INVITATION TO PARTICIPATE IN THE PRE-QUALIFICATION STAGE OF AN INTERNATIONAL TENDER FOR THE EXECUTION OF AKKO - CARMIEL AND HAIFA - BET SHEAN RAIL

Size: px
Start display at page:

Download "INVITATION TO PARTICIPATE IN THE PRE-QUALIFICATION STAGE OF AN INTERNATIONAL TENDER FOR THE EXECUTION OF AKKO - CARMIEL AND HAIFA - BET SHEAN RAIL"

Transcription

1 INVITATION TO PARTICIPATE IN THE PRE-QUALIFICATION STAGE OF AN INTERNATIONAL TENDER FOR THE EXECUTION OF AKKO - CARMIEL AND HAIFA - BET SHEAN RAIL LINES ( TENDER NO. 116/12) (Construction of Superstructure, Supply, Installation and Integration of Telecommunication and Tunnel Systems) AUGUST 2012

2 - 2 - Table of Contents 1.INVITATION TO PRE-QUALIFICATION General Introduction The Tender Process The Pre-Qualification Stage The Tender Selection Stage Anticipated Schedule Project Information and Scope of Work TENDERING RULES Governing Law and Jurisdiction Conformity with All Applicable Laws Severability Purchase of the Invitation Cost of Participation in the Pre-Qualification Stage Nomination of an Authorized Representative Requests for Clarification of this Invitation Clarifications and Addenda Site Visit and Conference Reservation of Rights Advisors to the INRC Intellectual Property Rights GENERAL PROVISIONS RELATING TO PARTICIPANTS The Participant Members of the Participant Major Subcontractors Registration in Relevant Statutory Registry and Possession of all Relevant Licenses Participation in One Pre-Qualification Submission PROFESSIONAL PRE-QUALIFICATION REQUIREMENTS Railway Projects Experience Ballast Track Works Experience Railway Facilities Experience... 23

3 Telecommunication Experience Tunnel Systems Installation and Integration Experience Standards General FINANCIAL PRE-QUALIFICATION REQUIREMENTS Financial Pre-Qualification Requirements - General Provisions Turnover Operating Cash Flow Equity PRE-QUALIFICATION SUBMISSION Pre-Qualification Submission Letter Description of the Participant, Members and the Major Subcontractors Receipt of Purchase Demonstration of Professional Pre-Qualification Requirements Demonstration of Financial Pre-Qualification Requirements METHOD OF SUBMISSION Compliance with the Requirements of the Invitation No Unauthorized Modification Language of the Invitation, the Pre-Qualification Submission and the Tender Documents Signing of the Pre-Qualification Submission Authorization of Signatures by an Attorney Identification of Sensitive Information Number of Pre-Qualification Submission Copies Sealing and Marking of Pre-Qualification Submissions Pre-Qualification Submission Date Validity of the Pre-Qualification Submissions Opening of Pre-Qualification Submissions EXAMINATION OF THE PRE-QUALIFICATION SUBMISSIONS Examination of the Pre-Qualification Submissions by the INRC Requests for Clarifications of the Pre-Qualification Submissions Announcement of Eligible Participants Rejection of the Pre-Qualification Submissions... 39

4 Disqualification of the Pre-Qualification Submissions Issuance of the Tender Documents; Update Statement Appendix A - Definitions Appendix B - List of Advisors Appendix C General Specification of the Project s Scope of Work

5 INVITATION TO PRE-QUALIFICATION 1.1. General Introduction Israel National Road Company Ltd. ( INRC ) (acting through the Tender Committee) hereby invites companies worldwide, with the required experience and ability, to participate in the Prequalification Stage of an international Tender for the execution of two rail lines: Akko Carmiel and Haifa Bet Shean (the Project ). The Project s works shall include, inter alia, the construction of a railway superstructure, supply of materials, telecommunication and systems integration, testing and commissioning, safety assurance, quality management and the delivery of a complete railway infrastructure system to Israel Railways. All terms used in this Invitation shall have the meaning ascribed thereto herein or in Appendix "A" The Tender Process INRC intends to select qualified contractors to execute the Project (the "Contractor") in the following stages: This Pre-Qualification Stage The Tender Selection Stage 1.3. The Pre-Qualification Stage The purpose of this Pre-Qualification Stage is to select the Eligible Participants, who will be invited to participate in the Tender Selection Stage. As part of the Pre-Qualification Stage, Participants will be required to submit Pre-Qualification Submissions in accordance with the provisions of this Invitation, in order to demonstrate their compliance with the Pre-Qualification Requirements. Pre-Qualification Submissions will be evaluated by the INRC in accordance with the provisions of this Invitation. Participants that shall be announced as Eligible Participants pursuant to the INRC's evaluation shall be invited to participate in the Tender Selection Stage.

6 The Tender Selection Stage Following completion of the Pre-Qualification Stage, the INRC intends to issue the Invitation to Bid and to invite all Eligible Participants to participate in the Tender Selection Stage and submit bids for the Project. Without derogating from the INRC's rights to postpone any of the dates detailed in Section 1.5 (Anticipated Schedule) in accordance with the provisions of this Invitation, or from INRC and the Tender Committee's rights pursuant to Section 2.10 (Reservation of Rights), it is expected that the Invitation to Tender, including the procedures, requirements, selection criteria, and the Project agreement (the "Tender Documents"), will be issued to Eligible Participants following the completion of the Pre-Qualification Stage Anticipated Schedule Without in any way limiting the right of the INRC to postpone any of the following dates in accordance with the provisions of this Invitation, the anticipated schedule for the Pre-Qualification Stage is as follows: Deadline for Submission of Requests for Clarifications October 9, 2012 Pre-Qualification Submission October 24, 2012 The INRC shall provide a more detailed and affirmative timetable and instructions later on during the process Project Information and Scope of Work Without derogating from the provisions of Section 2.10 (Reservation of Rights), Participants' attention is drawn to the following indicative description of the Project: Project Overview The Akko Carmiel and Haifa Bet Shean Rail Lines ( the Rail Lines ) Project is a national infrastructure project, assigned with high priority by the Government as part of its Decision no 1421 dated February 24, 2010 (Israel Lanes

7 - 7 - transportation plan for the development of the Negev and the Galil), instructing the promotion and execution of the Project by INRC. The Project, set out under approved National Infrastructure Plans no 12/2 (the Akko- Carmiel Rail Line) and 13/6,2 (the Haifa Bet Shean Rail Line), was planned to serve the growing transportation and socio-economic needs of the State of Israel. The Rail Lines shall comprise part of the overall plan to establish an intercity transportation system connecting northern and southern Israel to the center of the State, and are aimed to improve the accessibility from and to such parts and encourage immigration of population thereto Akko- Carmiel Rail Line The Akko Carmiel Rail Line is an electrified 22 Km double Rail Line linking the cities of Akko and Carmiel. The Rail Line is outlined in parallel to existing Highway 85 and shall include a tunnel section in Gilon (two single tunnels of 4.6 km each) as well as two new train stations, at Moshav Ahihud (in the Western Galilee) and at the entrance to Carmiel, and bridging works in the amount of approx. 4,500 Sq/m. The Stations and bridging works will be constructed by a third party and are not included within the Project s scope of work. The Akko Carmiel Rail Line shall include the construction slab track in the Gilon tunnels and ballast track in the rest of the Rail Line; telecommunication systems (fix and mobile); signaling system and tunnel system integration (distributed control for security installations) including smoke and fire detection, ventilation, CCTV, IR Telephone, lighting, public address, energy supply, pumping water system and emergency communication. The Rail Line is designed to be capable of hauling both passenger and freight trains.

8 Haifa Bet Shean Rail Line The Haifa Bet Shean Rail Line (also known as the Yisrael Valley railway) is a single track non-electrified 58 km Rail Line, linking Haifa to the Sheikh Hussein Bridge over the Jordan River in the Bet She'an Valley. This Rail Line will include five (5) new train stations, at Lev Ha mifratz, Kefar Yehoshua, Kefar Baruch, Afula and Bet Shean as well as bridging works in the total amount of approx. 35,000 Sq/m. The Stations and bridging works will be constructed by a third party and are not included within the Project s scope of work. In addition, the Haifa Bet Shean Rail Line works shall include ballast track works, telecommunication systems (fix and mobile) and signaling system. The Rail Line is designed to be capable of hauling both passenger and freight trains. General specification of the Project s scope of work is attached hereto as Appendix C Israel Railways Participants are hereby informed that the Project shall be delivered to Israel Railways Corporation Ltd. ( Israel Railways ), a government owned company responsible for the operation and maintenance of the railway infrastructure in Israel, which shall operate and maintain the Rail Lines. Accordingly, it is expected that Israel Railway shall be involved in the management, inspection and delivery of the Project, as shall be further detailed in the Tender Documents Contract Price and Payment Structure As part of its proposal for the Tender Selection Stage, the Bidders shall be required to price a bill of quantities, which shall serve as a basis for the determination of payments due to the Contractor. In addition, the Bidders shall be required to price lump sum payments with respect to

9 - 9 - specific elements of the works, all as shall be detailed in the Tender Documents. The Contractor s proposed bill of quantities, together with its proposed lump sum payments, shall comprise the contract price. The payment terms shall be determined by INRC in the Tender Documents Tender Documents Major Highlights Without derogating from the foregoing or from the other provisions of this Invitation, Participants are hereby informed that the Tender Documents are expected to include, inter alia, requirements with respect to the following issues, which shall apply to the Eligible Participant, its Members or Major Subcontractor (as applicable), all as shall be defined in the Tender Documents: Minimum requirements regarding the possession of equipment; Minimum requirements regarding the number and the professional expertise and experience of the engineers and other position holders employed by the Eligible Participant; Requirements relating to the tunnel slab track works to be included as part of the Project and minimum requirements regarding the experience and expertise of the entity which shall be execute such works on behalf of the Contractor Health, safety and environmental requirements, including the submission of company policy, statements and plans; QA and QC, including management Plan (QAMP), quality manager, QC system and document control; Schedule management and control; Testing and Commissioning plan and expertise; Compliance with RAMS;

10 Compliance with EN Standards (including EN 13450, EN , EN , EN 13146, EN 13232) The above requirements shall be mandatory requirements in the Tender Selection Stage Statutory Availability of the Designated Site Akko-Carmiel Rail Line Akko-Carmiel Rail Line is statutorily set out within the approved National Infrastructure Plan no 12/2. The following are additional updating statutory plan relating to the Akko-Carmiel Rail Line: National Infrastructure Plan no 12 B relating to the section of Akko- Carmiel Rail Line crossing Givat Ahihud, which the Committee for National Infrastructure has recommended for Government approval; National Infrastructure Plan no. 12 C relating to a level separation in the Carmiel station, which is currently under discussions in the Committee for National Infrastructure. Haifa-Bet Shean Rail Line Haifa-Bet Shean Rail Line is statutorily set out within the approved National Infrastructure Plan no. 13/6,2. The following are additional updating statutory plan relating to the Haifa-Ber Shean Rail Line: National Infrastructure Plan no. 13A, relating to the section of the Haifa-Bet Shean Rail Line between Bet-Shean and Cheikh Hussein Bridge. This plan has been published for public comments and is currently under discussions at the Committee for National Infrastructure;

11 National Infrastructure Plan no. 13B, relating to a level separation in Road no 71, Haifa-Bet Shean Rail Line is the section between Afula-Merhavia. The Plan has been approved by the Government; National Infrastructure Plan no. 13C, relating to the Yagur interchange. This plan has been approved by the Government; National Infrastructure Plan no. 13D, relating to Haifa-Bet Shean Rail Line is the section between the Adashim River and Afula. This plan is awaiting for Government approval. 2. TENDERING RULES 2.1. Governing Law and Jurisdiction The Pre-Qualification Stage shall be governed and construed in accordance with the provisions of all applicable Laws The authorized court in the Tel-Aviv-Jaffa district shall have the sole jurisdiction over all matters and all disputes arising in connection with this Pre-Qualification Stage Conformity with All Applicable Laws Each Participant is assumed to have obtained legal advice. The Participants and the Pre-Qualification Submissions shall abide the Laws. Participants shall be subject to any changes in any Laws, should such changes be introduced during the Pre-Qualification Stage Severability If any of the provisions of this Invitation is or becomes invalid, illegal or unenforceable against any person, party or under any circumstances, the remainder of the Invitation and the validity, legality and enforceability of such provisions to other persons, parties or circumstances, shall not be affected or impaired in any way thereby. Each provision of the Invitation shall, except as otherwise herein provided, be valid and enforceable to the fullest extent permitted by Laws and Regulations.

12 Purchase of the Invitation A copy of this Invitation may be obtained for the payment of twenty thousand NIS (20,000 NIS) per copy and the provision of details regarding the purchasing Entity to the address detailed in Section below. The Pre-qualification documents are available at the INRC offices (at the address detailed in Section 7.8 below), following prior coordination with Adv. Ayelet Diskin at phone no. (972-3) No additional payment with respect to the Tender Documents will be charged. Purchasing this Invitation shall include payment for the Tender Documents It is hereby emphasized that the sale or purchase of this Invitation does not constitute any recognition of an Entity s (including a Participant s) eligibility, qualifications or competence to meet the requirements and terms of this Invitation or the Tender Documents Without derogating from the provisions of Section 2.10 (Reservation of Rights), in the event that the INRC will not issue the Tender Documents to the Eligible Participants, the above mentioned charge will be refunded to the Eligible Participants Cost of Participation in the Pre-Qualification Stage Any and all costs and expenses incurred by the Entities (including Participants) and anyone on their behalf or connected to their participation in the Pre- Qualification Stage will be borne by such Entities or Participants. Entities or Participants will not be reimbursed by the Tender Committee or the INRC for any costs or expenses so incurred thereby Nomination of an Authorized Representative Each Participant shall nominate an Authorized Representative. The Participant's Authorized Representative shall be responsible for all communication with the INRC during the Pre-Qualification Stage. The INRC shall not be responsible for any communication held with or by

13 any other person other than the Participant's Authorized Representative All correspondence on behalf of the INRC shall be communicated to the Participant's Authorized Representative by fax or by mail or by e- mail, according to the details provided by the Participants upon purchasing this Invitation, according to the provisions of Section above Requests for Clarification of this Invitation Participants are responsible for examining, with appropriate care, this Invitation (including all Appendices), Clarifications and Addenda thereto, and for informing themselves with respect to any and all conditions which may in any way affect their participation in the Pre- Qualification Stage, including in the preparation and submission of the Pre-Qualification Submissions Participants may raise questions and request clarifications or interpretations to this Invitation from the INRC, which shall be submitted in writing (in the English language) by no later than the deadline for the submission of requests for clarifications, as set forth in Section 1.5 (Anticipated Schedule). Such requests shall be submitted by only addressed to: Northrailway@iroads.co.il Participants are required to verify receipt of s by the INRC by phone with Adv. Ayelet Diskin: (972-3) Although the INRC has no obligation to clarify or interpret this Invitation, the INRC may issue Clarifications and Addenda, in accordance with the provisions of Section 2.8 (Clarifications and Addenda). Participants shall acknowledge receipt of any Clarification and/or Addendum in the manner set forth in Section 2.8 (Clarifications and Addenda) The INRC shall not be bound by, and Participants shall not rely on, any oral interpretation or clarification to this Invitation.

14 The decision whether to respond to any questions, or any requests for clarifications, or interpretation of this Invitation, raised by Participants will be at the sole discretion of the INRC, including with respect to questions and requests for clarifications, or interpretations, raised by the Participants at a later date than the deadline for the submission of requests for clarifications as provided in Section 1.5 (Anticipated Schedule) Without derogating from the rights reserved to the INRC and without in any way limiting its discretion, the INRC will avoid the issuance of Addenda to this Invitation following 7 days prior to the Pre- Qualification Submission Date Clarifications and Addenda Notwithstanding any of the provisions of this Invitation and without derogating from the discretion of the INRC under the provisions of Section 2.10 (Reservation of Rights), the INRC reserves the right to revise, modify, amend, clarify, add, eliminate or otherwise change this Invitation or any part thereof, including, but not limited to, any instruction, requirement, specification, Pre-Qualification Requirement(s) or date contained therein, up to the dates set for the submission of Pre-Qualification Submissions. Such revisions, if any, shall be announced by written clarification or addenda to this Invitation ( Clarifications and Addenda, respectively) Copies of Clarifications and Addenda shall be furnished to all Entities or Participants who have previously purchased this Invitation. Should any Clarification or Addendum result from any request for clarification or interpretation submitted by a Participant, the identity of that Entity or Participant shall not be disclosed Receipt of requests submitted by Entities or Participants in accordance with the provisions of Section 2.7 (Requests for Clarification of this Invitation) will not restrict the discretion of the INRC in any way, and it will be free to exercise its right under this Section 2.8 (Clarifications

15 and Addenda) whenever it is of the opinion that this Invitation or any part thereof requires amendment or revision Without derogating from the generality of the provisions of Section 1.5 (Anticipated Schedule), the date set for the submission of Pre- Qualification Submissions may be postponed by such number of days as shall be necessary, in the opinion of the INRC, to enable the Participants to revise their Pre-Qualification Submissions as a result of any Clarification or Addendum issued. The announcement of such new date, if any, will be included in the Addendum Participants are required to acknowledge receipt of any Clarifications and Addenda in writing no later than two (2) days following receipt thereof by a written notice to the INRC. In addition, Participants shall acknowledge receipt of all Clarifications and Addenda to this Invitation in their Pre-Qualification Submission Letters, specifically detailing each Clarification and Addendum number and the date of receipt thereof Site Visit and Conference The INRC reserves the right to hold a site visit and a conference (the "Conference") At the Conference, if will be held, the INRC may answer questions referred to it, in accordance with the provisions of Section 2.7 (Request for Clarification of this Invitation) Should the INRC answer or present any questions referred to it by a Participant, or any clarification, interpretation or amendment resulting from any request for clarification or interpretation submitted to it by a Participant, the identity of that Participant shall not be disclosed Following the Conference, if any, the INRC may issue minutes of the Conference to all Participants, and may issue a Clarification and an Addenda to this Invitation. Only the minutes issued by the INRC at the end of the Conference or any Clarification and Addenda to this Invitation, issued thereafter, shall be binding. The INRC shall not be

16 bound by, and Participants shall not rely on, any oral representation made by the INRC or by Participants during the Conference The fact that questions, clarifications, interpretations and amendments to this Invitation will be presented by the INRC at the Conference does not, in any way, restrict the INRC s right to issue a Clarification or an Addendum to this Invitation or to postpone any of the dates contained therein in accordance with the provisions of Section 2.8 (Clarifications and Addenda) Reservation of Rights All Participants acknowledge that the Project description as specified in this Invitation is general and indicative only. All Participants further acknowledge that at the date of issuance of this Invitation, the Project is not completely formulated and the Tender Documents have not been completed or legally approved. The issuance of this Invitation is not intended to give rise to or create any representation, undertaking or warranty on behalf of INRC or the Tender Committee or anyone on their behalf with respect to the Project. Furthermore, INRC and the Tender Committee reserve the right to redefine or change the Project, thereof, the terms and conditions for the Project s execution, and the terms and conditions for the selection of the Contractor (including additional pre-qualification or mandatory requirements), as it shall deem appropriate. The INRC reserves the right to conduct negotiations or clarification meetings with the Participants or any of them, within the framework of the tender process. For the avoidance of doubt, participation in this Pre-Qualification Stage shall not confer upon an Entity, a Participant or an Eligible Participant any right with respect to the Project or any future proceedings which will be conducted with respect thereto, including the Tender Selection Stage (except the right of Eligible Participants to participate in the Tender Selection Stage).

17 Even though INRC and the Tender Committee express their intention to carry out a Tender Selection Stage for the selection of a Contractor for the Project, the issuance of this Invitation is not intended to guarantee the initiation, execution or the implementation of the Project or any part thereof. It is to be expressly understood that any reliance by any Entity or Participant on any information or intention in their Pre- Qualification Submissions and the making of any deductions, interpretations or conclusions from the intention or information which is made available by INRC and the Tender Committee is at the Entity or Participant s sole responsibility. INRC, the Tender Committee or anyone on their behalf, shall not be responsible in any respect to any loss or damage whatsoever suffered by any Entity or Participant, their employees, officers, agents, or any other persons for whom any Entity or Participant may be contractually or legally responsible or accountable, by reason of any use of information contained in this Invitation or provided in connection therewith, or any action or forbearance in reliance thereon Without derogating from the generality of the above, INRC and the Tender Committee reserve the right not to proceed with this Pre- Qualification Stage, or with the Tender Selection Stage for the Project or any part thereof, and may terminate or cancel this Invitation or any other proceedings which are conducted with respect thereto, or with respect to the Project, at any time, as it shall deem appropriate. Under the circumstance described herein, and without derogating from the provisions of Section 2.4 (Purchase of the Invitation), neither INRC nor the Tender Committee nor anyone on their behalf shall be responsible in any respect to any loss or damage whatsoever suffered by any Entity or Participant, their employees, officers, agents, or any other persons for whom any Entity or Participant may be contractually or legally responsible or accountable, and shall not be required to compensate the Entity or the Participant, their employees, officers,

18 agents, or any other persons for whom the Entity or Participant may be contractually or legally responsible or accountable for. INRC and the Tender Committee may publish a new invitation to prequalify or other proceedings with respect to the Project, which may include other Pre-Qualification Requirements, or require additional Pre-Qualification or mandatory requirements in the Tender Documents Advisors to the INRC Appendix "B" of this Invitation contains a list of the advisors to the INRC. Subject to the provisions of any and all applicable Laws, the INRC may exercise its rights under this Invitation through its advisors. Any entity or person, which has provided, or will provide, services to the INRC, Israel Railways Ltd or any relevant authority in relation to the Project or any part thereof, including the advisors listed in Appendix "B", shall not be permitted to render services or participate in any other manner in the Pre- Qualification Stage or the Tender Selection Stage, other than as advisors to the INRC, without the prior written approval of the INRC. In the event that a conflict of interest occurs with respect to an Entity or Person, who has provided services to INRC, Israel Railways Ltd. or any relevant authority in relation such entity may be prohibited from rendering services or participating in any other manner in the Pre-Qualification Stage or the Tender Selection Stage, other than as advisors to the INRC, without the prior written approval of the INRC, or such relevant authority. The INRC shall be entitled to disqualify Participants whose Prequalification Submission does not comply with the provisions of this Section Intellectual Property Rights The Invitation documents and any and all intellectual property rights therein are exclusively owned by INRC and are supplied to the Participants solely for the purpose of participation in the Pre-Qualification Stage.

19 GENERAL PROVISIONS RELATING TO PARTICIPANTS 3.1. The Participant A Participant shall mean a single Entity or a joint venture which shall submit a Pre-Qualification Submission ("Participant"). In the event that the Participant is a joint venture, such joint venture the will be held by the Members who submitted, through the Participant, the Pre- Qualification Submission, and were approved by the INRC in the Pre- Qualification Stage, in accordance with the Holdings detailed in this Pre- Qualification Submission Members of the Participant Members of a Participant shall mean each of the Entities which possess Holdings in the Participant ( Member ). Each Member shall comply with all of the following requirements: A Member of a Participant must be duly organized and validly existing under the laws of the jurisdiction in which such a Member was organized; A Member of a Participant (including Interested Parties in the Member, directors or managers thereof, including individuals), shall not be residents or nationals of a hostile state which does not have diplomatic relations with the State or of a state which does not have full trade relations with the State The Participant shall detail within its Pre-Qualification Submission the holdings of each of its Members in the means of Control, the voting rights or of any other interests of the Participant ( the Holdings ) Major Subcontractors: Major Subcontractors are those Entities, which are designated to execute a significant part of the works, or are designated to provide

20 significant services or goods, required for the Project, each of which complies with the following: ("Major Subcontractor"): A Major Subcontractor must be duly organized and validly existing under the laws of the jurisdiction in which such a Major Subcontractor was organized; A Major Subcontractor (including Interested Parties, directors or managers thereof, including individuals), shall not be residents or nationals of a hostile state which does not have diplomatic relations with the State or of a state which does not have full trade relations with the State Registration in Relevant Statutory Registry and Possession of all Relevant Licenses All Participants and any Major Sub-Contractors thereof are required to ascertain their conformity with any Laws and Regulations requiring registration in any relevant statutory registry and are required to hold all the relevant and necessary licenses. All Eligible Participants (or Members thereof) will be required to provide a valid certificate or statement pursuant to the Public Entities Transactions (Enforcement of Bookkeeping and Payment of Taxes) Law, 1976, as shall be detailed in the Tender Documents Participation in One Pre-Qualification Submission General Each Participant may submit only one Pre-Qualification Submission Each Member may participate in only one Participant Each Major Subcontractor may participate in only one Pre-Qualification Submission For the purpose of the provisions of Section (General), the following will apply:

21 The terms Participant, "Member" and "Major Subcontractor" (if applicable), shall be deemed to include any Entity which exercises Control over such Participant, Member or Major Subcontractor, an Entity under the common Control of such Participant, Member or Major Subcontractor, and an Entity Controlled by such Participant, Member or Major Subcontractor Prohibition of Participation (a) (b) Companies budgeted by the State as defined under Section 21 of the State Budget Law 1985 ; and ["גוף מתוקצב [" Companies supported by the State as defined under Section 32 of the State Budget Law 1985, or companies subject to the ["גוף נתמך [" provisions of the Government Companies Law 1975 Are not permitted to participate in the Pre- Qualification Process either as a Participant, as a Member of a Participant nor as a Major Subcontractor of a Participant. 4. PROFESSIONAL PRE-QUALIFICATION REQUIREMENTS In order to qualify as a Participant in this Pre-Qualification Stage, each Participant is required to meet the professional pre-qualification requirements set forth in Sections 4.1 (Railway Projects Experience), 4.2 (Ballast Track Works Experience), 4.3 (Railway Facilities Experience), 4.4 (Telecommunication Experience), 4.5 (Tunnel Systems Integration Experience) and 4.6 (Standards) (hereinafter: the Professional Pre-Qualification Requirements ).

22 Railway Projects Experience The Participant is required to demonstrate that it has experience, obtained during the period between until the Pre- Qualification Submission Date, in the Construction of: One (1) Railway Project in the total amount of at least one hundred million (100,000,000) Euro; or Three (3) Railway Projects in the total amount of at least fifty million EURO (50,000,000 EURO) each Without derogating from the provision of Section herein below, at least one of the demonstrated Railway Project shall include responsibility of Participant or Member (as applicable) for the purchase and supply of materials In the event of a Joint Venture the Pre-Qualification Requirement under this Section 4.1 (Railway Projects Experience) shall be demonstrated by one of the Members of the Participant whose Holdings in the Participant are at least thirty percent (30%) for the purpose of this Section 4.1 (Railway Projects Experience) Railway Project shall mean a multidisciplinary project under one agreement for the Construction of a railway superstructure (including all the following: telecommunications, system installation and integration, testing and commissioning, safety assurance, quality management and delivery of a complete railway infrastructure system), and which complies with the following criteria: (i) (ii) Railway gauge of 1,435 mm (standard gauge); and Railway materials comply with the following standard: EN Aggregates for railway ballast, EN Railway applications-track-rail-part 1: Vignole railways 46 kg/m and above, EN Railway applications- Track-Concrete sleepers and bearers-prestressed monoblock sleeper and EN Railway applications- Track-Switches and crossings.

23 It is hereby clarified that if any any rolling stock were supplied as part of a Railway Project, the supply of rolling stock shall not be taken into account when determining the total amount of the demonstrated project for the purpose of this Professional Pre-Qualification Requirements Ballast Track Works Experience The Participant is required to demonstrate that it has experience, obtained during the period between until the Pre-Qualification Submission Date, in the Construction of ballast tracks for railway superstructure in the total aggregate length of at least one hundred (100) km. The ballast track works experience may be demonstrated through one or more projects, provided however that the length of ballast tracks constructed under each such project shall be at least fifteen (15) km. In the event of a Joint Venture, the Pre-Qualification Requirement under this Section 4.2 (Ballast Track Works Experience) shall be demonstrated by one of the Members whose Holdings in the Participant are at least thirty percent (30%) Railway Facilities Experience The Participant is required to demonstrate that it has experience, obtained during the period between until the Pre-Qualification Submission Date, in the execution of Railway Facilities Works in the total aggregated amount of at least twenty million (20,000,000) EURO In the event of a Joint Venture the Pre-Qualification Requirement under this Section 4.3 (Railway Facilities Experience) shall be demonstrated by one of the Members whose Holdings in the Participant are at least thirty percent (30%) For the purpose of this section 4.3: Railway Facilities Works shall mean works for the construction of railway work bases, ballast store yards railway depot, stations or operational sites, or any other works of a similar nature which shall be approved in advance by the INRC

24 as Railway Facilities Works; provided however that the demonstrated works include earthworks, infrastructure and track works The Railway Facilities Works experience may be demonstrated through one or more projects, provided however that the amount of each such demonstrated project shall be at least five million (5,000,000) EURO Telecommunication Experience The Participant is required to demonstrate that either it or one of its Major Subcontractors has experience, obtained during the period between until the Pre-Qualification Submission Date in the delivery and installation of telecommunication systems in the total aggregated amount of at least twenty million (20,000,000) EURO. In the event of a Joint Venture this Pre-Qualification Requirement shall be demonstrated by either one of the Members of the Participant or a Major Subcontractor of the Participant. The telecommunication experience may be demonstrated through one or more projects, provided however that the minimum amount of each such project shall be at least three million (3,000,000) EURO Tunnel Systems Installation and Integration Experience The Participant is required to demonstrate that either it or one of its Major Subcontractors has experience, obtained during the period between until the Pre-Qualification Submission Date in the installation and Integration of Tunnel Systems in the total aggregated amount of at least ten million (10,000,000) EURO. In the event of a Joint Venture this Pre-Qualification Requirement shall be demonstrated by either one of the Members of the Participant or a Major Subcontractor of the Participant For the purpose of this Section 4.5: Tunnel Systems shall mean: at least six (6) of the following systems: electric power supply,

25 ventilation, communication systems, low voltage systems, smoke and fire detection systems, emergency announcement system, lightning or water systems; Integration shall mean: interface management of the relevant Tunnel Systems, the testing and commissioning thereof and their handover and delivery to the client. The Tunnel System Integration experience may be demonstrated through one or more projects, provided however that the amount of each such demonstrated project shall be at least two million (2,000,000) EURO Standards The Participant is duly certified to all the following sandards: ISO 9001:2008; ISO or an equivalent accredited Standard, as shall be approved in advance by the INRC; OHSAS or an equivalent accredited Standard, as shall be approved in advance by the INRC In the event of a joint venture the Pre-Qualification Requirement under this Section 4.6 (Standards) shall be demonstrated by one of the Members of the Participant whose Holdings in the Participant are at least thirty percent (30%), provided however that such Member is certified to all standards detailed in Sections above For the purpose of the Professional Pre-Qualification Requirements the following shall apply: Construction shall mean the commencement execution and completion of the demonstrated project or work (as applicable), by the demonstrating entity, as a main contractor, during the applicable period. For the purpose of this definition completion shall mean the delivery of the demonstrated project or work (as applicable) or the commencement of the project s operation in accordance with its

26 intended use. In this respect, the Participant, Member, Major Sub- Contractor or Related Entity (as applicable) is required to demonstrate that it is directly accountable for the execution of the demonstrated project or work (as applicable), and has borne all the risks related to the execution thereof, including the engagement and coordination with all subcontractors For the purpose of compliance with the Professional Pre-Qualification Requirements, the Participant or a Member (as applicable) may seek to rely on the professional experience of an entity which exercises control over the Participant or such a Member, or an entity Controlled by the Participant or such a Member (as applicable) (hereinafter: Related Entity ), provided that that the Related Entity duly signs Pre-Qualification Form C In the event that the demonstrated project or work (as applicable) was executed by the Participant, Member, Major Sub-Contractor or Related Entity (as applicable) as a subcontractor, then only the part of the works which were constructed directly by the demonstrating entity shall be taken into account for the purpose of the relevant Professional Pre-Qualification Requirement In the event that the demonstrated project or work (as applicable) was constructed by the Participant, Member, Major Sub-Contractor or Related Entity (as applicable) as part of a joint venture, then the following shall apply: Each Participant, Member, Major Sub-contractor or Related Entity (as applicable) was jointly and severally responsible for the execution of the applicable project or work (as applicable); and The Participant, Member, Major Sub-contractor or Related Entity (as applicable) was the holder of at least thirty percent (30%) of any Means of Control in the entity which constructed the demonstrated project or work (as applicable).

27 The Tender Documents will include a requirement that each Entity which demonstrated compliance with a Professional Pre- Qualification Requirement shall be the entity responsible for the performance of the respective works in the Project, as shall be further detailed in the Tender Documents For the removal of doubt, Participant may demonstrate the same project for the purpose of more than one Professional Pre- Qualification Requirement, provided however that such project complies with all the conditions of each relevant Professional Pre- Qualification Requirement. 5. FINANCIAL PRE-QUALIFICATION REQUIREMENTS 5.1. Financial Pre-Qualification Requirements - General Provisions In order to qualify as a Participant in this Pre-Qualification Stage, each Participant is required to meet the financial pre-qualification requirements set forth in Sections 5.2 (Turnover), 5.3 (Operating Cash Flow) and 5.4 (Equity) (hereinafter: the Financial Pre-Qualification Requirements ) For the purpose of compliance with the Financial Pre-Qualification Requirements, the Participant or a Member may seek to rely on its Parent Company, provided that the Parent Company duly signs the letter of guarantee in the form of Pre-Qualification Form M A Member which relies on a Parent Company as set forth in Section above must rely on such Parent Company for the purpose of compliance with all Financial Pre-Qualification Requirements In the event that the Parent Company is also a Member of the Participant; for the purpose of determining compliance with all Financial Pre-Qualification Requirements, the Holdings of such Parent Company in the Participant will be deemed to include all Holdings of the Member seeking to rely on such Parent Company, i.e. such Parent Company data will be examined with respect to the aggregated Holdings of the Parent Company in the Participant (in its capacity as a

28 Member), together with the Holdings of the Member seeking to rely on such Parent Company It is hereby clarified that the Turnover, Average Operating Cash Flow or Equity of a Participant which is a joint venture, shall be calculated based on the respective Financial Statements of its Members in accordance with the provisions of Section 5.2 (Turnover), 5.3 (Operating Cash Flow) and 5.4 (Equity) herein below, even if their most recent available Financial Statements relate to fiscal years which are not parallel Turnover A Participant is required to have an average annual turnover ("Turnover") of at least fifty million (50,000,000) EUR (or the equivalent thereof) during the last three (3) fiscal years, based on its most recent available Financial Statements (for the removal of doubt, which is not earlier than 2008). The Participant s average Turnover shall be calculated in the following manner: Average Turnover = (TO t + TO (t-1) +TO (t-2) ) / 3 Where: TO - the Turnover t the year of the most recent available Financial Statement In the event of a Joint Venture: the Participant's Turnover will be calculated according to the Turnover of its Members, based on their respective Financial Statements of the relevant fiscal years, pro-rata to their Holdings in the Participant. The Turnover of each Member shall be calculated in the following manner: For a Member whose Holdings in the Participant are less than ten percent (10%): Average Turnover = Zero (0)

29 For a Member whose Holdings in the Participant are equal to ten percent (10%) or more: Average Turnover = (TO t + TO (t-1) +TO (t-2) ) / 3 Where: TO - the Turnover t the year of the most recent available Financial Statement Operating Cash Flow The Participant (and in the event of a Joint Venture: each Member thereof) is required to demonstrate one of the following: The average annual cash flow from operating activities during the last three (3) fiscal years, based on its most recent available Financial Statements (for the removal of doubt, which is not earlier than 2008) ( Average Operating Cash Flow ) of the Participant (or the Member thereof, as applicable) is not negative. For the purpose of this Pre- Qualification Requirement, the Average Operating Cash Flow of the Participant (or the Member thereof, as applicable) shall be calculated in the following manner: Average Operating Cash Flow = (3*CF t + 2*CF (t-1) + CF (t-2) )/6 Where: CF - annual Operating Cash Flow t - the year of the most recent available Financial Statement. Or: The ratio between the absolute value of the Average Operating Cash Flow of the Participant (and in the event of a Joint Venture: of each Member thereof) during the last three (3) fiscal years, based on its most recent available Financial Statements (for the removal of doubt, which is not earlier than 2008) and its equity at the last day of the fiscal year

30 (of the most recent available Financial Statement) is lower than twentyfive percent (25%), so that: (3*CF t + 2*CF (t-1) + CF (t-2) ) /6 / E < 25% Where: x - x in absolute values CF - annual Operating Cash Flow E - the equity at the last day of the fiscal year of the most recent available Financial Statement t - the year of the most recent available Financial Statement Equity The Participant should demonstrate that each of its Members has, for every one percent (1%) of its Holdings in the Participant, equity of at least one hundred and fifty thousand (150,000) EUR, for the last day of the fiscal year, based on its most recent available Financial Statements. 6. PRE-QUALIFICATION SUBMISSION 6.1. Pre-Qualification Submission Letter Each Participant shall attach to its Pre-Qualification Submission the Pre- Qualification Submission Letter as provided in Form "A", duly completed and signed Description of the Participant, Members and the Major Subcontractors In order to demonstrate compliance with the provisions of Sections 3.1 (The Participant), 3.2 (Members of the Participant) and 3.3 (Major Subcontractors), each Participant shall submit Forms "B", "C", "D" and "E" duly completed and signed Without derogating from the generality of the foregoing: The Holdings of each Member in the Participant shall be specified in Form "B".

31 The identity of the Participant s Major Sub-Contractors shall be detailed in Form D Receipt of Purchase Each Participant shall include in its Pre-Qualification Submission a copy of the receipt of the purchase of the Invitation by the Participant or any one of its Members Demonstration of Professional Pre-Qualification Requirements In order to demonstrate compliance with the Professional Pre- Qualification Requirements, Forms F-K shall be duly completed and signed by the Participant, Member, Major Sub-Contractor or Related Entity (as applicable) In the event that the Professional Pre-Qualification requirements set forth in Sections 4.4 (Telecommunication Experience) or 4.5 (Tunnel System Integration Experience) are demonstrated by a Major Sub- Contractor then Form E shall be duly signed by the said Major Sub- Contractor Demonstration of Financial Pre-Qualification Requirements In order to demonstrate compliance with the Financial Pre-Qualification Requirements, the following shall apply: The chief executive officer or chief financial officer of the Participant or of the Members (as applicable) shall duly complete and sign Form "L" In addition, the Participant shall submit a complete copy of three (3) of the Participant (or each of its Members, as applicable) most recent available Financial Statements (for the removal of doubt, which is not earlier than 2008), duly prepared and presented in accordance with one of the following: Israeli GAAP (including, with respect to the cash flow statements, Standard No. 51 of the Institute of Certified Public Accountants in Israel); or

PRE-QUALIFICATION FORMS

PRE-QUALIFICATION FORMS PRE-QUALIFICATION FORMS F:\commitdocs\21664\00003\G191511-V004.DOC/e /4/5/2008 12:45 PM THE STATE OF ISRAEL BUILD, OPERATE AND TRANSFER (BOT) TENDER FOR THE DESIGN, FINANCE, CONSTRUCTION, OPERATION AND

More information

Invitation to Pre-Qualify for the Design-Build of Israel Railways ETCS L2 Trackside Project

Invitation to Pre-Qualify for the Design-Build of Israel Railways ETCS L2 Trackside Project Israel Railways Ltd. Tender 41512 Invitation to Pre-Qualify for the Design-Build of Israel Railways Amended March 2016 Page 1 of 37 TABLE OF CONTENTS 1. INTRODUCTION AND DESCRIPTION OF THE PROJECT 3 2.

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. DEFINED TERMS 1.1 Terms used in these Instructions to Bidders which are defined in the Contract Documents (see sample Agreement) have the meanings assigned to them therein. The

More information

Ministry of Physical Infrastructure and Transport BIDDING DOCUMENT. For. Construction of Railway Track Bed

Ministry of Physical Infrastructure and Transport BIDDING DOCUMENT. For. Construction of Railway Track Bed Government of Nepal Ministry of Physical Infrastructure and Transport Department of Railways Rail and Metro Development Project Battisputali, Kathmandu BIDDING DOCUMENT For Construction of Railway Track

More information

REQUEST FOR QUALIFICATIONS. Construction Related Services Retainer Contract

REQUEST FOR QUALIFICATIONS. Construction Related Services Retainer Contract REQUEST FOR QUALIFICATIONS Construction Related Services Retainer Contract ISSUE DATE: January 10, 2017 CLOSING DATE: August 31, 2018 CLOSING TIME: 5:00 PM Pacific Time TABLE OF CONTENTS Page Section I

More information

(e-procurement System)

(e-procurement System) B I D D I N G D O C U M E N T For Procurement of Design, Supply, Installation and commissioning of Transmission Substations and Lines - (AFD) Project (e-procurement System) IPC No: KP1/6A.1/PT/1/18/A69

More information

Form C BINDING UNDERTAKINGS BY FOREIGN SUPPLIER

Form C BINDING UNDERTAKINGS BY FOREIGN SUPPLIER Form C BINDING UNDERTAKINGS BY FOREIGN SUPPLIER This Binding Undertakings Instrument ("Undertaking") is made as of [ ] [Date], by [ ] [Name] a corporation duly incorporated and existing under the laws

More information

BID DOCUMENTS For. Printing for PEEF Scholarship Forms

BID DOCUMENTS For. Printing for PEEF Scholarship Forms BID DOCUMENTS For Printing for PEEF Scholarship Forms Punjab Educational Endowment Fund (PEEF), Link Wahdat Road, Lahore. Tel: 042-99260051-54, Ext: 115 1 Table of Contents Invitation of Bids Instructions

More information

Tender No. 10/2018. Table of Contents:

Tender No. 10/2018. Table of Contents: Tender No. 10/2018 Purchase and Installation of Air Supported Structures that May Be Dismantled and Reassembled in Various Installations Across Jerusalem May 2018 Tender No. 10/2018 Purchase and Installation

More information

BROKER AND BROKER S AGENT COMMISSION AGREEMENT

BROKER AND BROKER S AGENT COMMISSION AGREEMENT BROKER AND BROKER S AGENT COMMISSION AGREEMENT Universal Care BROKER AND BROKER S AGENT COMMISSION AGREEMENT This BROKER AND BROKER S AGENT COMMISSION AGREEMENT (this "Agreement") is made and entered

More information

Invitation for Bid Specification IFB For Motor Vehicle Storage For CEDA Weatherization. Bid Submitted by

Invitation for Bid Specification IFB For Motor Vehicle Storage For CEDA Weatherization. Bid Submitted by THE COMMUNITY AND ECONOMIC DEVELOPMENT ASSOCIATION OF COOK COUNTY, INC. Invitation for Bid Specification For Motor Vehicle Storage For CEDA Weatherization Bid Submitted by Bidder: Phone No. Address: Contact

More information

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS EXHIBIT A: SECTION 000200 INSTRUCTIONS TO BIDDERS 1.01 INVITATION TO BID A. The City of will be accepting bids for the Revised City Wayfinding Signage Project. This project is generally described as: fabrication

More information

STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS

STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS PLANT STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS PROCUREMENT OF PLANT DESIGN, SUPPLY AND INSTALLATION Japan International Cooperation Agency (JICA) February 2013 Version 1.1 i Preface These Standard

More information

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS INDEX ARTICLE 1 BIDDING DOCUMENTS 1 1.1 DEFINITIONS 1 ARTICLE 2 BIDDER S REPRESENTATIONS. 2 2.1 EACH BIDDER BY MAKING HIS BID REPRESENTS THAT: 2 ARTICLE

More information

OLD DOMINION FREIGHT LINE, INC.

OLD DOMINION FREIGHT LINE, INC. UNITED STATES SECURITIES AND EXCHANGE COMMISSION Washington, D.C. 20549 FORM 8-K CURRENT REPORT Pursuant to Section 13 or 15(d) of the Securities Exchange Act of 1934 October 31, 2005 (Date of earliest

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS 11/21/2011 HENNEPIN COUNTY PURCHASING INSTRUCTIONS TO BIDDERS TABLE OF CONTENTS 1. DEFINITIONS...1 2. BIDDER'S PREBID DOCUMENT REVIEW...2 2.1. Availability of Documents 2 2.2. Interpretation or Correction

More information

Standard Form of Agreement Between Design-Builder and Contractor. The Design-Builder has entered into a Design-Build Contract with the Owner dated:

Standard Form of Agreement Between Design-Builder and Contractor. The Design-Builder has entered into a Design-Build Contract with the Owner dated: Document A142 2014 Standard Form of Agreement Between Design-Builder and Contractor AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Design-Builder: (Name,

More information

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

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 City Contact: Julie Porter, Finance Director Ph. (831)

More information

[Insert Name of investment banking firm] MASTER SELECTED DEALERS AGREEMENT

[Insert Name of investment banking firm] MASTER SELECTED DEALERS AGREEMENT Final adopted version dated June 10, 2011 January 4, 2019 [Insert Name of investment banking firm] MASTER SELECTED DEALERS AGREEMENT REGISTERED SEC OFFERINGS AND EXEMPT OFFERINGS (OTHER THAN OFFERINGS

More information

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE Specifications for Bid Crushed Limestone Deadline Date January 15, 2019 3:00 pm (956) 831-8273 Fax (956) 831-5106 1000 Foust

More information

June 2017 BIDDING PROCEDURES No. 90

June 2017 BIDDING PROCEDURES No. 90 June 2017 BIDDING PROCEDURES No. 90 TABLE OF CONTENTS SECTION 1 DEFINITIONS AND INTERPRETATION Page 90. 1.1 Definitions... 3 90. 1.2 Interpretation... 3 SECTION 2 GENERAL TENDER INFORMATION 90. 2.1 Examination

More information

Request for Proposal ACTUARIAL CONSULTING SERVICES

Request for Proposal ACTUARIAL CONSULTING SERVICES Request for Proposal for ACTUARIAL CONSULTING SERVICES October 12, 2005 1. Introduction The Board of Trustees of State Institutions of Higher Learning (IHL), through the Office of Insurance & Risk Management

More information

ADDENDUM #5 NIB #

ADDENDUM #5 NIB # HVAC Replacement Project at the District Office Construction Services ADDENDUM #5 THIS ADDENDUM INCLUDES: Due to delay at DSA, the project time line is revised as follows: 1) NIB TIME LINE revised: Replace

More information

OFFICIAL TERMS AND CONDITIONS OF BOND SALE Approximately $2,135,000 Kentucky Bond Corporation Financing Program Revenue Bonds, 2018 First Series B

OFFICIAL TERMS AND CONDITIONS OF BOND SALE Approximately $2,135,000 Kentucky Bond Corporation Financing Program Revenue Bonds, 2018 First Series B OFFICIAL TERMS AND CONDITIONS OF BOND SALE Approximately $2,135,000 Kentucky Bond Corporation Financing Program Revenue Bonds, 2018 First Series B SALE As advertised in conformity with Chapter 424 of the

More information

BID FORM FOR WEST GEAUGA LOCAL SCHOOLS DISTRICT MIDDLE SCHOOL SECURITY ENTRANCE 8611 CEDAR ROAD CHESTERLAND, OHIO FOR

BID FORM FOR WEST GEAUGA LOCAL SCHOOLS DISTRICT MIDDLE SCHOOL SECURITY ENTRANCE 8611 CEDAR ROAD CHESTERLAND, OHIO FOR BID FORM FOR WEST GEAUGA LOCAL SCHOOLS DISTRICT MIDDLE SCHOOL SECURITY ENTRANCE 8611 CEDAR ROAD CHESTERLAND, OHIO 44026 FOR THE WEST GEAUGA LOCAL SCHOOLS DISTRICT BOARD OF EDUCATION BIDS DUE AT 12:00 P.M.

More information

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

THE CONSTRUCTION MANAGEMENT ASSOCIATION OF AMERICA, INC. CMAA Document CMAR-2 (2013 Edition) THE CONSTRUCTION MANAGEMENT ASSOCIATION OF AMERICA, INC. CMAA Document CMAR-2 (2013 Edition) Standard Form of Contract Between Construction Manager and Contractor (Construction Manager At-Risk) This document

More information

NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS

NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS IN THE CITY OF BELLFLOWER SPECIFICATIONS NO. 16/17-02 The City of Bellflower

More information

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY Prepared by Community College of Allegheny County Purchasing Department College Office 800 Allegheny Avenue Pittsburgh, Pennsylvania 15233 (412)

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS Jefferson County School District No. R-1, State of Colorado, hereinafter called the "Owner", has advertised for bids to be submitted for the construction work specified in the advertisement.

More information

Procurement of Works & User s Guide

Procurement of Works & User s Guide S T A N D A R D B I D D I N G D O C U M E N T S Procurement of Works & User s Guide The World Bank April 2015 ii This document is subject to copyright. This document may be used and reproduced for non-commercial

More information

APPENDIX A TO COMPREHENSIVE AGREEMENT UOSA CONTRACT S/1 BUILDING S/1 RENOVATIONS FORM OF STAGE 2: DESIGN-BUILD WORK AMENDMENT

APPENDIX A TO COMPREHENSIVE AGREEMENT UOSA CONTRACT S/1 BUILDING S/1 RENOVATIONS FORM OF STAGE 2: DESIGN-BUILD WORK AMENDMENT APPENDIX A TO COMPREHENSIVE AGREEMENT UOSA CONTRACT S/1 BUILDING S/1 RENOVATIONS FORM OF STAGE 2: DESIGN-BUILD WORK AMENDMENT This Stage 2: Design-Build Work Amendment ( DB Work Amendment) is an Amendment

More information

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows: The following Terms and Conditions are MANDATORY and shall be incorporated verbatim in any contract award: 1. APPLICABLE LAWS AND COURTS: This solicitation and any contract resulting from this solicitation

More information

REQUEST FOR PROPOSALS to Design, Build and Finance the Highway 401 Expansion Project Credit River to Regional Road 25 RFP No (RFP Version 1.

REQUEST FOR PROPOSALS to Design, Build and Finance the Highway 401 Expansion Project Credit River to Regional Road 25 RFP No (RFP Version 1. REQUEST FOR PROPOSALS to Design, Build and Finance the Highway 401 Expansion Project Credit River to Regional Road 25 RFP No. 17-178 (RFP Version 1.0) TABLE OF CONTENTS SECTION 1 INTRODUCTION...1 1.1 General...1

More information

SAN DIEGO CONVENTION CENTER CORPORATION

SAN DIEGO CONVENTION CENTER CORPORATION SAN DIEGO CONVENTION CENTER CORPORATION REQUEST FOR PROPOSALS FOR CONSTRUCTION PROJECT MANAGEMENT RFP # 19-1159 Issue Date: Friday, October 5, 2018 Pre-Bid Conference: Pre-Bid Question Deadline: Bid Deadline:

More information

BUYER: Alicia Waymack, Senior Buyer ESTIMATED BID TAB POSTING DATE: February 1, 2017

BUYER: Alicia Waymack, Senior Buyer ESTIMATED BID TAB POSTING DATE: February 1, 2017 SUBMIT BIDS TO: University of West Florida Office of Procurement and Contracts ATTN: Alicia Waymack Building 20W, Room 159 11000 University Parkway Pensacola, FL 32514 Access Bid Info on the Web: http://uwf.edu/offices/procurement/vendorsonly/open-solicitations/

More information

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660 CITY OF MOBILE REQUEST FOR QUOTES July 25, 2018 The City of Mobile will receive quotes for the following Project: Project Name: Project Location: Project Number: Service Contract Window Cleaning Mobile

More information

Request for Proposal RFP SUBJECT: EXECUTIVE SEARCH CONSULTANT FOR A VICE PRESIDENT ACADEMIC & PROVOST

Request for Proposal RFP SUBJECT: EXECUTIVE SEARCH CONSULTANT FOR A VICE PRESIDENT ACADEMIC & PROVOST RFP14-1480 Request for Proposal RFP14-1480 SUBJECT: EXECUTIVE SEARCH CONSULTANT FOR A VICE PRESIDENT ACADEMIC & PROVOST DATE OF ISSUE: September 08,, 2014 TO RESPOND BY RESPOND TO: September 22, 2014 3:00

More information

Gozo Channel Company Limited The Brokerage, Level 2, St. Martha Street, Victoria, Gozo

Gozo Channel Company Limited The Brokerage, Level 2, St. Martha Street, Victoria, Gozo DEPT. REF: CONCESSION FOR THE PROVISION OF ADVERTISING SERVICES ON COMPANY PRE-PRINTED FERRY TICKETS Date Published: 7 November 2014 Closing Date: 5 December 2014 at 10:00am CET IMPORTANT: Free of Charge

More information

Demolition of Water Ground Storage Tanks

Demolition of Water Ground Storage Tanks Demolition of Water Ground Storage Tanks BID DOCUMENTS October 2014 Table of Contents DIVISION 00 BIDDING REQUIREMENTS, CONTRACT FORMS, AND CONDITIONS OF THE CONTRACT 00020 INVITATION TO BID 00100 INSTRUCTIONS

More information

BANGALORE INTERNATIONAL AIRPORT LIMITED. Administration Block, Kempegowda International Airport, Devanahalli, Bangalore

BANGALORE INTERNATIONAL AIRPORT LIMITED. Administration Block, Kempegowda International Airport, Devanahalli, Bangalore BANGALORE INTERNATIONAL AIRPORT LIMITED Administration Block, Kempegowda International Airport, Devanahalli, Bangalore 560 300 INVITATION TO EXPRESSION OF INTEREST Invitation to Expression of Interest

More information

1 2 Tender Terms and Conditions: 1. This NOTICE INVITING LIMITED TENDER is open to all contractors, Class-Small registered with the Construction Development Board. 2. The bidder shall be conducted through

More information

TENDER NO: BLC/CFS/ISO14001:18001:28000 /13 Dt Tender Document for

TENDER NO: BLC/CFS/ISO14001:18001:28000 /13 Dt Tender Document for BalmerLawrie& Co Ltd. Container Freight Station (Chennai) Tender No.BLC/CFS/ISO 14001:18001:28000/13 BALMERLAWRIE & CO. LTD. CONTAINER FREIGHT STATION [No.32, Sattangadu Village, Manali, Chennai-600068

More information

BID PROCEDURES Determination of Qualified Bidder Status

BID PROCEDURES Determination of Qualified Bidder Status BID PROCEDURES The following Bid Procedures shall govern the auction process for the sale of the property, located at 9440 S. Center Highway, Traverse City, MI, (collectively, the Real Property ) by Cherry

More information

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

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520) REQUEST FOR PROPOSALS Energy Performance Contracting Services INTRODUCTION The City of Coolidge will accept competitive sealed proposals for energy performance contracting services at the address or physical

More information

WHOLESALE BROKER/CONTRACTOR AGREEMENT

WHOLESALE BROKER/CONTRACTOR AGREEMENT WHOLESALE BROKER/CONTRACTOR AGREEMENT THIS WHOLESALE BROKER/CONTRACTOR AGREEMENT is entered into as of by and between Bondcorp Realty Services, Inc. ("Lender"), and, A CORPORATION ( Broker/Contractor ),

More information

SECTION INSTRUCTIONS TO BIDDERS

SECTION INSTRUCTIONS TO BIDDERS ARTICLE 1 DEFINED TERMS SECTION 00200 INSTRUCTIONS TO BIDDERS 1.01 TERMS USED IN THESE INSTRUCTIONS TO BIDDERS WILL HAVE THE MEANINGS INDICATED IN THE GENERAL CONDITIONS AND SUPPLEMENTARY CONDITIONS. ADDITIONAL

More information

State of Israel Ministry of Construction and Housing Strategy & Planning Policy Department

State of Israel Ministry of Construction and Housing Strategy & Planning Policy Department Jerusalem 23 March 2016 Ref. No: 2016032302272 Call for Proposals from Foreign Construction Companies For the Execution of Construction Works for Residential Housing in Israel 1. General Apartment prices

More information

Tender Terms and Conditions: 1. This invitation of bid is open to contractors, Class-Small registered with the Construction Development Board.

Tender Terms and Conditions: 1. This invitation of bid is open to contractors, Class-Small registered with the Construction Development Board. Section II: Bidding Data Sheet 1 Tender Terms and Conditions: 1. This invitation of bid is open to contractors, Class-Small registered with the Construction Development Board. 2. The bidder shall be conducted

More information

Request for Proposal RFP # SUBJECT: Ergotron LX

Request for Proposal RFP # SUBJECT: Ergotron LX Request for Proposal RFP #13-1422 SUBJECT: Ergotron LX DATE OF ISSUE: July 3, 2013 TO RESPOND BY: RESPOND TO: July 19, 2013 @ 1500 Hours (3:00 PM Pacific Time) Leslie Burke, Purchasing Agent Purchasing

More information

Amended Trust Deed. Made and signed in Tel Aviv on July 2, 2015

Amended Trust Deed. Made and signed in Tel Aviv on July 2, 2015 Amended Trust Deed Made and signed in Tel Aviv on July 2, 2015 Amending and superseding the Trust Deed dated February 22, 2007 (and its amendments dated May 21, 2007, September 28, 2008, March 14, 2013

More information

Government of Nepal Ministry of Physical Infrastructure and Transport. Department of Railways. Battisputali, Kathmandu BIDDING DOCUMENT.

Government of Nepal Ministry of Physical Infrastructure and Transport. Department of Railways. Battisputali, Kathmandu BIDDING DOCUMENT. Government of Nepal Ministry of Physical Infrastructure and Transport Department of Railways Battisputali, Kathmandu BIDDING DOCUMENT For Construction of Office Building for Department of Railways Medium

More information

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS FOR THE INSTALLATION OF BARRIER GATES, DUMPSTER ENCLOSURES, BOLLARDS, AND A CANTILEVER GATE FOR ANSONIA PUBLIC SCHOOLS ANSONIA, CONNECTICUT

More information

FEDERAL RESOURCES SUPPLY COMPANY GENERAL TERMS AND CONDITIONS FOR THE PROVISION OF SERVICES

FEDERAL RESOURCES SUPPLY COMPANY GENERAL TERMS AND CONDITIONS FOR THE PROVISION OF SERVICES 1. Applicability. FEDERAL RESOURCES SUPPLY COMPANY GENERAL TERMS AND CONDITIONS FOR THE PROVISION OF SERVICES These terms and conditions for services (these Terms ) are the only terms and conditions which

More information

Request For Proposal (RFx) - Terms and Conditions

Request For Proposal (RFx) - Terms and Conditions CANADIAN PACIFIC RAILWAY COMPANY - and - [Supplier Invited to Submit a Proposal] ( PROPONENT ) For full and valuable consideration, a receipt and sufficiency of which is confirmed by a Proponent submitting

More information

JAPAN INTERNATIONAL COOPERATION AGENCY. General Terms and Conditions for Japanese ODA Loans

JAPAN INTERNATIONAL COOPERATION AGENCY. General Terms and Conditions for Japanese ODA Loans JAPAN INTERNATIONAL COOPERATION AGENCY General Terms and Conditions for Japanese ODA Loans April 2012 General Terms and Conditions for Japanese ODA Loans Table of Contents Article Number Heading Page Article

More information

SUBORDINATED NOTE PURCHASE AGREEMENT 1. DESCRIPTION OF SUBORDINATED NOTE AND COMMITMENT

SUBORDINATED NOTE PURCHASE AGREEMENT 1. DESCRIPTION OF SUBORDINATED NOTE AND COMMITMENT SUBORDINATED NOTE PURCHASE AGREEMENT This SUBORDINATED NOTE PURCHASE AGREEMENT (this Agreement ), dated as of the date it is electronically signed, is by and between Matchbox Food Group, LLC, a District

More information

AGENCY PURCHASE ORDER

AGENCY PURCHASE ORDER WV-88 (REV. 06/08/12) State of West Virginia Purchasing Division AGENCY PURCHASE ORDER Page 1 of Pages Date Purchase Order # Department or Institution WVFIMS Account # Spending Unit Name & Address Name

More information

APPENDIX A DEFINITIONS VOLUME

APPENDIX A DEFINITIONS VOLUME APPENDIX A DEFINITIONS VOLUME 1. All terms capitalized in the Contract Documents, but not defined therein, shall have the meaning set forth in this Definitions Volume. 2. Notwithstanding the above, in

More information

KENYA SAFARI LODGES AND HOTELS LIMITED (KSLH) TENDER DOCUMENT FOR REFURBISHMENT WORK AT MOMBASA BEACH HOTEL TENDER NO. MBH/RW/001(A)/

KENYA SAFARI LODGES AND HOTELS LIMITED (KSLH) TENDER DOCUMENT FOR REFURBISHMENT WORK AT MOMBASA BEACH HOTEL TENDER NO. MBH/RW/001(A)/ MOMBASA Beach Hotel NGULIA Safari Lodge VOI Safari Lodge KENYA SAFARI LODGES AND HOTELS LIMITED (KSLH) TENDER DOCUMENT FOR REFURBISHMENT WORK AT MOMBASA BEACH HOTEL TENDER NO. MBH/RW/001(A)/2017-2018 KENYA

More information

Contract No BO0. A. Definitions. As used in this Contract the terms are defined as follows:

Contract No BO0. A. Definitions. As used in this Contract the terms are defined as follows: A. Definitions Contract No. 13139BO0 As used in this Contract the terms are defined as follows: 1. County and/or Owner shall mean the Board of County Supervisors of Prince William County, Virginia, or

More information

BANGALORE INTERNATIONAL AIRPORT LIMITED. Administration Block, Kempegowda International Airport, Devanahalli, Bengaluru

BANGALORE INTERNATIONAL AIRPORT LIMITED. Administration Block, Kempegowda International Airport, Devanahalli, Bengaluru BANGALORE INTERNATIONAL AIRPORT LIMITED Administration Block, Kempegowda International Airport, Devanahalli, Bengaluru 560 300 INVITATION TO EXPRESSION OF INTEREST Invitation to Expression of Interest

More information

Loan Agreement DMIUMTS OFFICIAL LOAN NUMBER 8131-CN PEOPLE'S REPUBLIC OF CHINA INTERNATIONAL BANK FOR RECONSTRUCTION AND DEVELOPMENT

Loan Agreement DMIUMTS OFFICIAL LOAN NUMBER 8131-CN PEOPLE'S REPUBLIC OF CHINA INTERNATIONAL BANK FOR RECONSTRUCTION AND DEVELOPMENT OFFICIAL DMIUMTS LOAN NUMBER 8131-CN Loan Agreement (Zhanghu Railway Project) between PEOPLE'S REPUBLIC OF CHINA and INTERNATIONAL BANK FOR RECONSTRUCTION AND DEVELOPMENT Dated 8,2012 LOAN AGREEMENT AGREEMENT

More information

Part 1 Administrative Appendix B. Made and entered into as of 2013 ( the Effective Date )

Part 1 Administrative Appendix B. Made and entered into as of 2013 ( the Effective Date ) LABORATORY INFORMATION MANAGEMENT SYSTEM AGREEMENT Made and entered into as of 2013 ( the Effective Date ) Between: MACCABI HEALTHCARE SERVICES a non-profit organization duly registered in accordance with

More information

PROPOSAL REQUIREMENTS AND CONDITIONS

PROPOSAL REQUIREMENTS AND CONDITIONS 1.01 QUALIFICATION OF THE BIDDERS PROPOSAL REQUIREMENTS AND CONDITIONS A. The Jurisdiction reserves the right to reject any bid that is not responsive to the proposal form or contract documents, or not

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1.0 DOCUMENTS.1 Carefully examine the following information. Failure to follow these instructions may result in bid disqualification..2 Project information:.1 Project / Contract

More information

REQUEST FOR PROPOSALS (RFP) FOR GATEWAY ENTRANCE SIGNAGE DESIGN, FABRICATION AND INSTALLATION FOR THE VILLAGE OF SPARTA

REQUEST FOR PROPOSALS (RFP) FOR GATEWAY ENTRANCE SIGNAGE DESIGN, FABRICATION AND INSTALLATION FOR THE VILLAGE OF SPARTA REQUEST FOR PROPOSALS (RFP) FOR GATEWAY ENTRANCE SIGNAGE DESIGN, FABRICATION AND INSTALLATION FOR THE VILLAGE OF SPARTA INVITATION TO SUBMIT PROPOSALS The Village of Sparta is accepting sealed bids from

More information

SAMPLE REQUEST FOR PROPOSALS UNDER JAPANESE ODA LOANS

SAMPLE REQUEST FOR PROPOSALS UNDER JAPANESE ODA LOANS CONSULTANTS SAMPLE REQUEST FOR PROPOSALS UNDER JAPANESE ODA LOANS SELECTION OF CONSULTANTS Japan International Cooperation Agency (JICA) September 2009 version 1.0 CONTENTS Preface... i Section 1. Letter

More information

USCG STRATEGIC PARTNERSHIP AGREEMENT

USCG STRATEGIC PARTNERSHIP AGREEMENT USCG STRATEGIC PARTNERSHIP AGREEMENT THIS STRATEGIC PARTNERSHIP AGREEMENT (the Agreement ) is made and entered into this day of, 20 (the Effective Date ) by and between US CONSULTING GROUP, Inc. a Corporation,

More information

Document A133 TM. AGREEMENT made as of the day of in the year Two Thousand and Sixteen. BETWEEN the Owner:

Document A133 TM. AGREEMENT made as of the day of in the year Two Thousand and Sixteen. BETWEEN the Owner: Document A133 TM 2009 Standard Form of Agreement Between Owner and Construction Manager as Constructor where the basis of payment is the Cost of the Work Plus a Fee with a Guaranteed Maximum Price AGREEMENT

More information

OPTION TENDER RULES. 3. A Tender Offer must be made in a Tender Offer Notice in the form set out on the Create Bids Screen in Gemini.

OPTION TENDER RULES. 3. A Tender Offer must be made in a Tender Offer Notice in the form set out on the Create Bids Screen in Gemini. Reference Number: 1.48 OPTION TENDER RULES INTRODUCTION 1. These Option Tender Rules ( Option Tender Rules ) detail the procedure by which a Tendering User may offer and National Grid may accept and exercise

More information

EXHIBIT A: Subscription Documents

EXHIBIT A: Subscription Documents EXHIBIT A: Subscription Documents Subscription Agreement & Accredited Investor Questionnaire THE SECURITIES HAVE NOT BEEN REGISTERED UNDER THE SECURITIES ACT OF 1933 OR THE SECURITIES LAWS OF ANY STATE

More information

Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager as Owner s Agent

Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager as Owner s Agent CMAA Document A-1 Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager as Owner s Agent 2013 EDITION This document is to be used in connection with the Standard Form of

More information

B. The Bid is made in compliance with the Bidding Documents.

B. The Bid is made in compliance with the Bidding Documents. SECTION 002113 INSTRUCTIONS TO BIDDERS ARTICLE 1 DEFINITIONS 1.1 Definitions set forth in the General Conditions of the Contract for Construction, AIA Document A201, or in other Contract Documents are

More information

PRONAT INDUSTRIES LTD. ("PRONAT") TERMS AND CONDITIONS OF PRODUCTS SALE AND PROCUREMENT OF SERVICES

PRONAT INDUSTRIES LTD. (PRONAT) TERMS AND CONDITIONS OF PRODUCTS SALE AND PROCUREMENT OF SERVICES PRONAT INDUSTRIES LTD. ("PRONAT") TERMS AND CONDITIONS OF PRODUCTS SALE AND PROCUREMENT OF SERVICES PRONAT'S TERMS AND CONDITIONS OF SALE OF PRODUCTS AND PROCUREMENT OF SERVICES ARE LIMITED TO THOSE CONTAINED

More information

COUNTY OF COLE JEFFERSON CITY, MISSOURI

COUNTY OF COLE JEFFERSON CITY, MISSOURI COUNTY OF COLE JEFFERSON CITY, MISSOURI REQUEST FOR BID 2018-33: PROPANE PROVISION & SERVICES SUBMISSIONS SHALL BE ACCEPTED UNTIL THURSDAY, AUGUST 23 at 3:30 p.m. Central AND RECEIVED AT: COLE COUNTY COMMISSION

More information

NC General Statutes - Chapter 143 Article 8 1

NC General Statutes - Chapter 143 Article 8 1 Article 8. Public Contracts. 143-128. Requirements for certain building contracts. (a) Preparation of specifications. Every officer, board, department, commission or commissions charged with responsibility

More information

Request for Bid/Proposal

Request for Bid/Proposal Request for Bid/Proposal Hall of Science Lab Renovations Bids/Proposals Due: April 24, 2018 Mark Mehler Director of Procurement Services Drew University 36 Madison Ave, Madison, NJ 07940 973-408-3309 mmehler@drew.edu

More information

ADDENDUM NO. 1. Coast Community College District. GWC Athletic Track Preparation BID NO: 2095 NOTICE TO BIDDERS ON THE ABOVE PROJECT:

ADDENDUM NO. 1. Coast Community College District. GWC Athletic Track Preparation BID NO: 2095 NOTICE TO BIDDERS ON THE ABOVE PROJECT: ADDENDUM NO. 1 Coast Community College District PROJECT: GWC Athletic Track Preparation BID NO: 2095 NOTICE TO BIDDERS ON THE ABOVE PROJECT: This addendum forms a part of the contract documents and modifies

More information

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT This Equipment Purchase Agreement ( Agreement ) is entered into this day of, 20, by and between the Western Riverside Council of Governments,

More information

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH:

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH: PROFESSIONAL SERVICES AGREEMENT For On-Call Services THIS AGREEMENT is made and entered into this ENTER DAY of ENTER MONTH, ENTER YEAR, in the City of Pleasanton, County of Alameda, State of California,

More information

OFFICIAL TERMS AND CONDITIONS OF BOND SALE Approximately $6,115,000 Kentucky Bond Corporation Financing Program Revenue Bonds, 2016 First Series C

OFFICIAL TERMS AND CONDITIONS OF BOND SALE Approximately $6,115,000 Kentucky Bond Corporation Financing Program Revenue Bonds, 2016 First Series C OFFICIAL TERMS AND CONDITIONS OF BOND SALE Approximately $6,115,000 Kentucky Corporation Financing Program Revenue s, 2016 First Series C SALE As advertised in conformity with Chapter 424 of the Kentucky

More information

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

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following: THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS This entire Bid Package, which includes the following: Notice Inviting Bids, Bid Proposal Forms, and County of Inyo Standard Contract No.

More information

Project Agreement CONFORMED COPY LOAN NUMBER CHA. (Hubei Shiman Highway Project) between INTERNATIONAL BANK FOR RECONSTRUCTION AND DEVELOPMENT

Project Agreement CONFORMED COPY LOAN NUMBER CHA. (Hubei Shiman Highway Project) between INTERNATIONAL BANK FOR RECONSTRUCTION AND DEVELOPMENT Public Disclosure Authorized CONFORMED COPY LOAN NUMBER 4745 - CHA Public Disclosure Authorized Project Agreement Public Disclosure Authorized (Hubei Shiman Highway Project) between INTERNATIONAL BANK

More information

INSTRUCTIONS TO PROPOSERS DRAFT FOR MN/DOT REVIEW

INSTRUCTIONS TO PROPOSERS DRAFT FOR MN/DOT REVIEW PART II INSTRUCTIONS TO PROPOSERS Minnesota Department of Transportation SP 7408-29 TH 14/218 DESIGN-BUILD REQUEST FOR PROPOSALS 1 INTRODUCTION RFP and ITP. This Request for Proposals (RFP) is issued by

More information

ADDENDUM NO. 1 GENERAL CLARIFICATIONS

ADDENDUM NO. 1 GENERAL CLARIFICATIONS ADDENDUM NO. 1 UA RESEARCH AND TECHNOLOGY PARK PEDESTRIAN IMPROVEMENTS Facilities Management Division University of Arkansas Fayetteville, Arkansas Plans No. 018-0073 October 22, 2018 The Specifications

More information

TOWING SERVICE FRANCHISE AGREEMENT

TOWING SERVICE FRANCHISE AGREEMENT TOWING SERVICE FRANCHISE AGREEMENT 1. IDENTIFICATION This Towing Service Franchise Agreement ( Agreement herein), effective as of the date specified in Section 3 below, is entered into by, ( TOWING CARRIER

More information

Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager At-Risk

Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager At-Risk CMAA Document CMAR-1 Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager At-Risk 2004 EDITION This document is to be used in connection with CMAA Standard Form of Contract

More information

Professional Services and Bidding Construction Projects BILL NO. SPONSORED BY COUNCILMAN

Professional Services and Bidding Construction Projects BILL NO. SPONSORED BY COUNCILMAN Professional Services and Bidding Construction Projects BILL NO. SPONSORED BY COUNCILMAN ORDINANCE NO. AN ORDINANCE OF THE CITY OF, MISSOURI, ESTABLISHING POLICIES AND PROCEDURES FOR SELECTING PROFESSIONAL

More information

COUNTY GOVERNMENT OF NYERI BILLS OF QUANTITIES

COUNTY GOVERNMENT OF NYERI BILLS OF QUANTITIES COUNTY GOVERNMENT OF NYERI DEPARTMENT OF INFRASTRUCTURE DEVELOPMENT PROPOSED CONSTRUCTION OF GUMBA GICHAGI FOOTBRIDGE IN RUGI WARD CGN/INF/62/16-17 BILLS OF QUANTITIES ISSUED BY: COUNTY WORKS OFFICER COUNTY

More information

ARCELORMITTAL DOFASCO G.P. HAMILTON, ONTARIO. Instructions for Bidding

ARCELORMITTAL DOFASCO G.P. HAMILTON, ONTARIO. Instructions for Bidding 1 ARCELORMITTAL DOFASCO G.P. HAMILTON, ONTARIO SPECIFICATION NO. O-OA COVERING General Conditions - Instructions for Bidding DIVISION: DEPARTMENT: UNIT: DATE: ENG. REF.: PREPARED BY: SUMMARY: A specification

More information

STARTUPCO LLC MEMBERSHIP INTEREST SUBSCRIPTION AGREEMENT

STARTUPCO LLC MEMBERSHIP INTEREST SUBSCRIPTION AGREEMENT STARTUPCO LLC MEMBERSHIP INTEREST SUBSCRIPTION AGREEMENT This MEMBERSHIP INTEREST SUBSCRIPTION AGREEMENT (the "Agreement") is entered into by and between STARTUPCO LLC, a limited liability company (the

More information

Commercial Scale Air Source Heat Pump Program System Owner s Agreement

Commercial Scale Air Source Heat Pump Program System Owner s Agreement Commercial Scale Air Source Heat Pump Program System Owner s Agreement Effective Date: May 4, 2017 The following System Owner s Agreement (the Agreement ) is issued by the Massachusetts Clean Energy Technology

More information

Request for Proposals ( RFP ) for Public Works Inspection Services On An As Needed Basis

Request for Proposals ( RFP ) for Public Works Inspection Services On An As Needed Basis Request Proposals ( RFP ) 2018-01 On An As Needed Basis City of Coachella Engineering Division 1515 Sixth Street Coachella, Calinia 92236 Deadline Submissions: November 1, 2017 by 3:00 p.m. Request Proposals

More information

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

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance CITY OF MOBILE REQUEST FOR QUOTES April 25, 2018 The City of Mobile will receive quotes for the following Project: Project Name: Project Locations: Project Number: Service Contract - Escalator Inspections

More information

Brokerage Agreement Between Standard Lines Brokerage, Inc. (Hereinafter called SLB) and. (Hereinafter called Agency)

Brokerage Agreement Between Standard Lines Brokerage, Inc. (Hereinafter called SLB) and. (Hereinafter called Agency) Brokerage Agreement Between Standard Lines Brokerage, Inc. (Hereinafter called SLB) and (Hereinafter called Agency) Agency s Federal Identification Number THIS BROKERAGE AGREEMENT ( Agreement ) is made

More information

Document A133 TM. AGREEMENT made as of the day of in the year 20 (In words, indicate day, month and year.)

Document A133 TM. AGREEMENT made as of the day of in the year 20 (In words, indicate day, month and year.) Document A133 TM 2009 Standard Form of Agreement Between Owner and Construction Manager as Constructor where the basis of payment is the Cost of the Work Plus a Fee with a Guaranteed Maximum Price AGREEMENT

More information

Procurement of Works & User s Guide

Procurement of Works & User s Guide S T A N D A R D B I D D I N G D O C U M E N T S Procurement of Works & User s Guide The World Bank Washington, D.C. May 2006 revised March and April 2007, May 2010, August 2010 ii August 2010 Revision

More information

CIRCOM DEVELOPMENT CORPORATION CONVERTIBLE PROMISSORY NOTE SUBSCRIPTION AGREEMENT

CIRCOM DEVELOPMENT CORPORATION CONVERTIBLE PROMISSORY NOTE SUBSCRIPTION AGREEMENT CIRCOM DEVELOPMENT CORPORATION CONVERTIBLE PROMISSORY NOTE SUBSCRIPTION AGREEMENT Circom Development Corporation 6511 119 th Avenue East Puyallup, Washington 98372 Gentlemen: The undersigned ( Investor

More information

Paperweight Development Corp. (Exact name of registrant as specified in its charter)

Paperweight Development Corp. (Exact name of registrant as specified in its charter) UNITED STATES SECURITIES AND EXCHANGE COMMISSION Washington, D.C. 20549 FORM 8-K CURRENT REPORT Pursuant to Section 13 OR 15(d) of the Securities Exchange Act of 1934 Date of Report (Date of earliest event

More information

Procurement of Small Works

Procurement of Small Works STANDARD BIDDING DOCUMENTS Procurement of Small Works The World Bank December 2012 ii This document is subject to copyright. This document may be used and reproduced for non-commercial purposes only. Any

More information