLETT COUNTRY CREEK LIFT STATION PROJECT REQUEST FOR QUALIFICATIONS CIVIL ENGINEERING PROFESSIONAL SERVICES VILLAGE OF BARTLETT COUNTRY CREEK LIFT STATION PROJECT DATED FEBRUARY 19, 2015 REQUEST FOR QUALIFICATIONS CIVIL ENGINEERING PROFESSIONAL

More information

Ohio Public Employees Retirement System. Request for Proposal

Ohio Public Employees Retirement System. Request for Proposal Ohio Public Employees Retirement System For: Consulting Services for Development of the Business Intelligence & Analytics Office Date: 9/11/2017 Project Name: Business Intelligence & Analytics Program

More information

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

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES TM Document B141 Standard Form of Architect's Services: Design and Contract Administration 1997 Part 2 TABLE OF ARTICLES 2.1 PROJECT ADMINISTRATION SERVICES 2.2 SUPPORTING SERVICES 2.3 EVALUATION AND PLANNING

More information

PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18

PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18 PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18 (JAN 2017 DEC 2018) PRE QUALIFICATION DOCUMENT Stima Plaza, Kolobot Road, P.O. Box 1548-00600 Nairobi,

More information

Supply of Office Furniture, Fittings, Furnishings & other Equipments.

Supply of Office Furniture, Fittings, Furnishings & other Equipments. The Kenya Power & Lighting Co. Ltd. The Kenya Power & Lighting Co. Ltd. Central Office P.O. Box 30099 Nairobi, Kenya Telephone 254-02-3201 000/3201 323 Fax No. 254-02-310336 or 3753833 Website: www.kplc.co.ke

More information

INVITATION FOR BID IFB For: Record Storage Services. Notice to Prospective Bidders

INVITATION FOR BID IFB For: Record Storage Services. Notice to Prospective Bidders INVITATION FOR BID IFB 2017-20 For: Record Storage Services Notice to Prospective Bidders Release Date: Wednesday, March 28, 2018 You are invited to review and respond to this Invitation For Bid (IFB).

More information

ADVERTISEMENT FOR PREQUALIFICATION FOR THE FOLLOWING BID PACKAGES

ADVERTISEMENT FOR PREQUALIFICATION FOR THE FOLLOWING BID PACKAGES ADVERTISEMENT FOR PREQUALIFICATION FOR THE FOLLOWING BID PACKAGES BID PACKAGE DESCRIPTION REQUIRED LICENSE Bid Package No. 1 Asbestos Abatement C-22 Bid Package No. 2 Hard Demolition C-21 Bid Package No.

More information

STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER

STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER REQUEST FOR QUALIFICATIONS To Serve as Legal Counsel to the State of Rhode Island Public Finance Management Board The Office of the General Treasurer

More information

REVISED NEW HANOVER COUNTY OGDEN SKATEPARK SPECIALTY PRE-QUALIFICATION PACKET

REVISED NEW HANOVER COUNTY OGDEN SKATEPARK SPECIALTY PRE-QUALIFICATION PACKET REVISED NEW HANOVER COUNTY OGDEN SKATEPARK SPECIALTY PRE-QUALIFICATION PACKET This project is being readvertised due to the small number of prequalification packages received in response to the county's

More information

Document B252TM 2007

Document B252TM 2007 Document B252TM 2007 Standard Form of Architect s Services: Architectural Interior Design for the following PROJECT: (Name and location or address) This document has important legal consequences. Consultation

More information

REQUEST FOR PROPOSALS: CEO COMPENSATION AND EVALUATION SERVICES. Issue Date: April 30, Due Date: June 6, 2014

REQUEST FOR PROPOSALS: CEO COMPENSATION AND EVALUATION SERVICES. Issue Date: April 30, Due Date: June 6, 2014 REQUEST FOR PROPOSALS: CEO COMPENSATION AND EVALUATION SERVICES Issue Date: April 30, 2014 Due Date: June 6, 2014 In order to be considered, proposals must be signed and returned via email to rwhitmore@wested.org

More information

LICENSE MC B CHOICE TRANSPORT, LLC COLUMBUS, NE

LICENSE MC B CHOICE TRANSPORT, LLC COLUMBUS, NE U.S. Department of Transportation Federal Motor Carrier Safety Administration 400 7th Street SW Washington, DC 20590 SERVICE DATE February 08, 2007 LICENSE MC-587619-B CHOICE TRANSPORT, LLC COLUMBUS, NE

More information

Request for Prequalification. Electrical Subcontractor

Request for Prequalification. Electrical Subcontractor Request for Prequalification Electrical Subcontractor For ECHOWATER PROJECT August 2014 (Revised 9/5/2014) (Revised 9/17/2014) Sacramento Regional County Sanitation District Request for Contractor Prequalification

More information

Invitation to Negotiate

Invitation to Negotiate Invitation to Negotiate Programming, Design, and Consulting Services Lisa Daws 4/3/2012 CLERKS OF COURT OPERATIONS CORPORATION Table of Contents Agency Background... 3 Statement of Purpose... 3 Scope of

More information

PRE-QUALIFICATION OF SUPPLIERS PROVISION OF FUMIGATION, SANITATION AND SANITAL DISPOSAL SERVICES TENDER NO.KPLC1/5BC/9A/PT-ST/113/2010

PRE-QUALIFICATION OF SUPPLIERS PROVISION OF FUMIGATION, SANITATION AND SANITAL DISPOSAL SERVICES TENDER NO.KPLC1/5BC/9A/PT-ST/113/2010 The Kenya Power & Lighting Co. Ltd. The Kenya Power & Lighting Co. Ltd. Central Office P.O. Box 30099 Nairobi, Kenya Telephone 254-02-3201 000/3201 323 Fax No. 254-02-310336 or 3753833 Website: www.kplc.co.ke

More information

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado REQUEST FOR PROPOSAL HRIS Human Resources Information Software Fort Morgan, Colorado October 7, 2014 Michael Boyer Director, Human Resources and Risk Management CITY OF FORT MORGAN P.O. BOX 100 FORT MORGAN,

More information

ATTENTION CONTRACTORS

ATTENTION CONTRACTORS ATTENTION CONTRACTORS If you download this RFQ from the website, it is your responsibility to advise WOU's Planning Office that you have done so. This will allow us to add you to the Respondent's List,

More information

Document B Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition

Document B Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition Document B132 2009 Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition AGREEMENT made as of the in the year (In words, indicate day, month and year.) BETWEEN

More information

Ohio Public Employees Retirement System. Request for Proposal

Ohio Public Employees Retirement System. Request for Proposal Ohio Public Employees Retirement System For: Application Performance Monitoring Software Date: March 23, 2018 277 East Town Street Columbus, Ohio 43215 1-800-222-PERS (7377) www.opers.org PLEASE NOTE:

More information

Professional Practice 544

Professional Practice 544 February 22, 2016 February 29, 2016 Professional Practice 544 AIA-B101 Owner - Architect Agreement Michael J. Hanahan Schiff Hardin LLP 233 S. Wacker, Ste. 6600 Chicago, IL 60606 312-258-5701 mhanahan@schiffhardin.com

More information

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm:

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm: INVITATION FOR BID HVAC Equipment Replacement for Nordlof Center Lower Level West Issued November 8, 2017 Name of Bidding Firm: Address: City: State: Zip: Phone: Fax Bid Due Date: Bid Opening Time and

More information

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm:

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm: INVITATION FOR BID HVAC Equipment Replacement for Black Box Theatre at Nordlof Center Issued June 14, 2017 Name of Bidding Firm: Address: City: State: Zip: Phone: Fax Bid Opening Time and Date: Bid Deposit/Bid

More information

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) REQUEST FOR PROPOSAL (RFP) "Empanelment of HR Consultants for Recruitment Services Issue Date: 21 st June 2017 Last Date for Receipt of Proposal at SBI: 30 th June 2017 State Bank of India Central Recruitment

More information

REQUEST FOR EXPRESSIONS OF INTEREST 5006 EOI DETERRENT PROGRAM FOR SNOW GEESE CONTROL

REQUEST FOR EXPRESSIONS OF INTEREST 5006 EOI DETERRENT PROGRAM FOR SNOW GEESE CONTROL 5006 EOI REQUEST FOR EXPRESSIONS OF INTEREST 5006 EOI DETERRENT PROGRAM FOR SNOW GEESE CONTROL Responses to this Request for Expressions of Interest will be received at the Information Counter, Main Floor,

More information

REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS

REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS UNIVERSITY OF EMBU REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS UoEm/04/2017-2019 CLOSING DATE: APRIL 18TH 2017 AT 11.00 AM Table of Contents

More information

UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER)

UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER) IFB Number: B042911 IFB Due Date and Time: May 9th, 2011 5:00 p.m./mountain Time UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER) IFB Title: DRY GOOD- COLOR COPIER Number of Pages: 08 ISSUING

More information

REQUEST FOR QUOTES (RFQ) # Issue Date: December 5, 2017

REQUEST FOR QUOTES (RFQ) # Issue Date: December 5, 2017 REQUEST FOR QUOTES (RFQ) #2017-25 Issue Date: December 5, 2017 Procurement & Contract Services Klamath Falls: Wilsonville: 541.885.1133 (office) 503.821.1266 (office) 3201 Campus Dr. 27500 SW Parkway Ave.

More information

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE Tender Number: PW #2-18 Sealed Tenders will be clearly marked and received by: Corporation of the Township of Ryerson 28 Midlothian Road Burk s Falls, Ontario P0A 1C0 (705) 382-3232 Closing Date: THURSDAY

More information

THE CITY OF SAN MATEO REQUEST FOR QUALIFICATIONS BAYFRONT LEVEE IMPROVEMENTS PROJECT NO

THE CITY OF SAN MATEO REQUEST FOR QUALIFICATIONS BAYFRONT LEVEE IMPROVEMENTS PROJECT NO THE CITY OF SAN MATEO REQUEST FOR QUALIFICATIONS for BAYFRONT LEVEE IMPROVEMENTS PROJECT NO. 468301 Public Works Department 330 West 20 th Avenue San Mateo, CA 94403 September 2010 TABLE OF CONTENTS Page

More information

TEACHERS SERVICE COMMISSION TENDER DOCUMENT FOR DISPOSAL OF LPG CYLINDERS WITH GAS (TSC EMPLOYEES ONLY). CLOSING DATE: FRIDAY, 1 ST APRIL 2016.

TEACHERS SERVICE COMMISSION TENDER DOCUMENT FOR DISPOSAL OF LPG CYLINDERS WITH GAS (TSC EMPLOYEES ONLY). CLOSING DATE: FRIDAY, 1 ST APRIL 2016. TEACHERS SERVICE COMMISSION TENDER DOCUMENT FOR DISPOSAL OF LPG CYLINDERS WITH GAS (TSC EMPLOYEES ONLY). TENDER NUMBER: TSC/DISP/02/2015-2016 CLOSING DATE: FRIDAY, 1 ST APRIL 2016. Teachers Service Commission

More information

SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM

SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM CITY OF GALENA 101 GREEN STREET GALENA, IL 61036 MAY 2016 Project must be completed between 5 th and 30 th September 2016 CONTENTS Page # ADVERTISEMENT FOR

More information

PROJECT MANUAL FOR THE BEVERLY HILLS UNIFIED SCHOOL DISTRICT. VOLUME 1 of 2 BEVERLY VISTA SCHOOL DECK EXPANSION JOINT WATERPROOFING

PROJECT MANUAL FOR THE BEVERLY HILLS UNIFIED SCHOOL DISTRICT. VOLUME 1 of 2 BEVERLY VISTA SCHOOL DECK EXPANSION JOINT WATERPROOFING PROJECT MANUAL FOR THE BEVERLY HILLS UNIFIED SCHOOL DISTRICT VOLUME 1 of 2 BEVERLY VISTA SCHOOL DECK EXPANSION JOINT WATERPROOFING AT BEVERLY VISTA SCHOOL 200 SOUTH ELM, BEVERLY HILLS, CA 90212 In the

More information

Low-Level Design Validation and Testing

Low-Level Design Validation and Testing Low-Level Design Validation and Testing Service Description Document November 2009 Contents 1. Introduction... 2 2. Eligibility and Prerequisites... 2 3. Service Features and Deliverables... 2 4. Customer

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS UTILITY BILLING SOFTWARE DUE DATE: NO LATER THAN 5:00 PM EASTERN TIME, MARCH 11, 2016 QUESTIONS: JESSICA MARTIN-LANE JESSICA@MARTIN-MCGILL.COM NOTE: THE COUNTY OF HARNETT RESERVES

More information

LOWER MANHATTAN DEVELOPMENT CORPORATION

LOWER MANHATTAN DEVELOPMENT CORPORATION LOWER MANHATTAN DEVELOPMENT CORPORATION REQUEST FOR QUALIFICATIONS for PHOTOCOPYING AND RELATED SERVICES The Lower Manhattan Development Corporation, a subsidiary of the New York State Urban Development

More information

HP DesignJet Cash In & Trade Up April 2016 promotion

HP DesignJet Cash In & Trade Up April 2016 promotion HP DesignJet Cash In & Trade Up April 2016 promotion Terms and conditions A. HP DesignJet Cash In & Trade Up April 2016 program structure Within the framework of the HP DesignJet Cash In & Trade Up April

More information

UNIVERSITY OF CALIFORNIA, RIVERSIDE BARN EXPANSION PROJECT. ADVERTISEMENT FOR PREQUALIFICATION for CONSTRUCTION MANAGER/GENERAL CONTRACTOR AT RISK

UNIVERSITY OF CALIFORNIA, RIVERSIDE BARN EXPANSION PROJECT. ADVERTISEMENT FOR PREQUALIFICATION for CONSTRUCTION MANAGER/GENERAL CONTRACTOR AT RISK UNIVERSITY OF CALIFORNIA, RIVERSIDE BARN EXPANSION PROJECT ADVERTISEMENT FOR PREQUALIFICATION for CONSTRUCTION MANAGER/GENERAL CONTRACTOR AT RISK PROJECT. 950493 University of California, Riverside Architects

More information

Request for Proposals for: Construction Management Services For The ADDISON PUBLIC LIBRARY INTERIOR RENOVATION

Request for Proposals for: Construction Management Services For The ADDISON PUBLIC LIBRARY INTERIOR RENOVATION Request for Proposals for: Construction Management Services For The ADDISON PUBLIC LIBRARY INTERIOR RENOVATION May 19, 2015 The Addison Public Library invites you to submit a reply to this Request for

More information

REQUEST FOR PROPOSAL Audit and Tax Services ISSUED April 24, 2015 RFP No

REQUEST FOR PROPOSAL Audit and Tax Services ISSUED April 24, 2015 RFP No REQUEST FOR PROPOSAL Audit and Tax Services ISSUED April 24, 2015 RFP No. 15-1474 Tampa Bay Workforce Alliance, Inc. is accepting proposals from qualified CPA firms to provide audit and tax services. Parties

More information

Scott Eagle Attack Thermal Imaging Camera

Scott Eagle Attack Thermal Imaging Camera Scott Eagle Attack Thermal Imaging Camera Notice is hereby given that the City of Des Peres is seeking sealed bids from qualified vendors for the purchase of a Scott Eagle Attack Thermal Imaging Camera.

More information

PUBLIC ANNOUNCEMENT REQUEST FOR DESIGN-BUILD SERVICES STATEMENTS OF QUALIFICATIONS (GREENVILLE CITY SCHOOL DISTRICT)

PUBLIC ANNOUNCEMENT REQUEST FOR DESIGN-BUILD SERVICES STATEMENTS OF QUALIFICATIONS (GREENVILLE CITY SCHOOL DISTRICT) PUBLIC ANNOUNCEMENT REQUEST FOR DESIGN-BUILD SERVICES STATEMENTS OF QUALIFICATIONS (GREENVILLE CITY SCHOOL DISTRICT) The Greenville City School District (the "District") invites interested parties to submit

More information

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department Peralta Community College District 501 5 th Avenue Oakland, California 94606 Phone (510) 466-7225 Fax (510) 587-7873 Purchasing Department Date: March 30, 2011 ADDENDUM No. 3 BID NO.: 10-11/27 PCCD Smart

More information

STATE OF TENNESSEE TENNESSEE HOUSING DEVELOPMENT AGENGY REQUEST FOR QUALIFICATIONS FOR APPROVED MARKET STUDY ANALYSTS LIST RFQ #

STATE OF TENNESSEE TENNESSEE HOUSING DEVELOPMENT AGENGY REQUEST FOR QUALIFICATIONS FOR APPROVED MARKET STUDY ANALYSTS LIST RFQ # 11-20-13 RFQ STATE OF TENNESSEE TENNESSEE HOUSING DEVELOPMENT AGENGY REQUEST FOR QUALIFICATIONS FOR APPROVED MARKET STUDY ANALYSTS LIST RFQ # 31620-00261 SECTIONS: ATTACHMENTS: 1. Introduction 2. RFQ Schedule

More information

STARCOM STANDARD ADVERTISING TERMS AND CONDITIONS

STARCOM STANDARD ADVERTISING TERMS AND CONDITIONS STARCOM STANDARD ADVERTISING TERMS AND CONDITIONS The organization contracting for the purchase of advertising covered by this contract hereinafter called AGENCY or ADVERTISER as the case may be) and The

More information

TABLE OF CONTENTS. INVITATION TO BID thru INSTRUCTIONS TO BIDDERS thru

TABLE OF CONTENTS. INVITATION TO BID thru INSTRUCTIONS TO BIDDERS thru TABLE OF CONTENTS PAGE INVITATION TO BID...00050-1 thru 00050-2 INSTRUCTIONS TO BIDDERS...00200-1 thru 00200-9 BID FORM...00400-1 thru 00400-8 Attachments: Bid Bond (EJCDC Form C-430)...00400.A-1 thru

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS FOR TEMPORARY STAFFING SERVICES Proposals must be received and receipted no later than 3:00 p.m. PDT, April 12, 2012 ABSOLUTELY NO EXCEPTIONS San Diego Workforce Partnership, Inc.

More information

SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3

SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3 TABLE OF CONTENTS SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3 SECTION II- INSTRUCTIONS TO TENDERER... 4 ELIGIBILITY... 4

More information

General Terms of Purchase

General Terms of Purchase General Terms of Purchase 1. Scope Unless otherwise agreed upon with Valeo's Purchasing Department (the "Purchasing Department"), these General Terms of Purchase shall apply to all purchases made by Valeo

More information

Notice to Bidders Page 1 of 6

Notice to Bidders Page 1 of 6 Page 1 of 6 COYOTE CREEK LEVEE RODENT DAMAGE REPAIR DOWNSTREAM OF SR 237 Project No. 62084001, Task No. 5171 Contract No. C0637 1. Notice. Notice is hereby given that sealed Bids will be accepted by the

More information

Model Employment Contract

Model Employment Contract Model Employment Contract Adapt this Model Employment Contract for use at your own workplace. MODEL EMPLOYMENT CONTRACT HR managers in any part of the country can adapt this Model Employment Contract for

More information

TABLE OF CONTENTS THE CHURCH OF JESUS CHRIST OF LATTER-DAY SAINTS BRIGHAM YOUNG UNIVERSITY-IDAHO STANDARD CONTRACT REQUIREMENTS INVITATION TO BID

TABLE OF CONTENTS THE CHURCH OF JESUS CHRIST OF LATTER-DAY SAINTS BRIGHAM YOUNG UNIVERSITY-IDAHO STANDARD CONTRACT REQUIREMENTS INVITATION TO BID TABLE OF CONTENTS THE CHURCH OF JESUS CHRIST OF LATTER-DAY SAINTS BRIGHAM YOUNG UNIVERSITY-IDAHO STANDARD CONTRACT REQUIREMENTS I. INVITATION TO BID II. NOTICE TO BIDDERS III. FORM OF PROPOSAL IV. INSTRUCTIONS

More information

May 17, 2017 REQUEST FOR PROPOSALS for SECURITY SERVICES ATTENTION RESPONDENTS

May 17, 2017 REQUEST FOR PROPOSALS for SECURITY SERVICES ATTENTION RESPONDENTS May 17, 2017 REQUEST FOR PROPOSALS for SECURITY SERVICES ATTENTION RESPONDENTS You are hereby invited to submit a proposal to the McPherson Implementing Local Redevelopment Authority (hereafter referred

More information

Project Manual April 20, 2015

Project Manual April 20, 2015 Project Manual April 20, 2015 Bozeman School District No. 7 Bozeman, Montana 2015 Roof Replacement Project for: Set Number PROJECT MANUAL BOZEMAN SCHOOL DISTRICT No.7 ROOF REPLACEMENT 2015 Comprised of

More information

Request For Proposal Procedures

Request For Proposal Procedures PROCUREMENT SERVICES OFFICE Request For Proposal Procedures SECTION 1: OVERVIEW 1.1 What is a Request for Proposal (RFP)? A RFP is a method of solicitation used when, it has been determined that giving

More information

INVITATION TO BID (Request for Proposal)

INVITATION TO BID (Request for Proposal) INVITATION TO BID (Request for Proposal) July 5, 2017 PROJECT Collaborative Spaces Furniture PROJECT DESCRIPTION The Topeka and Shawnee County Public Library is a 21st-century, landmark library; most recently

More information

DRIVER ADDENDUM TO SERVICES AGREEMENT. Last update: October 20, 2015

DRIVER ADDENDUM TO SERVICES AGREEMENT. Last update: October 20, 2015 DRIVER ADDENDUM TO SERVICES AGREEMENT Last update: October 20, 2015 This Driver Addendum to Services Agreement ( Addendum ) constitutes a legal agreement between an independent company in the business

More information

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS OLYMPIA, WASHINGTON REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS REQUEST FOR QUALIFICATIONS AND QUOTES (RFQQ) RELEASE DATE: April 13, 2017 PRE-PROPOSAL MEETING: Date: April 24, 2017

More information

Invitation to Tender. Development Legal Services. August 2015

Invitation to Tender. Development Legal Services. August 2015 Development Legal Services August Contents 1. Important notices... 3 1.1. Confidentiality... 3 1.2. Accuracy of information and liability of SLH... 3 1.3. Canvassing... 4 1.4. Non-collusion... 5 1.5. Copyright...

More information

Request for Quotation (RFQ) for. Conducting audit of Online Campaign for Indian Plantations for IBEF. Request for Quotation [RFQ]

Request for Quotation (RFQ) for. Conducting audit of Online Campaign for Indian Plantations for IBEF. Request for Quotation [RFQ] 1 Request for Quotation (RFQ) for Conducting audit of Online Campaign for Indian Plantations for IBEF Request for Quotation [RFQ] 20th Floor, Jawahar Vyapar Bhawan Tolstoy Marg New Delhi 110001 2 PART

More information

Invitation to Tender. External Audit Services. July 2015

Invitation to Tender. External Audit Services. July 2015 External Audit Services July Contents 1. Important notices... 3 1.1. Confidentiality... 3 1.2. Accuracy of information and liability of SLH... 3 1.3. Canvassing... 4 1.4. Non-collusion... 4 1.5. Copyright...

More information

Request for Qualifications Professional Services For. Wood Recycling Center Facility. Contract Number: C City of Chattanooga, Tennessee

Request for Qualifications Professional Services For. Wood Recycling Center Facility. Contract Number: C City of Chattanooga, Tennessee Request for Qualifications Professional Services For Wood Recycling Center Facility Contract Number: C-17-017-101 City of Chattanooga, Tennessee December 2017 Section 1 Introduction REQUEST FOR QUALIFICATIONS

More information

UNIVERSITY OF CALIFORNIA, SAN DIEGO

UNIVERSITY OF CALIFORNIA, SAN DIEGO UNIVERSITY OF CALIFORNIA, SAN DIEGO BERKELEY DAVIS IRVINE LOS ANGELES MERCED RIVERSIDE SAN DIEGO SAN FRANCISCO SANTA BARBARA SANT A CRUZ OFFICE OF THE ASSIST ANT VICE CHANCELLOR CAMPUS ARCHITECT- FACILITIES

More information

Request for Quotation (RFQ) for Updation of Best of India in Pharmaceuticals for India Brand Equity Foundation (IBEF)

Request for Quotation (RFQ) for Updation of Best of India in Pharmaceuticals for India Brand Equity Foundation (IBEF) Request for Quotation (RFQ) for Updation of Best of India in Pharmaceuticals for India Brand Equity Foundation (IBEF) Request for Quotation [RFQ] April 2015 India Brand Equity Foundation, Apparel House,

More information

PROJECT MANUAL. Martin Luther King Jr. Technology Academy 3051 Fairfield Street, Sacramento, CA 95815

PROJECT MANUAL. Martin Luther King Jr. Technology Academy 3051 Fairfield Street, Sacramento, CA 95815 PROJECT MANUAL Martin Luther King Jr. Technology Academy 3051 Fairfield Street, Sacramento, CA 95815 Kohler Elementary School 4004 Bruce Way, North Highlands, CA 95660 Roofing Project Bidding and Contract

More information

T 1.1: Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID

T 1.1: Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID T1.1 Tender Notice and Invitation to Tender SECTION 1: NOTICE TO TENDERERS 1. INVITATION TO BID Responses to this Tender [hereinafter referred to as a Tender] are requested from persons, companies, close

More information

LCCC Science Building Wall Coverings

LCCC Science Building Wall Coverings LCCC Science Building LARAMIE COUNTY COMMUNITY COLLEGE 1400 EAST COLLEGE DRIVE CHEYENNE, WYOMING DATE: 04/30/28 TOBIN & ASSOCIATES, P.C. ARCHITECTURE / PLANNING P. O. Box 2420 1820 Dillon Avenue, Suite

More information

THE UNIVERSITY OF NEWCASTLE TERMS AND CONDITIONS FOR CONSTRUCTION TENDERING

THE UNIVERSITY OF NEWCASTLE TERMS AND CONDITIONS FOR CONSTRUCTION TENDERING THE UNIVERSITY OF NEWCASTLE TERMS AND CONDITIONS FOR CONSTRUCTION TENDERING Instructions for the Tenderer: It is mandatory for the Tenderer to provide and/or perform the following in relation to the compilation

More information

LAKE ARROWHEAD COMMUNITY SERVICES DISTRICT HEADWORKS FINE SCREEN REPLACEMENT AT THE GRASS VALLEY WASTEWATER TREATMENT PLANT PROJECT NO.

LAKE ARROWHEAD COMMUNITY SERVICES DISTRICT HEADWORKS FINE SCREEN REPLACEMENT AT THE GRASS VALLEY WASTEWATER TREATMENT PLANT PROJECT NO. LAKE ARROWHEAD COMMUNITY SERVICES DISTRICT SPECIFICATIONS FOR THE CONSTRUCTION OF HEADWORKS FINE SCREEN REPLACEMENT AT THE GRASS VALLEY WASTEWATER TREATMENT PLANT PROJECT NO. 139 OCTOBER 2017 LACSD PO

More information

Memo. Date: November 30, 2006

Memo. Date: November 30, 2006 Memo Date: November 30, 2006 Subject: Request for Qualifications Quantity Surveying Services for Partnerships British Columbia Projects RFQ Number: 1230 Partnerships BC welcomes qualified individuals,

More information

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION The bid proposal is to be returned to the buyer via the e-mail noted in the solicitation, and will be accepted no later than

More information

Request for Proposal Internet Access Columbus Urban League

Request for Proposal Internet Access Columbus Urban League Request for Proposal Internet Access Columbus Urban League 1 REQUEST FOR PROPOSAL Internet Access Columbus Urban League The Columbus Urban League invites vendors to submit proposals in accordance with

More information

A. MISSION AND STRUCTURE OF HARVESTWORKS, INC.

A. MISSION AND STRUCTURE OF HARVESTWORKS, INC. REQUEST FOR PROPOSALS For Consulting Services HARVESTWORKS, a registered 501 (c) (3) non-profit organization in the state of New York, seeks proposals to provide Organizational Development Services relating

More information

RFP # Request for Proposal Branding Services. Date: January 12, Proposals must be submitted by 3:00 PM: February 10, 2017

RFP # Request for Proposal Branding Services. Date: January 12, Proposals must be submitted by 3:00 PM: February 10, 2017 RFP #1116-1 Request for Proposal Branding Services Date: January 12, 2017 Proposals must be submitted by 3:00 PM: February 10, 2017 Purchasing Department Queens Borough Public Library 89-11 Merrick Boulevard

More information

Mott Community College. Independent Contractor Policy and Procedures

Mott Community College. Independent Contractor Policy and Procedures Mott Community College Independent Contractor Policy and Procedures Mott Community College Independent Contractor Policy and Procedures Introduction Many Mott Community College departments regularly employ

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS FOR COMPENSATION STUDY Proposals Due: November 3, 2016, 4:00 PM 1.0 OBJECTIVE SECTION 1 SUBMITTAL PROCEDURES & DEADLINE The City of Signal Hill is seeking proposals from qualified

More information

Acknowledgement of Aramco Overseas Company BV. Supplier Code of Conduct

Acknowledgement of Aramco Overseas Company BV. Supplier Code of Conduct IMPORTANT DOCUMENT PLEASE RETURN SIGNED ACKNOWLEDGEMENT Acknowledgement of Aramco Overseas Company BV Supplier Code of Conduct (Applicable to Vendors, Manufacturers, Contractors and Sub-Contractors) Aramco

More information

Both envelopes must have the following information in the lower left hand corner:

Both envelopes must have the following information in the lower left hand corner: SECTION 001116 INVITATION TO BID The City of Morgantown is requesting a bid for masonry restoration for the City Hall Building in Morgantown, WV. The Project is for building envelope rehabilitation including

More information

REQUEST FOR PROPOSAL COMPENSATION & CLASSIFICATION STUDY

REQUEST FOR PROPOSAL COMPENSATION & CLASSIFICATION STUDY 7703 NW Barry Road Kansas City, MO 64153 REQUEST FOR PROPOSAL COMPENSATION & CLASSIFICATION STUDY Detailed Proposal Information is Available on District Website: http://www.parkhill.k12.mo.us Bid Closing

More information

STANDARD SPECIFICATION SECTIONS. November 2016 Physical Resources Design, Engineering and Construction

STANDARD SPECIFICATION SECTIONS. November 2016 Physical Resources Design, Engineering and Construction STANDARD SPECIFICATION SECTIONS Design, Engineering and Construction SPECIFICATIONS for Replacement of Heating System Building 045 Project Number XXXXXX June 25, 2004 Consultant Name and Address, etc.

More information

PROJECT DESCRIPTION. The project is the Spartan Complex Seismic Upgrade, San Jose, California.

PROJECT DESCRIPTION. The project is the Spartan Complex Seismic Upgrade, San Jose, California. REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGEMENT SERVICES FOR THE SPARTAN COMPLEX SEISMIC UPGRADE PROJECT SAN JOSE STATE UNIVERSITY ONE WASHINGTON SQUARE, SAN JOSE, CA 95192-0010 The Trustees of

More information

Creative Advertising and Audio Visual - Interactive Production Services Invitation to Qualify (ITQ) Part I Statement of Work

Creative Advertising and Audio Visual - Interactive Production Services Invitation to Qualify (ITQ) Part I Statement of Work Creative Advertising and Audio Visual - Interactive Production Services Invitation to Qualify (ITQ) Part I Statement of Work OVERVIEW The purpose of the Creative Advertising and Audio Visual - Interactive

More information

POLICY ON UNISA PUBLIC TENDERS Overview

POLICY ON UNISA PUBLIC TENDERS Overview POLICY ON UNISA PUBLIC TENDERS Overview Preamble UNISA invites suppliers to tender for the supply of goods and services where the proposed contract amount is R500 000 or more (amount annually updated for

More information