FIJI REVENUE & CUSTOMS AUTHORITY (FRCA) NEW OFFICE ... › wp-content › uploads › 2016 › 01...

17
REQUEST FOR TENDER TENDER NO. FRCA / 6 / 2017 FIJI REVENUE & CUSTOMS AUTHORITY (FRCA) NEW OFFICE BUILDING LOCATED AT NADI AIRPORT, FIJI CLOSING DATE: 11 TH AUGUST 2017 CLOSING TIME: 2:00PM FIJI TIME

Transcript of FIJI REVENUE & CUSTOMS AUTHORITY (FRCA) NEW OFFICE ... › wp-content › uploads › 2016 › 01...

REQUEST FOR TENDER

TENDER NO. FRCA / 6 / 2017

FIJI REVENUE & CUSTOMS AUTHORITY (FRCA) NEW OFFICE BUILDING LOCATED AT NADI

AIRPORT, FIJI

CLOSING DATE: 11TH AUGUST 2017

CLOSING TIME: 2:00PM FIJI TIME

RFT: FRCA 06/2017 Fiji Revenue & Customs Authority - New Office Building at Nadi Airport, Fiji

CONTENTS

1. STANDARD CONDITIONS OF TENDER ........................................................ 3

2. FORM OF TENDER............................................................................................. 3

3. ASSESSMENT CRITERIA ................................................................................. 3

4.0 CONTRACT REQUIREMENTS ......................................................................... 5

5.0 SPECIAL CONDITIONS OF TENDER ............................................................. 6

6.0 TENDERER DECLARATION ............................................................................ 7

7.0 SITE VISIT............................................................................................................. 7

8.0 LODGEMENT OF TENDERS ............................................................................ 7

9.0 CHECKLIST .......................................................................................................... 7

ATTACHMENT 1 – TENDERER DECLARATION ..................................................... 9

ATTACHMENT 2 - FORM OF TENDER .................................................................... 10

ATTACHMENT 3 – WORKPLACE H&S QUESTIONNAIRE ................................. 13

ATTACHMENT 4 – COMPLIANCE WITH BUILDING CODE ................................ 15

ATTACHMENT 5 - SCHEDULE OF SUB-CONTRACTORS ................................. 16

ATTACHMENT 6 – REFEREES SCHEDULE .......................................................... 17

RFT: FRCA/06 / 2017 Fiji Revenue & Customs Authority - New Office Building at Nadi Airport, Fiji

Page 3

1. STANDARD CONDITIONS OF TENDER

1.0.1. Tenderers must read this Request for Tender (RFT) in conjunction with the Standard Conditions of Tender – Construction, the Principals Requirements, the Proposed Lump Sum Contract AS2124 all of which form part of this RFT.

1.0.2. Any Special Conditions of Tender applying to this RFT are set out at section 5 of this RFT. Special Conditions take precedence over Standard Conditions of Tender to the extent of any inconsistency.

2. FORM OF TENDER

2.0.1 Tenderers are required to complete in full the Form of Tender (Attachment 2) of this RFT & any other documents requesting information from the Tenderer, such as completed price schedules for Communications, Electrical, Fire, Hydraulic, Lift & Mechanical.

3. ASSESSMENT CRITERIA 3.0.1 In evaluating Tenders FRCA and its agents has as its objective the attainment of best value

for money and not necessarily the lowest tendered price.

3.0.2 Apart from the conformity with the requirements of this RFT, FRCA and its agents will evaluate Tenders in accordance with the criteria outlined below.

EVALUATION PROCESS

The following tender evaluation methodology will be applied to this project.

Tenders not conforming and/or not complying with any of the mandatory criteria may be excluded from further consideration.

Assessable criteria have been allocated assessment weightings (%).

Assessable criteria 1 - 4 will be scored against a 1-10 rating system.

The Tender Evaluation Team (hereinafter TET) will utilise the following numerical scoring scale against which each Team member will assess the weighted evaluation criteria.

Rating tion Score

Excellent

Exceeds requirements in all ways, with very little or no risk 10

Very Good

Meets requirements in all ways, exceeds it in some, little risk involved. 8-9

Good

Meets the requirement and is workable, acceptable risk 6-7

Marginal

Nearly meets requirement, workable but may be deficient or limited in some areas, some element of risk.

4-5

Poor

Offer is difficult to assess against criteria, high risk 1-3

Non-compliant

Tenderer has either stated non-compliance, demonstrated ncompliance, or there is insufficient information to assess.

0

RFT: FRCA/06 / 2017 Fiji Revenue & Customs Authority - New Office Building at Nadi Airport, Fiji

Page 4

The Evaluation Team (TET) will reach a consensus score out of 10 for response to each criterion for each tender submission. The TET will discuss any discrepancies between the scores. If a consensus score cannot be agreed for a tenderer’s response to a particular criterion, the individual scores will be averaged to determine the agreed score.

The criteria weighting will be multiplied by the consensus score to obtain a weighted score for each criterion, for each offer. The individual weighted scores for each criterion will then be summed up to obtain a total weighted score for each tender.

To determine “value for money”, a tendered lump sum fee will be divided by the total weighted score, (the cost of the unit of service delivery) for each tender. The tender with the lowest figure will represent the best value for money and will be considered as preferred.

Tenderers’ nominated referees may be contacted and asked to attest to the capacity of the Tenderers claims against each of the selection criteria.

If a tenderer of a complying offer has submitted an alternative offer this offer will be assessed and compared with complying tenders to determine if it offers better value to FRCA.

Any negotiations with the initially preferred tenderer are to be exhausted prior to negotiating with subsequent tenderers.

The preferred tenderer and its relevant offer will be recommended for contract award subject to no detrimental issues to FRCA.

ASSESSMENT CRITERIA

Mandatory Criteria MC1 – Must be a registered company or a company capable of being registered in

Fiji. MC2 - Bidders are required to include their tax compliance certificate & FNPF

compliance letter as part of their submission.

Yes / No

Assessable Criteria Weightings

1. Demonstrated understanding of the scope of the project: a. Including the importance of adhering to compliance with the

National Building Code of Fiji, Standards Australia and New Zealand Building Code;

b. An appreciation and understanding of the project requirements and tasks including: • Key project risks identification and proposed methodology to

properly manage these risks. • Understanding the design and related construction issues for

this project and its location; • Key project tasks and methodology for achieving them.

30%

2. Qualifications, skills and abilities of nominated project staff Provide information on each team member’s specific and relevant experiences, qualifications and skills for the allocated tasks on this project. In particular your Project/Construction Manager and Site Manager and what percentage time they will be allocated to the project.

20%

3. Demonstration of past performance: The Tenderer should list and briefly describe similar office projects they have successfully undertaken in the last five years. Provide information on key team members (roles), project values, timeframes for project delivery and contact details of referees involved in referenced projects. Also the tenderers safety record should be included for all jobs undertaken in the last five years and their commitment to Safety and Health on Site.

20%

4. Proposed programme for the works: The tenderer should submit a proposed considered construction programme

20%

RFT: FRCA/06 / 2017 Fiji Revenue & Customs Authority - New Office Building at Nadi Airport, Fiji

Page 5

outlining proposed milestone dates, such as but not limited to, demolition, foundations, superstructure, cladding envelope, roof, M&E, completion. This is to assess the tenderers understanding of procurement, scheduling and overall timeframe for the works. The programme should clearly show the critical path

and key milestone dates.

5. Lump Sum Price: Tenderers should submit a lump sum for all of the works and if there is uncertainty regarding any aspect of the tender documentation, the tenderer should seek clarity during the tender process to enable a lump sum price to be submitted. While tenderers with provisional sums will be acceptable; tenders without provisional sums is the preferred option.

10%

Total: 100%

Assessment timetable

The proposed timetable for the procurement process relating to this RFT is:

RFT advertised Mid July 17 RFT closes 11th August 17 Evaluation of Tenders 18th August 17 Contract Awarded End of August / Early September 17 Start on Site September / October 17

4.0 CONTRACT REQUIREMENTS

4.0.1 The form of contract proposed for this RFT is the based on a lump sum contract AS2124. A copy of which forms part of the tender documents. Tenderers are requested to review the proposed contract agreement and make any comments or proposed alternations as part of their tender. In the absence of comments or proposed alterations, FRCA and its agents will assume the tenderer has accepted the conditions of agreement as outlined in the proposed contract and is willing to enter into the said agreement should their tender be successful.

4.0.2 FRCA reserves the right to alter provisions of the contract and the form of contract if an alternative is determined to be more appropriate at anytime. Any changes to the contract would be highlighted and discussed and agreed with tenderers prior to execution of the agreement.

4.0.3 Without limiting the insurance that is required to be held by the successful Tenderer by law and good construction practice the successful Tenderer will be required to take out for the duration of the project:

(1) public liability insurance with coverage in the amount of not less than $10,000,000 in respect of each occurrence; and

(2) workers compensation insurance in the amount of FJD$500,000

RFT: FRCA/06 / 2017 Fiji Revenue & Customs Authority - New Office Building at Nadi Airport, Fiji

Page 6

5.0 SPECIAL CONDITIONS OF TENDER

5.0.1 The successful Tenderer will be required to ensure that all employees are adequately supervised to ensure all construction activity is in accordance with the requirements of the contract, and any relevant legislation and good practice standards.

5.0.2 The Safety & Health of all workers, members of the public and neighbouring buildings occupants should be protected at all times and Tenderers are to ensure such protection and measures are in place at all times.

5.0.3 The scope of the works have been sufficiently detailed for the purposes of this Tender to obtain a Lump Sum Price. The Tenderer should be aware that whilst every effort has been made to ensure the drawings and documentation are at construction ready stage there may be elements or areas that need further design, coordination and will require requests for information during the project lifecycle. Notwithstanding this, the Tenderer is to ensure they have allowed for all elements of the works based on the intent of the documentation; for example:

• Where a door is show on a drawing but the hardware schedule does not specify hardware for the door, the Tender will be deemed to have allowed for hardware as it is reasonable to infer that the design intent was that the door should have hardware to enable its daily use.

• Where a window is show on a drawing but a flashing or dpc has not been specified, the Tender will be deemed to have allowed for all elements of the window installation as it is reasonable expect that a window installed in a wall will have flashings to prevent water ingress.

5.0.4 Before completing the submission response Tenderers must carefully read and

comply with the Terms and Conditions for the RFT (this document). 5.0.5 Lodgement of a submission shall be taken to mean that the respondent has obtained

all information necessary for its accurate preparation. The information contained in or attached to this document or subsequently provided, is provided in good faith. However it is provided for guidance only and no guarantee is given as to its accuracy, completeness, validity or applicability. No claim may be made against FRCA for costs or losses which may arise from anything contained in or omitted from this document or provided subsequently.

5.0.6 Claims by the successful Tenderer for extra remuneration on the grounds of not

being furnished with sufficient, or accurate information, or any unforeseen terms will not be considered by FRCA.

5.0.7 This document is not an offer and is to obtain information only. Note that regardless

of anything expressed or implied to the contrary in this document, FRCA reserve the right to conduct the RFT process as they see fit and FRCA reserves the right to select the successful Tenderer as it sees fit.

5.0.8 The Principals Requirements forms part of the Special Conditions of Contract. 5.0.9 The successful tenderer must ensure to reinstate existing services where work is to

be carried out and where proposed construction work has caused damage during construction .

5.0.10 FRCA’s project manager will arrange a site visit for all tenderers during the tender

period and will notify all interested parties by email with regard to the date and time of the site meeting. It is recommended for all tenderers to attend this site visit.

RFT: FRCA/06 / 2017 Fiji Revenue & Customs Authority - New Office Building at Nadi Airport, Fiji

Page 7

6.0 TENDERER DECLARATION

Tenderers must complete and submit with their Tenders the Tenderer Declaration in the form provided and attached to this RFT. The Tenderer must be a legal entity and the “ABN” or “TIN” must accurately correlate with the legal entity.

Failure to submit the completed Declaration or to supply required information (unless information is specified by a Tenderer to be “Not Applicable”) may render a Tender non-conforming.

The Tenderer must include in its Tender a completed and Signed Tender Declaration.

7.0 SITE VISIT

A site visit will take place on 27th July at 10am. The meeting point will be at the Post Office entrance at Nadi Airport. All tenderers are recommended to attend.

8.0 LODGEMENT OF TENDERS

Tenders must be either posted to the following address or hand delivered by 2pm on the 11th August 2017: All enquiries in relation to this RFT must be in writing to the Contact Person. Post or Courier Address: :

The Chairman FRCA Tenders Board Fiji Revenue and Customs Authority Private Mail Bag Suva

Hand Delivered Address: Fiji Revenue & Customs Authority

Building 3 – Level 3 Revenue & Customs Services Complex Cnr Queen Elizabeth Drive & Ratu Sukuna Road Nasese | Suva | Fiji

Below is a checklist of actions and/or information that Tenderers should review and ensure is included prior submitting their Tender. This checklist is a guide only and it is the responsibility of Tenderers to ensure they have provided all the necessary information requested in this RFT.

9.0 CHECKLIST

Tender submitted on time

Original and 2 copies submitted

All Assessment Criteria addressed

Detailed Programme showing critical path and key milestone dates

Identify Services Sub Contractors

Previous Experience & Current Commitments

Acceptance of the Proposed Contract AS2124 as amended

Key Personnel & Percentage Commitment to the Project

RFT: FRCA/06 / 2017 Fiji Revenue & Customs Authority - New Office Building at Nadi Airport, Fiji

Page 8

Signed Tenderer Declaration – Attachment 1

Completed and signed Form of Tender – Attachment 2

Completed Health & Safety Questionnaire – Attachment 3

Signed Compliance with Building Code – Attachment 4

Completed Schedule of Sub Contractors – Attachment 5

Completed Referees Schedule – Attachment 6

Completed Price Schedule for Communications

Completed Price Schedule for Electrical

Completed Price Schedule for Fire

Completed Price Schedule for Hydraulic

Completed Price Schedule for Lifts

Completed Price Schedule for Mechanical

Tax Compliance Certificate & FNPF Compliance Letter

E-copy of submission.

Any Other Requirements Requested in the Tender Documentation

RFT: FRCA/06 / 2017 Fiji Revenue & Customs Authority - New Office Building at Nadi Airport, Fiji

Page 9

ATTACHMENT 1 – TENDERER DECLARATION

I/We tender to FRCA for the construction of a three story office building and associated works at Nadi Airport in accordance with this RFT and relevant documentation at the VAT-inclusive prices specified in this Tender.

I/We have provided details of any information I/we wish to be treated as confidential in any resulting contract, in accordance with Part 11 of the Standard Conditions of Tender – Construction.

I/We undertake to provide insurance policies if selected as the preferred tenderer prior to entering into a contract with FRCA. I/We have sighted all addenda to this RFT. I/We hereby tender to perform the work required as referenced in this RFT and documented in the relevant drawings and specifications attached. This Tender is lodged in accordance with the following listed documents:

(a) Conditions of Tender (b) Form of Tender (c) Request for Tender (d) Principals Requirements (e) General conditions of contract AS 2124-1992 as amended. (f) Drawings & Specifications as provided. (g) Contractor Management System Questionnaire (h) Declaration of compliance with the Building Codes (i) Schedule of services subcontractors (j) All referenced reports and referenced building codes and standards (k) The tender documents, specifications and drawings.

I/We offer to deliver the Principal’s Requirements for the tender sums included in Attachment 2 – Form of Tender of this RFT.

I/We have familiarised ourselves with all information relevant to the risk, contingencies and other circumstances having effect on the Tender which is obtainable by making reasonable enquires.

Full Name of Director AND/OR Trading Name (Business Name)

TIN (Tax Identification Number) OR ( Business Registration Number)

Business Address Postal Address

City P/Code City P/Code

Telephone No Mobile No Email address

RFT: FRCA/06 / 2017 Fiji Revenue & Customs Authority - New Office Building at Nadi Airport, Fiji

Page 10

ATTACHMENT 2 - FORM OF TENDER

Tenderer: ……………………………………………………………………………… (use block letters) Address: ……………………………………………………………………………………. I/We hereby tender to perform the work required as referenced in this RFT and documented in the relevant drawings and specifications attached. FRCA OFFICE BUILDING, NADI AIRPORT

TENDER SUMMARY

1.0 PRELIMINARIES & GENERAL

$

1.1 Mobilisation & Establishment Cost $

1.2 Duration & Running Costs $

1.3 Demobilisation Cost $

1.4 Contract Insurance Cost $

1.5 Other P&G Costs $

1.6 Provisional Prolongation Cost Due to Loss and Expenses (30 Days @ $ /Day) $

2.0 DEMOLITION

$ 3.0 EXCAVATION

$

4.0 PILING

$ 5.0 CONCRETE WORK

$

6.0 REINFORCING STEEL

$ 7.0 STRUCTURAL STEEL

$

7.1 Sunscreen Louvre Framing & Finishing $

7.2 Aerofoil Sunscreen Louvre $

7.3 Other Structural Steel $

8.0 CONCRETE BLOCKWORK

$ 9.0 METALWORK

$

10.0 METAL WINDOWS & DOORS ( price with double glazing) $

10.1 Aluminium Windows & Doors $

10.2 Double Glazed Curtain Walling System $

10.3

Alternative price for Single Glazed Curtain Walling $

10.4 Roller Shutter Door $

10.5 Other Metal Windows & Doors $

11.0 CARPENTRY

$ 12.0 JOINERY

$

13.0 ROOFING

$

RFT: FRCA/06 / 2017 Fiji Revenue & Customs Authority - New Office Building at Nadi Airport, Fiji

Page 11

14.0 PLUMBING

$

14.1 Roof Solar Panel Hotel Water System $

14.2 Other Plumbing $ 15.0 DRAINAGE

$

16.0 MECHANICAL SERVICES

$ 17.0 FIRE SERVICES

$

18.0 LIFT SERVICES

$ 19.0 ELECTRICAL SERVICES

$

20.0 COMMUNICATION SERVICES

$ 21.0 SOLID PLASTER

$

22.0 GRID SUSPENDED CEILING

$ 23.0 TILING

$

24.0 FLOOR COVERING

$ 25.0 PAINTING

$

26.0 GLAZING

$ 27.0 EXTERNAL WORKS

$

$

28.0 PROFIT MARGIN

$

$

29.0 VAT 9%

$

TOTAL LUMP SUM VIP TENDER

$

NB: Please ensure all services pricing schedules are also completed. By signing this Tender Form, the Tenderer declares that: the Conditions of Tender are agreed; the information and particulars provided as part of the tender are accurate and correct; it complies with and ensures that all employees, subcontractors and agents comply with relevant current Workplace Health and Safety legislation, and all other applicable Acts, Regulations, local laws and by-laws, and Codes of Practice; it meets the requirements of the Workplace Health and Safety Contractor Management System Questionnaire (Attachment 3); and

RFT: FRCA/06 / 2017 Fiji Revenue & Customs Authority - New Office Building at Nadi Airport, Fiji

Page 12

Signed by the Tenderer who has delegated authority to enter into a contract on behalf of the company: ………………………………………………………. Name & Positon of Signatory (please print name and position held in company) …………………………………………………………

Tenderer’s business name: (use block letters)

Tenderer’s address:

Tenderer’s office phone number:

Tenderer’s mobile phone number:

Tenderer’s email address:

Tenderer’s Business or Tax Identification Number

RFT: FRCA/06 / 2017 Fiji Revenue & Customs Authority - New Office Building at Nadi Airport, Fiji

Page 13

ATTACHMENT 3 – WORKPLACE H&S QUESTIONNAIRE

WORKPLACE HEALTH AND SAFETY QUESTIONNAIRE

(b) The objective of this Questionnaire is to provide an overview of the status of a contractor’s workplace health and safety management system. The Questionnaire is intended only to indicate whether the contractor has a basic level of commitment and capacity to achieve effective workplace health and safety management.

(c) Contractors that can provide a current certified copy of Third Party Quality Assurance (Occupational Health and Safety) will not be required to complete this Questionnaire.

(d) Prior to engagement, successful contractors will be required to provide a completed Questionnaire and verify their responses by providing evidence of their ability and capacity in relevant matters.

(e) Prior to the commencement of works, the contractor will also be required to provide any site-specific workplace health and safety details and plans.

(f) Please note that contractors are not required to send a completed WHS Contractor Management System Questionnaire with their Tender submission. The Questionnaire is only included for the contractor’s self-assessment and to enable contractors to sign the declarations of this RFT, it is recommended that contractors retain a copy of the Questionnaire for their own record, as it will be required if they are the successful Tenderer.

(g) Item Description Yes/No

1. Health and Safety Policy and Management

1.1 Is there a written company health and safety policy?

1.2 Does your company have procedures to update OH&S information and maintain ongoing awareness of OH&S regulations (e.g. relevant memberships/subscriptions or available consultant)?

2. Safe Work Practices and Procedures

2.1 Has the company prepared safe operating procedures or specific safety instructions relevant to its operation?

2.2 Is there a formal and/or documented incident investigation procedure?

2.3 Are there procedures for maintaining, inspecting and assessing the hazards of plant operated/owned by the company?

RFT: FRCA/06 / 2017 Fiji Revenue & Customs Authority - New Office Building at Nadi Airport, Fiji

Page 14

Yes/No

3. Health and Safety Training

3.1 Does your company have an induction program for new employees and subcontractors and also provide task specific training for new users of equipment or those that are unfamiliar with how to complete a specific task?

3.2 Does your company have emergency response procedures in place and organise for employees to attend first aid training?

4. Health and Safety Workplace Inspection

4.1 Are regular health and safety inspections conducted at work sites where your employees or subcontractors are present?

5. Health and Safety Consultation

5.1 Does your company make provision for health and safety communication and consultation (for example toolbox meetings, employee involvement in inspections)?

6. Health and Safety Offences

Can you confirm that in the past five years your organisation has not been convicted of an occupational health and safety offence, nor been served with an improvement or prohibition notice?

If No, prior to engagement, you will be required to provide details of the offence or notice and provide evidence of the appropriate remedial/corrective action that the company has taken.

RFT: FRCA/NA/17/01 Fiji Revenue & Customs Authority - New Office Building at Nadi Airport, Fiji

ATTACHMENT 4 – COMPLIANCE WITH BUILDING CODE

DECLARATION OF COMPLIANCE WITH THE NATIONAL BUILDING CODE OF FIJI & RELEVANT STANDARDS AND CODES CALLED FOR IN THE TENDER DOCUMENTS

Tenderer: ……………………………………………………. (use block letters) Address: …………………………………………………………………………………………. The Tenderer confirms that it has complied with the National Building Code of Fiji, latest edition and any other relevant Standards and Codes required in the tender documentation and specifications in preparing this Tender. The Tenderer undertakes to ensure compliance from all subcontractors and consultants engaged on this project, should it be the successful Tenderer. All contracts must expressly require compliance with the Fiji Building Code. The Tenderer agrees that it and its subcontractors and its related entities will provide FRCA or any person authorised by the FRCA access to:

inspect any work, material, machinery, appliance, article or facility;

inspect and copy any record relevant to the Project and Works the subject of this Contract;

interview any person; and

any document requested under this contract. The document must be provided within the period specified either in person, by fax or by post, as is necessary to demonstrate its compliance with the National Building Code.

Signed by the Tenderer who has delegated authority to enter into a contract on behalf of the company:

……………………………………………………………………………………………. Name of Signatory & Position (please print)

…………………………………………………………………………………………….

RFT: FRCA/NA/17/01 Fiji Revenue & Customs Authority - New Office Building at Nadi Airport, Fiji

Page 16

ATTACHMENT 5 - SCHEDULE OF SUB-CONTRACTORS The names of sub-contractors (including consultants and sub-consultants) proposed on this project should be identified in the below schedule. In particular the Mechanical and Electrical Sub-Contractors should be identified to ensure FRCA and its agents are satisfied that competent sub-contractors are being used and have the relevant experience to undertake the scope of works involved.

1. Written approval of all sub-contractors is required before commencement of the project.

2. The nomination of alternatives is acceptable.

3. The Tenderer will be required to provide evidence that the subcontractors are registered in Fiji.

Name of Sub-Contractor Description of Work to be Undertaken Value of Work FJD$

* Mechanical Sub Contractor $

* Electrical Sub Contractor $

* Required Fields

RFT: FRCA/NA/17/01 Fiji Revenue & Customs Authority - New Office Building at Nadi Airport, Fiji

Page 17

ATTACHMENT 6 – REFEREES SCHEDULE

Provide at least two referees who can attest to the Tenderers capabilities in undertaking the FRCA

project.

Note: FRCA reserves the right to make its own independent enquires.

− FIRST REFEREE:

− Company name (if applicable) _____________________________________

− Address: _____________________________________

− Contact Person: _____________________________________

− Project Experience(s): _____________________________________

− Telephone: _____________________________________

− Email: _____________________________________

− SECOND REFEREE:

− Company name (if applicable) _____________________________________

− Address: _____________________________________

− Contact Person: _____________________________________

− Project Experience(s): _____________________________________

− Telephone: _____________________________________

− Email: _____________________________________