DAVID L. LAWRENCE CONVENTION CENTER. REQUEST FOR PROPOSAL RFP09-04 Pest Control

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

DAVID L. LAWRENCE CONVENTION CENTER. REQUEST FOR PROPOSAL RFP09-03 Window Washing

FIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS

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

HUNTINGTON CONVENTION CENTER OF CLEVELAND AND GLOBAL CENTER FOR HEALTH INNOVATION

REQUEST FOR PROPOSALS AUDIO VISUAL SERVICES CONNECTICUT CONVENTION CENTER TABLE OF ARTICLES

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

Drexel University Independent Contractor Service Provider Agreement. Name: [ ] Limited Liability Company [ ] Professional Corporation

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

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

MIDLAND COUNTY REQUEST FOR PROPOSAL JUVENILE CARE CENTER PHYSICIAN

The Firemen s Association of the State of New York

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

BOROUGH OF HADDONFIELD CAMDEN COUNTY NEW JERSEY MUNICIPAL LABOR ATTORNEY REQUEST FOR PROPOSAL

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

REQUEST FOR PROPOSAL CONCESSION OPERATIONS. for. The City of Sherman, Texas

HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES

Cline Tours, Inc. SERVICE CONTRACT (SHUTTLE SERVICES)

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

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES

Deluxe Corporation Purchase Terms and Conditions

City of El Centro Park & Recreation Division

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES

City of Beverly Hills Beverly Hills, CA

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

REQUEST FOR PROPOSAL (RFP) Montrose County Fairgrounds EVENT CENTER MARKETING Date Issued: Wednesday, October 25 th, 2017

VILLAGE OF LIBERTYVILLE, ILLINOIS 2015 CO-RAY-VAC HEATING SYSTEM

INSTRUCTIONS TO BIDDERS

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

EXHIBIT A SCOPE OF WORK AND RELATED INFORMATION PORTABLE FIRE EXTINGUSHER SERVICES

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

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

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

INDEPENDENT CONTRACTOR AGREEMENT FOR TRUCKING SERVICES THE PARTIES:

Union County. Invitation for Bid # Agricultural Center Ceiling Replacement

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

TERMS AND CONDITIONS

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

STORM DRAIN ENGINEERING DESIGN SERVICES

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

HUNTINGTON CONVENTION CENTER OF CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS

CITY OF FLORENCE SOUTH CAROLINA REPLACEMENT EMERGENCY GENERATOR REQUEST FOR PROPOSAL

REQUEST FOR PROPOSALS MOSQUITO CONTROL PROGRAM

REQUEST FOR QUALIFICATIONS 3096 ARCHITECTURAL & ENGINEERING SERVICES WORKFORCE DEVELOPMENT AND TRAINING CENTER

REQUEST FOR PROPOSALS

Request for Qualifications

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

City of New Rochelle New York

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

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

REQUEST FOR QUALIFICATIONS Bailey Cove Transmission Main Phase 1

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

KING COUNTY LIBRARY SYSTEM WHITE CENTER LIBRARY FURNITURE PROJECT

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

Request for Quote. Replacement of Three HVAC Units for the Administrative Offices of the Pine Mountain Regional Library

INDIAN WELLS VALLEY WATER DISTRICT REQUEST FOR PROPOSAL WATER RATE STUDY

Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season

FleetPride, Inc. Standard Terms and Conditions of Purchase

RFP GENERAL TERMS AND CONDITIONS

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018

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

SUBCONTRACT CONSTRUCTION AGREEMENT

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

REQUEST FOR PROPOSALS

THE CITY OF BRENTWOOD 2348 South Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR 2015 VIDEO PRODUCTION SERVICES

CITY OF CORSICANA REQUEST FOR PROPOSALS (RFP) FOR ANALYSIS AND AUDITS OF MUNICIPAL FRANCHISE COLLECTIONS

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

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

WEST VALLEY SANITATION DISTRICT

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

COUNTY OF COLE JEFFERSON CITY, MISSOURI

CITY OF MOBILE REQUEST FOR PROPOSALS RFP: FOOD AND BEVERAGE CONCESSIONS HERNDON - SAGE PARK/MEDAL OF HONOR PARK

DOMINION BUILDERS, LLC requires that allsubcontractors interested in working with us, complete this pre-qualification form.

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

#REVISED MEMORANDUM OF UNDERSTANDING BETWEEN FULTON COUNTY, GEORGIA AND THE ATLANTA HAWKS FOUNDATION, INC

REQUEST FOR PROPOSAL (RFP) # LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018

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

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3.

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC

Cheyenne Wyoming RFP-17229

Leavenworth County Department of Public Works 300 Walnut Street, Suite 7 Leavenworth, KS 66048

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

HAMTRAMCK PUBLIC SCHOOLS REQUEST FOR PROPOSAL HEATING, VENTILATION, AIR CONDITIONING ELECTRICAL, PLUMBING, CARPENTRY & GROUNDS SERVICES

JACKSONVILLE AVIATION AUTHORITY REQUEST FOR QUOTATION NUMBER: HIGH POWER LINE REPAIR SERVICES

Request for Qualifications #9709RFQ. Architectural Services for Dawson County Fire Station #9

COUNTY OF ALLEGHENY DIVISION OF PURCHASING AND SUPPLIES 436 GRANT STREET ROOM 206 COURTHOUSE PITTSBURGH PA 15219

REQUEST FOR PROPOSALS

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

PADRE DAM MUNICIPAL WATER DISTRICT PROFESSIONAL SERVICES AGREEMENT

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

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO:

TOWN OF PRESCOTT VALLEY Public Works 7501 E. Civic Cr. Prescott Valley, AZ Solicitation Number: RFP 12/13

Request for Proposal

Develop specifications for clean water retrofit design, permitting and construction oversight to the Overlook Basin/Woodlawn Channel RFP 19-02

REQUEST FOR PROPOSALS SOLID WASTE & RECYCLING COLLECTION SERVICES FOR RESIDENTIAL & COMMERCIAL CUSTOMERS

Requests For Proposals

Transcription:

DAVID L. LAWRENCE CONVENTION CENTER REQUEST FOR PROPOSAL RFP09-04 Pest Control

THE DAVID L. LAWRENCE CONVENTION CENTER REQUEST FOR PROPOSAL TABLE OF CONTENTS TABLE OF CONTENTS Page ANNOUNCEMENT 3 1. INTRODUCTION 4 2. CRITICAL DATES 5 3. SCOPE OF SERVICES 6-8 4. PROCEDURES/CONTENTS OF RESPONSE 9-11 5. CONSIDERATION OF RESPONSES 12-13 6. FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR 14-15 2

ANNOUNCEMENT Notice is hereby given that SMG, the operator of the David L. Lawrence Convention Center (Operator) on behalf of the owner, the Sports and Exposition Authority (Authority)is seeking proposals from qualified Respondents for the provision of PEST CONTROL at the David L. Lawrence Convention Center (Center). All comments and questions concerning the Request for Proposals and the corresponding procedures and requirements must be addressed in writing, via facsimile, mail, or e-mail to the following: Director of Operations David L. Lawrence Convention Center 1000 Fort Duquesne Blvd. Pittsburgh, PA 15222 Fax 412-325-6104 E-mail poconnell@pittsburghcc.com One complete set of Proposal Documents may be obtained by interested parties at no cost from the above address. Additional copies may be obtained for the cost of $10.00 for reproduction, shipping and handling. Sealed Responses will be received until March 13, 2009 1:00 PM local time at the David L. Lawrence Convention Center, 1000 Fort Duquesne Blvd., Pittsburgh, PA 15222. Operator reserves the right to reject responses if not submitted by the time, date, and at the place designated in the RFP. Any and all responses may be rejected if deemed in Center's best interest. 3

ARTICLE 1 INTRODUCTION 1.1 PROJECT DESCRIPTION/LOCATION The David L. Lawrence Convention Center is located in Pittsburgh Pennsylvania. Opened in phases beginning in 2002, the facility boasts 1.3 million square feet of space, including a 313,400 square foot exhibit facility and 53 meeting rooms. There is one main kitchen, six concession stands and three storage areas for food service that require bi-monthly service. On an as needed basis, the office area and garage will need separate treatment. A tour of the building will be given on request; please contact Paul O Connell (412) 325-6167 for arrangements prior to March 6, 2009. 4

ARTICLE 2 CRITICAL DATES 2.1 The following are the critical dates: Respondents Notification March 4, 2009 Building Tour As scheduled, 2009 Response Due Date March 20, 2009 Selection* March 27, 2009 Contract Commencement* May 1, 2009 (* Due to uncertainties in the evaluation and selection process, the dates shown are tentative and reflect optimal circumstances.) Page 5

ARTICLE 3 SCOPE OF SERVICES 3.1 SCOPE OF WORK 1) On a bi-weekly basis provide and service traps and baits as needed for food service areas. 2) On an as needed basis place bait and traps for administrative offices and garage. 3) On an as needed basis replace insect strips in administrative ceiling areas. 4) Submit an Integrated Indoor and Outdoor Pest Management strategy as outlined in the LEED Reference Manual for Operations & Maintenance under Sustainable Sites Credit 3. 3.2 LENGTH OF CONTRACT The Contract under which this service shall be granted will be for a term of three (3) years. Operator shall reserve the right to terminate this Contract, with cause, on thirty (30) days written notice, without penalty. 3.3 INSURANCE The successful Contractor will be required to obtain and maintain in force at all times during the term of the agreement as a direct cost of operation, insurance coverage as directed by the Operator. Such coverage will be obtained from an insurance company authorized and licensed to do business in the State of Pennsylvania and rated not less than A+ by the most current Best s Manual. Furthermore, said insurance company or companies must be approved by the Operator. It is anticipated that such coverage shall include the following: 3.3.1 Coverage required: a) Comprehensive General Liability Coverage in the amount of $2,000,000. This coverage must written on an occurrence form, claims made policies will be unacceptable to Operator. This Comprehensive General Liability insurance shall cover the Contractor, the Operator and the Authority and their employees, agents and officers from and against any claim arising out of personal injury of Contractor or the Contractor s failure to comply with the terms of this Contract. Such policy or policies of insurance shall include coverage for claims of any persons as a result of an incident directly or indirectly related to the employment of such persons by a Proposer or by any Page 6

other persons. This coverage shall include blanket contractual insurance and such coverage shall make express reference to the indemnification provisions set forth in this agreement. The policy shall also be endorsed to include coverage for products and completed operations. b) Workers Compensation Coverage as statutorily required by the State of Pennsylvania for all employees of Contractor. Employers Liability coverage on the Workers Compensation policy shall be written in the minimal amount of $1,000,000. c) Excess Liability Coverage, in the amount of $5,000,000 shall be in the form of an Umbrella policy rather than a following form excess policy. This policy or policies shall be specifically endorsed to be excess of the required Comprehensive General Liability Coverage, the Employers Liability Coverage on the Workers Compensation policy, and the Comprehensive Automobile Liability policy. d) Comprehensive Automobile Liability Coverage, in an amount not less than $1,000,000 shall be maintained. Such coverage will include all owned, non-owned, leased and/or hired motor vehicles that may be used by the contractor in connection with the services required under Contract. e) Fidelity Guaranty Insurance, on a blanket basis for the Proposer, Operator, and Authorities and all applicable employees in an amount of not less than $100,000 per employee. f) Insurance against Loss and/or Damage to fixtures, furnishings, equipment and other personal and business property of Contractor and Operator upon the premises by fire or other such casualty as may be generally included in the usual form of extended coverage in an amount equal to the replacement costs of such property used in the agreement on the premises. Such insurance shall provide coverage for the property of others in the care, custody and control of Contractor. 3.3.2 Respondent shall describe its own errors and omissions coverage. All such insurance coverage shall name the Operator and Authority and their employees, agents, officers, and directors as additional insured thereunder. 3.3.3 Evidence of such coverage being in place will be promptly delivered to the Operator prior to the commencement of the term of this proposal. All such coverage shall be endorsed to indicate that coverage will not be materially changed or canceled without at least 90 days prior notice to the Operator, such prior Page 7

3.4 LABOR notice being mandatory and not the best efforts of the carrier to notify. Prior to the expiration of the required coverage, Proposer will provide the Operator with evidence of the renewal of all coverage required on at least the same terms and conditions as originally required for this agreement. 3.4.1 Contractor shall provide, at its own expense, qualified and licensed labor in the applicable trades. 3.4.2 Contractor is responsible for the negotiation, execution, and administration of any collective bargaining agreement with a Labor Union having jurisdiction over the work. 3.5 EQUIPMENT - ON-SITE 3.5.1 Contractor shall provide all necessary on-site equipment and supplies needed for providing pest control as required. EXCEPTION: David L. Lawrence Convention Center will provide lift for insect strip replacement. 3.5.2 Contractor will be solely responsible for the repair and maintenance of its Equipment. 3.6 LICENSES Contractor shall be required to provide and maintain any permits and licenses required by law at its own expense. Page 8

4.1 CONTENTS OF RESPONSES ARTICLE 4 PROCEDURES/CONTENTS OF RESPONSE 4.1.1 Contractor must submit evidence that they are currently, or have in the past, have performed pest control services in comparable facilities. 4.1.2 Contractor is to identify any and all sub-contractors which the Contractor anticipates having a significant role in the administration of the terms of the Contract. 4.1.3 Contractor agrees that proposal shall be considered valid for a period of not less than ninety (90) days. 4.1.4 Contractor shall submit a flat rate schedule for the first twelve (12) months of initial service, the second twelve months of service and the third twelve months of service to the food service areas. Contractor shall submit a fixed cost for as needed services to garage and administrative offices all three years. Contractor shall clearly identify any other cost to be charged. 4.1.5 Contractor must submit proof of authorization to conduct business in the State of Pennsylvania. 4.1.6 Authority wishes to achieve minority and women owned business participation in its contracts. To that end, respondents shall endeavor to meaningfully engage certified minority and women owned firms. Participation by minority and women owned business must be identifiable by specific task. 4.1.7 Contractor must provide three (3) references for representative projects including names, titles, addresses, and telephone numbers for each individual within these client companies who may be contacted. Page 9

4.2 SUBMISSION OF RESPONSES 4.2.1 Submit two (2) properly executed, bound Responses in 8 1/2" x 11" or 14" format in a sealed opaque envelope or package. The envelope or package shall be identified with the Respondent name and address, and the proposal due date to the following address: Director of Operations David L. Lawrence Convention Center 1000 Fort Duquesne Blvd Pittsburgh, PA 15222 4.2.2 Sealed responses shall be submitted no later than 1:00PM March 20, 2009. Responses received after that time and date will be returned unopened. The Respondent shall assume full responsibility for timely delivery at the location designated for the receipt of Responses. 4.2.3 Submission of a Response signifies careful examination of the RFP and complete understanding of the nature, extent and location of the Work to be performed. 4.2.4 Oral, telephonic or telegraphic Responses are invalid and will not receive consideration. 4.2.5 All Responses shall be typewritten or computer printed without erasures or deletions. 4.3 NO CONTACT POLICY 4.3.1 Prior to the Response Due Date and after receipt of Proposals by Operator, and until the award of this Contract, no Respondent, subcontractor to Respondent shall contact or communicate, in any manner, with the following parties concerning matters directly related to this Contract: a) Any member of Center staff, any employee or agent thereof, except in the manner described herein. b) Any member of the Authorities, any employee or agent thereof. c) Any elected official or employee of the State of Pennsylvania, Alleghany County or City of Pittsburgh. d) Any official of SMG, including corporate staff. Page 10

4.3.2 Any contact that violates any of the above instructions shall be grounds for disqualification and/or rejection of a Response, and in the case of a subcontractor, the preclusion of that subcontractor providing services for the Project. Each Respondent is responsible for notifying its prospective subcontractors of these instructions. 4.3.3 All comments and questions (requests for information) concerning this Request for Proposal and the corresponding procedures and requirements must be addresses in writing, via facsimile, mail, or e-mail to the following: Director of Operations David L. Lawrence Convention Center 1000 Fort Duquesne Blvd. Pittsburgh, PA 15222 Fax 412-325-6104 E-mail poconnell@pittsburghcc.com Operator will respond to all comments and questions in writing within five (5) days of the request being submitted. All requests for information must be received by Center at least seven (7) days prior to the Response Due Date in order to receive consideration. Operator will not be responsible for comments and/or answers received in any manner other than as described above. Page 11

ARTICLE 5 CONSIDERATION OF RESPONSES 5.1 SELECTION PROCESS AND CRITERIA Each Response will be reviewed and award will be made according to the following process: 1) General Qualifications of Firm 2) Pricing 3) MBE and WBE participation 4) References Page 12

5.2 REJECTION OF RESPONSES Operator shall have the right to reject any or all Responses, for any reason at any time, reject a Response not accompanied by the data required by the RFP, or reject a Response which is in any way incomplete or irregular, with no liability for cost incurred. 5.3 ACCEPTANCE OF A RESPONSE It is the intent of Operator to award a contract to one firm that, in Operator's judgement, is the most qualified and responsive Respondent, provided the Response has been submitted in accordance with the requirements of the RFP. Operator shall have the right to accept the Response which, in Operator's judgement, is in Center's best interest. 5.4 LIABILITY FOR COSTS Operator will not be liable for any costs incurred in the preparation and presentation of the Response, or the negotiation and finalization of a contract. 5.5 OWNERSHIP OF MATERIALS All materials submitted in response to the RFP shall become the property of Center and no materials so submitted will be returned to the Respondent. Page 13

ARTICLE 6 FORM OF AGREEMENT BETWEEN OPERATOR AND CONTRACTOR The successful Respondent will be required to enter into a written contract with Operator and Owner. For informational purposes, several of the pertinent matters of the Agreement have been included below: 6.1.1 The Response of the awarded Contractor, along with any addendum or amendments thereof, shall be incorporated into the Agreement. 6.1.2 Operator shall have the right to terminate this Agreement or any part of this Agreement, at any time upon thirty 30) days written notice. 6.1.3 Indemnification: The Contractor shall defend, indemnify, and save harmless the Authorities, their Chairman, Members, Officers, and employees of, from, and against all claims, suits, judgements, expense, and costs of every kind and description, by reason of injury to persons or damage to property, resulting or alleged to result from any act or omission of the Contractor or his employees or agents. 6.1.4 Operator will provide administration of the Agreement. 6.1.5 Corporate Authority: All Pennsylvania corporations must obtain a Certificate of Incorporation and a Certificate of Good Standing from the Office of the Secretary of State prior to conducting business in the State of Pennsylvania. If a firm is incorporated in a State other than Pennsylvania, the firm must obtain a Certificate of Authority to do business from the Office of the Secretary of State prior to receipt of final contract award or utilization as a subcontractor. 6.1.6 Conflicts of Interest: The Contractor must state in its proposal, as of the date of the Response that it knows of no conflicts of interest which would be created by its contract for the project. It will be the continuing duty of the selected Contractor to report all potential conflicts of interest to Operator. 6.1.7 Prevailing Law: The Contractor and subcontractors must comply with all local, state, and federal laws, rules, and regulations applicable to this Agreement and to the services performed hereunder. Page 14

6.1.8 Subcontracting: The Responses must contain a list of all firms which will participate in this project as a result of this Agreement as described in Section 4.1. Although Respondents need not have a formal contract with proposed subcontractors at the time the Response is submitted, the Respondent may not change the composition of the team without written authorization of Operator. Additionally, Operator reserves the right of approval of all proposed subcontractors. Significant changes in the composition of the Project Team may constitute grounds for voiding the selection and commencing negotiations with the next highest ranked firm. Revision Date: 2/2/09 Page 15