REQUEST FOR QUALIFICATIONS (RFQ) - Revize

1y ago
9 Views
1 Downloads
1.53 MB
53 Pages
Last View : 2d ago
Last Download : 3m ago
Upload by : Jayda Dunning
Transcription

REQUEST FOR QUALIFICATIONS (RFQ) QUALIFIED GENERAL AND/OR ROOFING CONTRACTOR POOL FOR HURRICANE LOSS MITIGATION PROGRAM RFQ #19-10-384 October 2019 City of North Lauderdale 701 SW 71st Avenue North Lauderdale, FL 33068 954-722-0900 Advertisement Dates: October 15, 2019 & October 20, 2019

QUALIFIED CONTRACTORS POOL - HLMP RFQ #19-10-384 REQUEST FOR QUALIFICATIONS (RFQ) Bid documents and Addenda are available on the City of North Lauderdale website at www.nlauderdale.org and DemandStar at www.demandstar.com RFQ NUMBER: 19-10-384 RFQ TITLE: QUALIFIED GENERAL AND/OR ROOFING CONTRACTORS POOL - HLMP RELEASE DATES/TIME: WEDNESDAY, OCTOBER 16 2019 BY 12:00 PM EST QUESTIONS DUE DATE/TIME: THURSDAY, OCTOBER 24, 2019 @ 12:00 PM EST RESPONSES TO QUESTIONS: MONDAY, OCTOBER 28, 2019 @ 10:00 AM EST RFQ DUE DATE/TIME: THURSDAY, OCTOBER 31, 2019 @ 2:00 PM EST SELECTION COMMITTEE MEETING: WEDNESDAY, NOVEMBER 6, 2019 @ 9:00 AM EST RECOMMENDATION FOR AWARD TO ACCEPT POOL OF CONTRACTORS: TUESDAY, NOVEMBER 12, 2019 @ 6:00 PM EST DIRECT ALL INQUIRES TO: Danielle Keira-Cancel Purchasing Coordinator Phone: (954) 597-4718 Email: dkcancel@nlauderdale.org PROPOSAL DELIVERY & OPENING LOCATION: City of North Lauderdale Office of the City Clerk 701 SW 71st Avenue, 2nd Floor North Lauderdale, FL 33068 *Dates in this schedule occurring after the RFQ Due Date and Time may be amended by the City in its sole discretion and no rights shall accrue to any Bidder due to such amendment. Bidders may not rely on dates after Due Date and Time until confirmed by the City. LOCAL VENDORS: The City of North Lauderdale encourages the active participation by local vendors. This procurement will qualify for Local Vendor Preference in accordance with Section 3-12 of the City’s Code of Ordinances. The City of North Lauderdale reserves the right to reject any or all bids, to waive any informalities or irregularities in any bid received, to re-advertise for bids, or to take any other such actions that may be deemed to be in the best interest of the City. The City anticipates entering into a written contract with the bidder who submits the bid judged by the City to be the most beneficial, responsible, and most responsive Bidder. Late bids will not be considered. The City Clerk time stamp shall be conclusive as to the timeliness of filing. Facsimile submissions will not be accepted. The City of North Lauderdale is not liable for any costs incurred by a bidder in responding to this solicitation. It is the intent and purpose of the City of North Lauderdale to promote competitive bidding. All communication regarding this RFQ shall be submitted in writing to the contact listed above. Finance Department Page 2

QUALIFIED CONTRACTORS POOL - HLMP RFQ #19-10-384 CONE OF SILENCE NOTICE: Proposers are hereby notified that this Solicitation is subject to a “Cone of Silence” pursuant to Section 3-7 of the City Code of Ordinances. A Cone of Silence means a prohibition on any communication regarding a particular Request for Proposals (RFP), Request for Qualifications (RFQ), Request for Letters of Interest (RLI), bid or other competitive solicitation governed by Chapter 3 of the Code of Ordinances for a purchase governed by Chapter 3 of the Code of Ordinances between: 1. Any person who seeks an award therefrom, including a potential vendor or vendor's representative, and 2. Any member of the City Commission, all other city employees, and any non-employee appointed to evaluate or recommend selection in such procurement process. For purposes of this section, Vendor’s Representative means an employee, partner, officer, or director of a potential vendor, or consultant, lobbyist, or actual or potential subcontractor or sub-consultant of a vendor. The cone of silence shall terminate at the time the city awards or approves a contract, votes to reject all bids or responses, or otherwise takes action which ends the solicitation or other procurement process. If the City Commission refers the item back to the City Manager and staff for further review, the cone of silence shall remain in effect until an award is made, a contract is approved, or the City Commission takes any other action which ends the solicitation or other procurement process. If a cone of silence is imposed for a competitive solicitation but the solicitation is not issued, the cone of silence shall terminate upon a final determination by the Purchasing Division that the solicitation will not be issued. When a cone of silence is terminated, public notice of the termination shall be posted. Finance Department Page 3

QUALIFIED CONTRACTORS POOL - HLMP RFQ #19-10-384 TABLE OF CONTENTS 1. INTRODUCTION 5 2. QUESTIONS ON THIS SOLICITATION 5 3. MINIMUM QUALIFICATIONS 6 4. SPECIAL PROVISIONS 6 5. SPECIAL REQUIREMENTS RELATED TO PROJECTS 6 6. PROPOSAL SUBMISSION REQUIREMENTS 8 7. EVALUATION CRITERIA 9 8. INSURANCE REQUIREMENTS 10 9. GENERAL CONDITIONS 15 10. SUBMITTAL CHECKLIST 20 11. FORMS FOR SUBMITTAL 21 12. SAMPLE AGREEMENT 40 Finance Department Page 4

QUALIFIED CONTRACTORS POOL - HLMP RFQ #19-10-384 1. INTRODUCTION The City of North Lauderdale is seeking to engage the services of qualified licensed General Residential Contractors and/or Roofing Contractor to provide professional services for construction and rehabilitation of residential housing units. This solicitation is intended to create a pre-qualified pool of qualified general contractors and/or roofing contractors from which to solicit bids for the work under the projects funded by the Division of Emergency Management Hurricane Loss Mitigation Program (HLMP). The intent of this RFQ is to establish a list of pre-qualified contractors from which to solicit bids for the work under these projects in accordance with the Division of Emergency Management and the City’s procurement guidelines. It is anticipated that the established list will include general contractors as well as individual trades and services as the exact scope of work for each project will vary based on the needs of the individual units. The City of North Lauderdale will mitigate a minimum of ten (10) qualified single-family homes within the city limits. The City of North Lauderdale will efficiently monitor the work detail including all eligible activities - labor hours, material costs, material specifications, and installation specifications. All construction and installations will be done in strict compliance with Florida Building Codes and Manufacturer’s Specifications. Example activities include: Replacement of roof covering/ re-roofing Installation of secondary water barrier; hurricane straps Installation of window and door opening protection Brace bottom chord gable end Roof to wall connections The specifications will vary from unit to unit based upon the condition of each unit. Rehabilitated residential structures, at project completion, must meet all applicable regulations in accordance with the Minimum Housing Quality Standards of North Lauderdale and the Florida Building Code. After development of the specifications for each project, an invitation to bid the work will be forwarded to all contractors on the established list to request bids. A pre-bid meeting will be conducted by a qualified inspector at the subject property. 2. QUESTIONS ON THIS SOLICITATION It is the Contractor’s responsibility to submit written questions or request clarification for items included in this RFQ, via email to the contact person listed on Page 2, by Thursday, October 24, 2019 at 12:00 p.m. EST. Any and all responses, interpretations and supplemental instructions will be in the form of a written addenda which, if issued, will be posted on the City website and DemandStar.com not later than (3) days prior to the date fixed for the opening of bids. Failure of any bidder to receive any such addenda or interpretation shall not relieve any bidder from any obligation under his bid as submitted. All addenda so issued shall become a part of the contract document. Contractor shall verify that he has all addenda and completed the “Addendum Acknowledgment Form” before submitting his bid. Finance Department Page 5

QUALIFIED CONTRACTORS POOL - HLMP RFQ #19-10-384 3. MINIMUM QUALIFICATIONS Respondents must meet the following minimum qualification and provide the following information: a. At least (2) years of general contracting or rehabilitation experience on residential homes. b. A valid general contractor’s license or roofing contractor license at the time of submittal. c. A minimum of three (3) credible references where you were the primary contractor – References as a sub-contractor will not be accepted. d. Copies of City and County Business Tax Receipts. e. A minimum one (1) year warranty is required on all construction services. 4. SPECIAL PROVISIONS The City intends to subcontract the projects awarded under this solicitation to one or more contractors. These projects are paid for by a state-funded Hurricane Loss Mitigation Program (HLMP) grant and thus contractors shall be subject to the following provisions: a. Any contractor selected under this solicitation is bound by the terms of the HLMP grant agreement. b. Any contractor selected under this solicitation is bound by all applicable state and federal laws and regulations. c. Any contractor selected under this solicitation shall hold the Division of Emergency Management and the City of North Lauderdale harmless against all claims of whatever nature arising out of the subcontractor’s performance of work under the HLMP grant agreement, to the extent allowed and required by law. d. Any contractor shall provide a written statement of such if that contractor is a minority business enterprise, as defined in Section 288.703 Florida Statutes. Please provide any supporting documentation with the written statement. e. All potential contractors shall submit a completed Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion with the response to this solicitation. (See Section 12 – Forms for Submittal). This form should be completed by the Contractor as they are considered a subcontractor to the City. 5. SPECIAL REQUIREMENTS RELATED TO PROJECTS a. The City of North Lauderdale reserves the right to reject any or all bids, to waive any informalities or irregularities in any bid received, to re-advertise for bids, or to take any other such actions that may be deemed to be in the best interest of the homeowner and the City. Finance Department Page 6

QUALIFIED CONTRACTORS POOL - HLMP RFQ #19-10-384 The City anticipates letting the homeowner enter into a written contract with the bidder who submits the bid judged by the City to be the most advantageous, responsible and most responsive. The City is not required to award any jobs to a Contractor based solely on their bid being the lowest. Awards will be based on past performance and quality of work in addition to the bid. The most jobs any one contractor shall be awarded at one time will be three. b. If selected for a project, all bidders must earn a satisfactory performance evaluation rating prior to being considered for award of additional contract. Bidders whose performance is unsatisfactory will be excluded from bidding on future projects for one or more fiscal years. The decision to exclude a bidder and the number of years a bidder is excluded is in the sole and exclusive discretion of the City and is not subject to appeal. c. A Schedule of Values is required prior to commencement of work for each project. d. Contractor should have the capability to float all costs of the project as full payment will be made upon completion of the project. e. All changes to the Scope of Work provided for rehabilitation must be documented by a properly executed change order and officially made part of the Scope of Work. No changes affecting the Scope of Work can be made solely between the property owner and successful proposer. The City must authorized any change orders in writing prior to work commencing. The change order shall include any changes in the dollar value and time of the Project. f. Product substitution must be approved through a change order signed by all parties, to include the City. g. City reserves the right to remove the company from the pool for unsatisfactory work. h. As part of the permit process, the successful proposer must present the contract award letter with deleted/excluded items along with the permit application package. Successful proposers must keep a copy in the field with the permit package so the Building inspectors can verify . i. The City will assign a quality control inspector that will oversee rehabilitation activities. Successful proposers will be subject to the inspector’s findings and recommendations. Remainder of Page Intentionally Blank Finance Department Page 7

QUALIFIED CONTRACTORS POOL - HLMP RFQ #19-10-384 6. PROPOSAL SUBMISSION REQUIREMENTS To facilitate the analysis of responses to this RFQ, Proposers are required to prepare their Proposals in accordance with the instructions outlined in this Section. Proposers must respond in full to all RFQ sections and follow the indicated RFQ format (section numbering, and similar matters) in their Proposals. Failure to follow these instructions may result in rejection of the Proposal. Tab A: FIRM QUALIFICATIONS & TECHNICAL INFORMATION 1. Each Proposer shall provide relevant background information on your firm, including a brief history, firm ownership, and organizational structure, location of headquarters, and number and location of offices. Include a company profile, including the Principals/Officers, Directors and stockholders. 2. List any subsidiary/affiliate company of the Proposer in the same business, the nature of the relationship, and the location of their office(s). 3. Provide a description or information concerning or substantiating each of the requirements below: a. Drug-free Work Place. b. Employee drug testing program. 4. State the number of years the Proposer has been in business and the number of years in operation under the Proposer’s current business name. 5. Proposers shall provide a statement of financial stability and demonstrate that they have the capability to float costs as full payment will be made upon completion of project. 6. List any and all contracts the Proposer has performed for the City of North Lauderdale. 7. List prior experience and references working with government programs. 8. Describe the Proposer’s capacity to meet peak phases of work and multiple projects. 9. Describe any prior or pending litigation or investigation, whether civil or criminal, involving a governmental agency or which may affect the performance of the Services to be rendered herein, in which the Proposer, any of its employees (while in the performance of their duties), Subcontractors or Subconsultants (if any) is or has been involved within the last five years. 10. Describe and explain any prior complaints (both substantiated and inconclusive) filed with any governmental agency against the Proposer or any of its employees (while in the performance of their duties), Subcontractors or Subconsultants (if any) within the last five years. Tab B: FORMS See Bid Submittal Checklist in Section 11 and Forms for Submittal in Section 12 for a list of all requirements Finance Department Page 8

QUALIFIED CONTRACTORS POOL - HLMP RFQ #19-10-384 SUBMISSION COPIES Submit sealed proposals, one (1) original, three (3) copies, and one (1) single PDF file on a flash drive, addressed to the Purchasing Division of the City of North Lauderdale, Broward County, Florida. Each envelope should bear the following information: PROPOSER’S NAME & RETURN ADDRESS: SOLICITATION NUMBER: TITLE OF SOLICITATION: SOLICTATION DUE DATE AND TIME: RFQ #19-10-384 Qualified General and/or Roofing Contractors Pool HLMP October 31, 2019 @ 2:00 pm EST Although methods and means are always the responsibility of a contractor, proposers shall describe their techniques, equipment and sequencing of their operations with their proposals. In determining, responsive and responsible proposers, experience of providing similar services will be used in the evaluation of proposals by the City. Failure to submit the above requested information may be cause for rejection of your proposal. 7. EVALUATION CRITERIA The City will designate a Selection Committee to review and evaluate the proposals submitted in response to this RFQ. The Selection Committee may be comprised of any combination of city staff, consultants, or citizens, or other non-city persons, all of whom have the appropriate experience and knowledge relating to the Services sought by this Solicitation, while striving to ensure a well-balanced committee. The Purchasing Division will determine whether each respondent is responsive. The scoring of the Proposals will be based on a point total and not a percentage factor. The Selection Committee will evaluate and rank the Proposals received on the basis of the criteria and available points indicated below to create a pool of qualified residential contractors for future bidding on specific projects. All Proposers with a score of 75 or more will qualify for placement in the pool. The Selection Committee shall reserve the right to require oral presentations from one or more of the Proposers and shall have the option to request additional information resulting from such presentations. After the final ranking, the Chief Procurement Officer will present the Selection Committee’s recommendation to the City Commission and request approval of the ranking and to enter into Continuing Services Agreements with firms who have scored 75 points or more and qualified for placement in the pool of contractors for residential rehabilitation projects. The Selection Committee will evaluate each responsive proposal utilizing the following criteria: Criteria Max Points Company’s background, qualifications, credentials and expertise in residential construction and rehabilitation 35 Previous experience working with state and/or federally funded housing rehabilitation projects 15 Financial stability of the company 15 Applicability and quality of references of similar size and scope 15 Capacity to meet peak phases of work and multiple projects 15 Licensed or certified in professions other than contracting 5 Total Local Vendor Preference (5 Points-North Lauderdale business; 2.5 Points-Broward business) Finance Department 100 5 Page 9

QUALIFIED CONTRACTORS POOL - HLMP RFQ #19-10-384 8. INSURANCE REQUIREMENTS Contractor shall not commence performance hereunder until it has obtained all insurance required under this paragraph and such insurance has been approved by the Risk Manager of the City nor shall the Contractor allow any subcontractor to commence work on his subcontract until all similar such insurance required of the subcontractor has been obtained and similarly approved. Certificates of Insurance reflecting evidence of the required insurance shall be filed with the City’s Risk Manager prior to the commencement of this Agreement. These Certificates shall contain a provision that all coverage afforded under these policies will not be cancelled until at least thirty days (30) prior written notice has been given to the CITY. Policies shall be issued by companies authorized to do business under the laws of the State of Florida. Financial Ratings must be not less than “A-VI” in the latest edition of “Best Key Rating Guide”, published by A.M. Best Guide. Insurance shall be in force until the obligations required to be fulfilled under the terms of the Agreement are satisfied. In the event the insurance certificate provided indicates that the insurance shall terminate and lapse during the period of the Agreement, then in that event, the Contractor shall furnish, at least forty-five (45) days prior to the expiration of the date of such insurance, a renewed certificate of insurance as proof that equal and like coverage for the balance of the period of the Agreement and extension thereunder is in effect. The Contractor shall not commence nor continue to provide any services pursuant to the Agreement unless all required insurance remains in full force and effect. Contractor shall be liable to City for any lapses in service resulting from a gap in insurance coverage. Certificates of Insurance shall provide for thirty (30) days’ prior written notice to the City in case of cancellation or material changes in the policy limits or coverage states. If the carrier cannot provide thirty (30) days’ notice of cancellation either the Contractor or their Insurance Broker must agree to provide notice. Contractors shall maintain the following minimum limits of insurance (unless higher limits are required by law or statute): Yes X No Comprehensive General Liability Insurance written on an occurrence basis including, but not limited to: coverage for bodily injury and property damage, personal & advertising injury, products & completed operations, and contractual liability. Coverage must be written on an occurrence basis, with limits of liability no less than: 1. 2. 3. 4. 5. Each Occurrence Limit - 300,000 Fire Damage Limit (Damage to rented premises) - 100,000 Personal & Advertising Injury Limit - 1,000,000 General Aggregate Limit - 1,000,000 Products & Completed Operations Aggregate Limit - 1,000,000 Products & Completed Operations Coverage shall be maintained for the later of three (3) years after the delivery of goods/services or final payment under the Agreement (For Construction projects: Increase to 10 years and include a Designated Construction Project(s) General Aggregate Limit). Finance Department Page 10

QUALIFIED CONTRACTORS POOL - HLMP RFQ #19-10-384 The City of North Lauderdale must be shown as an additional insured with respect to this coverage. The CITY’s additional insured status shall extend to any coverage beyond the minimum limits of liability found herein. Yes X No Workers’ Compensation and Employers’ Liability Insurance covering all employees and/or volunteers of the Contractor engaged in the performance of the scope of work associated with the Agreement. In the case any work is sublet, the Contractor shall require the subcontractors similarly to provider Workers’ Compensation Insurance for all the latter’s employees unless such employees are covered by the protection afforded by the Contractor. Coverage for the Contractor and all subcontractors shall be in accordance with applicable state and/or federal laws that may apply to Workers’ Compensation Insurance with limits of liability no less than: 1. Workers’ Compensation: Coverage A – Statutory 2. Employers’ Liability: Coverage B 500,000 Each Accident 500,000 Disease – Policy Limit 500,000 Disease – Each Employee If Contractor claims to be exempt from this requirement, Contractor shall provide City proof of such exemption along with a written request for City to exempt Contractor, written on Contractor letterhead. Yes X No Comprehensive Auto Liability Insurance covering all owned, non-owned and hired vehicles used in connection with the performance of work under the Agreement with a combined single limit liability for bodily injury and property damage no less than: 1. Any Auto (Symbol 1) Combined Single Limit (Each Accident) - 1,000,000 2. Hired Autos (Symbol 8) Combined Single Limit (Each Accident) - 1,000,000 3. Non-Owned Autos (Symbol 9) Combined Single Limit (Each Accident) - 1,000,000 Yes X Yes No X No If Contractor requests reduced limits under a Personal Auto Liability Policy and it is agreed to by the City, coverage shall include Bodily Injury Limits of 100,000 per person/ 300,000 per occurrence and Property Damage limits of 300,000 per occurrence. Umbrella/Excess Liability Insurance in the amount of as determined appropriate by the City depending on the type of job and exposures contemplated. Coverage must follow the form of the General Liability, Auto Liability and Employers’ Liability. This coverage shall be maintained for a period of no less than the later of three (3) years after the deliver of goods/services or final payment pursuant to this Agreement. Finance Department Page 11

QUALIFIED CONTRACTORS POOL - HLMP RFQ #19-10-384 The City of North Lauderdale must be shown as an additional insured with respect to this coverage. The CITY’s additional insured status shall extend to any coverage beyond the minimum limits of liability found herein. Yes No X Yes No X Professional Liability/Errors & Omissions Insurance with a limit of liability no less than 1,000,000 per wrongful or negligent act. This coverage shall be maintained for a period of no less than the later of three (3) years after the delivery of goods/services or final payment pursuant to this Agreement. Retroactive date, if any, to be no later than the first day of service to the CITY. (Limit to align with size and scope of the Agreement and exposure inherent with operation/services being performed. For Construction projects: Increase to 10 years.) Environmental/Pollution Liability Insurance shall be required with a limit of no less than 1,000,000 per wrongful act. Coverage shall include: Contractor’s completed operations, sudden, accidental and gradual pollution conditions. This coverage shall be maintained for a period of no less than the later of three (3) years after the delivery of goods/services or final payment pursuant to this Agreement. Retroactive date, if any, to be no later than the first day of service to the City. (Limit to align with size and scope of the Agreement and exposure inherent with operation/services being performed. For Construction projects: Increase to 10 years.) The City of North Lauderdale must be shown as an additional insured with respect to this coverage. The City’s additional insured status shall extend to any coverage beyond the minimum limits of liability found herein. Yes No X Cyber Liability including Network Security and Privacy Liability with a limit of liability no less than 1,000,000 per loss. Coverage shall include liability arising from: theft, dissemination and/or use of confidential information stored or transmitted in electronic form, unauthorized access to, use of, or tampering with computer systems, including hacker attacks or inability of an authorized third party to gain access to your services, including denial of service, and the introduction of a computer virus into, or otherwise causing damage to, a customer’s or third person’s computer, computer system, network, or similar computer-related property and the data, software and programs thereon. If Contractor is collecting credit card information, it shall cover all PCI breach expenses. Coverage is to include the various state monitoring and state required remediation as well as meet the various state notification requirements. This coverage shall be maintained for a period of no less than the later of three (3) years after delivery of goods/services or final payment pursuant to this Agreement. Retroactive date, if any, to be no later than the first day of service to the City. The City of North Lauderdale must be shown as an additional insured with respect to this coverage. The City’s additional insured status shall extend to any coverage beyond the minimum limits of liability found herein. Finance Department Page 12

QUALIFIED CONTRACTORS POOL - HLMP Yes No X Yes No X RFQ #19-10-384 Crime Coverage shall include employee dishonesty, forgery or alteration, and computer fraud in an amount of no less than 1,000,000 per loss. If Contractor is physically located on City’s premises, a third-party fidelity coverage extension shall apply. Garage Liability & Garagekeepers Legal Liability for those that manage parking lots for the City or service City vehicles. Coverage must be written on an occurrence basis, with limits of liability no less than 1,000,000 per occurrence, including products & completed operations. This coverage shall be maintained for a period of no less than the later of three (3) years after the delivery of goods/services of final payment pursuant to this Agreement. The City of North Lauderdale must be shown as an additional insured with respect to this coverage. The City’s additional insured status shall extend to any coverage beyond the minimum limits of liability found herein. Yes No X Liquor Liability for those in the business of selling, serving or furnishing of any alcoholic beverages, whether licensed or not, shall carry a limit of liability of no less than 1,000,000 per occurrence. Coverage shall be maintained for the later of three (3) years after the delivery of goods/services or final payment under the Agreement. The City of North Lauderdale must be shown as an additional insured with respect to this coverage. The CITY’s additional insured status shall extend to any coverage beyond the minimum limits of liability found herein. Yes No X Sexual Abuse & Molestation for any agreement involving a vulnerable population. Limits shall be no less than 1,000,000 per occurrence. This coverage shall be maintained for a period of no less than the later of three (3) years after the delivery of goods/services or final payment of this Agreement. Retroactive date, if any, to be no later than the first d

QUALIFIED CONTRACTORS POOL - HLMP RFQ #19-10-384 Finance Department Page 2 REQUEST FOR QUALIFICATIONS (RFQ) Bid documents and Addenda are available on the City of North Lauderdale website at www.nlauderdale.org and DemandStar at www.demandstar.com RFQ NUMBER: 19-10-384 RFQ TITLE:

Related Documents:

How to define document types for RFQ in SAP In the activity you define document types for RFQ (Request For Quotation) as the SAP system management RFQ as document. You can group RFQ into any number of document types in SAP. Note : - The definition of document type for RFQ is similar to configuration ofdocument types for purchase requisition.

Bruksanvisning för bilstereo . Bruksanvisning for bilstereo . Instrukcja obsługi samochodowego odtwarzacza stereo . Operating Instructions for Car Stereo . 610-104 . SV . Bruksanvisning i original

Sep 07, 2018 · REQUEST FOR QUALIFICATIONS (RFQ) WRITING A RFP RESOURCES While the RFQ process has many advantages, should you choose to issue a Request for Proposals (RFP) you can view these relevant resources: Choosing a Consultant, a five-part guide available through the American Planning As

Request for Quotation – RFQ 5379/12/09/2018 This is not a Purchase Order. Page 1 of 9 Request for Quotation (RFQ) for General Building Construction Services for the Cyber Security Hub in the CSIR Pretoria Campus, building 44 RFQ No. 5379/12/09/2018 Date of issue: Tuesday, 28 August 2018 Compulsory site briefing: Date: Monday, 03 September 2018

REQUEST FOR QUOTATION (RFQ) (Goods) DATE: May 7, 2015 REFERENCE: RFQ/UNDP/DEIC Equipment/06/2015 Dear Sir / Madam: We kindly request you to submit your quotation for Equipment for DEIC for the Government of Tripura, as detailed in Annex 1 of this RFQ. When preparing your quotation,

Jan 31, 2017 · RFQ No.16-0047-CPRM Page 3 of 15 1.5 DEFINITIONS The following terms as used throughout this RFQ shall have the meanings set forth below. “Applicant” shall mean a person or organization submitting an Application in response to this RFQ. An Applicant may be an or

Sample RFQ Economic Development Funding Programs Fiscal Year 2020 1 . FY2020 Economic Development Funding RFQ . Instructions. The FY2020 Economic Development Funding Request for Qualifications (RFQ) must be completed in one session. and submitted (There

The API Aboveground Storage Tank Inspector Certification Examination is designed to identify individuals who have satisfied the minimum qualifications specified in API Standard 653, Tank Inspection, Repair, Alteration, and Reconstruction. Questions may be taken from anywhere within each document in this Body of Knowledge (BOK), unless specifically excluded herein. In the event that specific .