FLORIDA DEPARTMENT OF TRANSPORTATION
|
|
- Peter Banks
- 5 years ago
- Views:
Transcription
1 FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO. 2 DATE: March 16, 2016 RE: BID/RFP #: BID/RFP TITLE: ITB-DOT-15/ JR Districtwide Right of Way Asbestos Abatement Services for the Florida Department of Transportation OPENING DATE: March 28, 2016 Notice is hereby given of the following changes to, and answers to questions asked regarding the above-referenced BID/RFP: 1. CHANGE: Page B-5, Section 6.5 of, Method of Compensation currently reads: Vendor will need to coordinate with the Department s asbestos consultant regarding the date that a wet demolition is to begin, as the asbestos consultant shall be responsible for air monitoring. Failure to comply with this step will result in the assessment of liquidated damages, in accordance with paragraph 13 of the agreement, for each day the wet demolition is not monitored by the asbestos consultant., Method of Compensation is hereby deleted, and replaced with the attached, revised, Method of Compensation. Upon issuance of this addendum, Page B-5, Section 6.5 of, Method of Compensation will now read: Vendor will need to coordinate with the Department s asbestos consultant regarding the date that an abatement is to begin, as the asbestos consultant shall be responsible for air monitoring. Failure to comply with this step will result in the assessment of liquidated damages, in accordance with paragraph 13 of the agreement, for each day the abatement is not monitored by the asbestos consultant. Bidders/Proposers must acknowledge receipt of this Addendum by completing and returning to the Procurement Office, by no later than the time and date of the bid/proposal opening. Failure to do so may subject the bidder/proposer to disqualification. Joe Ricardo Procurement Agent Bidder/Proposer Address Submitted by (Signature) Failure to file a protest within the time prescribed in Section (3), Florida Statutes, or failure to post the bond or other security required by law within the time allowed for filing a bond shall constitute a waiver of proceedings under Chapter 120, Florida Statutes.
2 EXHIBIT B METHOD OF COMPENSATION Districtwide Right of Way Asbestos Abatement Services for the Florida Department of Transportation 1.0 PURPOSE This exhibit defines the limits and methods of compensation to be made to Vendor for the services set forth in Exhibit A, Scope of Services, and the method by which payments shall be made. 2.0 ASSIGNMENT OF WORK The Department shall request Vendor services on an as needed basis. Services to be provided on each job assignment will be initiated and completed as directed by the Project Manager. A Letter of Authorization (LOA) will be issued for each job assignment. 3.0 COMPENSATION The total of all authorizations shall not exceed a total Budgetary Ceiling of: Seven Hundred Fifty Thousand Dollars ($750,000.00) For the satisfactory completion of the services detailed in each LOA, Vendor shall be paid up to the Maximum Amount of each Authorization. Vendor shall submit an invoice and landfill tickets, if applicable, in a format acceptable to the Department. Payment shall be made to Vendor for work satisfactorily completed under each such LOA after completion of such work, including the submittal of all appropriate documentation, has been approved by the Project Manager. Details of unit prices for the performance of Vendor s services set forth in this are attached as Exhibit C, Bid Sheet. This is an indefinite quantity contract whereby Vendor agrees to furnish services during a prescribed period of time. The specific period of time completes such a contract. The Department, based on need and availability of budget, may increase or decrease the Budgetary Ceiling by amendment of this Agreement. Execution of this Agreement does not guarantee that work will be authorized. Work that may only be accomplished by using special equipment, including but not limited to cranes and lifts, to reach areas significantly above floor level will be paid at an augmented rate, as follows: B 1 of 6
3 10 20 feet above floor level payable at 115% of the total unit prices for items priced under sections 2.0 through 6.0 and their respective subsections; and Above 20 feet above floor level payable at 135% of the total unit prices for items priced under sections 2.0 through 6.0 and their respective subsections. Floor level is defined as the surface for a given area that is considered the floor for that area or something equivalent to the floor for a defined space. Example 1: If abatement of popcorn ceiling in the kitchen of an apartment on the third story of a multi story building were needed, the floor level would be the kitchen floor in that apartment. Example 2: If abatement of thermal system insulation is needed in an attic area above a ceiling, the floor or lower beams (if no floor exists) of the attic would be considered floor level. 4.0 PERFORMANCE BOND The Vendor is required to maintain, during the life of this contract, a standard performance bond, in the amount of $250,000. If outstanding requested services at any given time are over $250,000, the Vendor shall submit the required additional surety bond within ten (10) business days after receipt of the Letter of Authorization in the additional amount required for the proposed work. It shall be the Vendor s responsibility to notify the bond company that all correspondence relating to the bond shall be sent to the Project Manager at the appropriate address. 5.0 ESTABLISHMENT OF WORK AUTHORIZATION AMOUNT 5.1 For each LOA, Vendor, following the Scope of Services as set forth in Exhibit A, Scope of Services, shall prepare an estimate of work and price based on the rates established in Exhibit C, Bid Sheet, as well as a time schedule to complete the task. This estimate needs to be prepared by Vendor within three (3) business days from the request for such from the Project Manager. The LOA must be signed by Vendor within three (3) calendar days of receipt from the Department. 5.2 Special Conditions Multipliers in Exhibit C have been pre determined by the Department and apply when asbestos containing material is located in areas above 10 feet in height (see 2.1 and 2.2 of Exhibit C ). These Special Conditions Multipliers shall be applied to the overall total cost of a task assignment, when applicable. 5.3 Once an acceptable amount has been agreed upon by Vendor and the Project Manager, an LOA shall be issued by the Project Manager. The LOA shall include the project and parcel(s) on which the work is to be performed the type of work B 2 of 6
4 to be performed, the time frame involved, and the amount of compensation to be paid. The Project Manager shall obtain fund approval for each authorization by an approved encumbrance prior to issuing the LOA. All work authorizations shall be completed within the term of this agreement. 5.4 The total agreed amount for each work authorization shall be the total compensation to Vendor and shall contain all costs, including but not limited to asbestos and debris disposal fees, salaries, overhead, travel, mobilization, general and administrative expenses, incidental expenses, operating margin, and subcontractor costs. 5.5 No more than one (1) work mobilization charge will be paid for each LOA issued. 5.6 The Vendor will, at its own expense, obtain all required permits from the city, county, state, or other public authority. 6.0 LIQUIDATED DAMAGES: Services to be provided by Vendor under this agreement shall be initiated and completed as directed by the Project Manager for each work authorization (LOA). 6.1 The abatement work to be performed by Vendor shall not begin prior to receiving an LOA from the Department and all work shall be completed within the timeframe set forth in the LOA. 6.2 It is imperative that Vendor begin work on the date specified in the NESHAP (National Emissions Standard for Hazardous Air Pollutants) notice to the Florida Department of Environmental Protection (FDEP) and/or the appropriate responsible agency for a given locality, in accordance with 40 CFR Part 61, Subpart M. Vendor shall be responsible for the filing of the NESHAP notice, whether or not asbestos containing materials are present in the building to be demolished. The notice (and any re notifications) shall be delivered by certified mail, return receipt or e mail and proof of proper delivery in the form of the green return receipt card or electronic proof of delivery of card (for certified mail) or e mail verification of receipt must be submitted to the Project Manager within five (5) business days of such delivery. Regardless of what may be indicated by a representative of the agency responsible for asbestos oversight, ten (10) working days notice is the minimum that must be given. Failure to comply with this requirement will be considered to be non performance and may result in cancellation of this Agreement. B 3 of 6
5 6.3 Failure by Vendor to complete the work, to complete the work on time or to satisfy other obligations will constitute a default and liquidated damages will be paid to the Department by Vendor in the amounts per the table below per calendar day for each parcel in default based on the schedule established in the Florida Standard Specifications for Road and Bridge Construction. Original Contract Amount Daily Charge Per Calendar Day $50,000 and under...$763 Over $50,000 but less than $250,000...$958 $250,000 but less than $500,000...$1,099 $500,000 but less than $2,500,000...$1,584 $2,500,000 but less than $5,000,000...$2,811 $5,000,000 but less than $10,000,000...$3,645 $10,000,000 but less than $15,000,000...$4,217 $15,000,000 but less than $20,000,000...$4,698 $20,000,000 and over... $6,323 plus of any amount over $20 million (Round to nearest whole dollar) The parties agree that if the Department allows Vendor to continue to finish the services, or any part thereof, after the expiration of the time allowed, the Department s actions shall in no way act as a waiver of the liquidated damages due under this contract. Vendor shall pay said sum to the Department not as a penalty, but as liquidated damages. If a penalty for failure to timely begin or complete a project is prohibited with respect to any contract by federal law or regulation, the Department shall assess additional daily amounts as liquidated damages to cover anticipated costs of project related delays or inconveniences to the Department or the public. Costs resulting from retaining detours for an extended time and similar costs may be included in the additional amounts assessed. The additional daily assessment under this paragraph may not exceed an amount equal to the daily liquidated damage charge set forth in the contract. The Department shall assess additional liquidated damages in the same amount as set forth in the agreement for each day Vendor fails to commence work on the date specified in the NESHAP notice. Vendor is required to provide to the Department s Project Manager, or their designee, the green, return receipt card or proof of delivery for each original and any revised NESHAP notice for each applicable LOA. Work must begin on the date specified in the notice. Work is defined for the purposes of this Agreement as the demolition and removal of items defined under each LOA. B 4 of 6
6 6.4 Vendor shall pay a penalty for failure to commence or complete the work within the time stipulated. This penalty shall be in the same dollar amount per calendar day as that set forth in paragraph 6.3 above. If a penalty for failure to timely commence or complete a project is prohibited with respect to any contract by federal law or regulation, the Department shall assess additional amounts as liquidated damages to cover anticipated costs of project related delays or inconveniences to the Department or the public. Road user costs, costs resulting from retaining detours for an extended time and similar costs may be included in the additional amounts assessed. The additional daily assessment under this paragraph may not exceed an amount equal to the daily liquidated damage charge set forth in paragraph 6.3 above. 6.5 Vendor will need to coordinate with the Department s asbestos consultant regarding the date that an abatement is to begin, as the asbestos consultant shall be responsible for air monitoring. Failure to comply with this step will result in the assessment of liquidated damages, in accordance with paragraph 13 of the agreement, for each day the abatement is not monitored by the asbestos consultant. 7.0 INVOICING Upon completion of the work specified in each LOA, Vendor shall submit one original invoice in a format acceptable to the Department. Included with the invoice shall be one (1) copy each of the documentation of the appropriate proposed fees for the work assignment (as submitted to the Department) and the corresponding LOA issued by the Department. For the satisfactory performance of the service detailed in each LOA, Vendor shall be paid up to the Maximum Amount of each Authorization. Vendor shall also submit a Department Contract Completion Report (Form ). NOTE: The Contract Completion Report must be submitted to the Department s Project Manager prior to invoicing and reflect that work was completed in accordance with the LOA timeframe. No premium time will be paid for overtime (nights, weekends and/or holidays). For the satisfactory completion of the services detailed in each LOA, Vendor shall be paid up to the Maximum Amount of each Authorization. Vendor shall submit an invoice and landfill tickets, if applicable, in a format acceptable to the Department. Payment shall be made to Vendor for work satisfactorily completed under each such LOA after the completion of such work, including the submittal of all appropriate documentation, has been approved by the Project Manager. Payment shall be made for the services provided, at the unit billing rates specified in Exhibit C, as approved by the Department. The contract billing rates shall include the costs of salaries, overhead, fringe benefits and operating margin. B 5 of 6
7 Invoices shall be submitted to: Florida Department of Transportation Attention: Property Management Administrator Right of Way Property Management 3400 W. Commercial Boulevard Fort Lauderdale, FL UNIT RATES Details of unit prices for the performance of Vendor s services set forth in Exhibit A, Scope of Services are contained in Exhibit C, Bid Sheet, attached hereto and made a part hereof. Each item represents specific types of work that will be used as a basis for compiling a job assignment, per the instructions contained within Exhibit C. 8.0 TANGIBLE PERSONAL PROPERTY This contract does not involve the purchase of tangible personal property, as defined in Chapter 273, F.S. B 6 of 6
FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO. 2 DATE: September 13, 2013
ADDENDUM NO. 2 FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO. 2 DATE: September 13, 2013 RE: RFP Number: Description: Districtwide Right of Way Asbestos Consulting Services. CHANGE: Removes Section
More informationADDENDUM ACKNOWLEDGEMENT FORM Invitation to Bid (ITB) #DC ITB STATEWIDE FOOD PRODUCTS AND DELIVERY- PRIME VENDOR SERVICES A D D E N D U M #1
ADDENDUM ACKNOWLEDGEMENT FORM Invitation to Bid (ITB) # STATEWIDE FOOD PRODUCTS AND DELIVERY- PRIME VENDOR SERVICES A D D E N D U M #1 Department of Corrections 501 South Calhoun Street Tallahassee, FL
More informationState of Florida Department of Transportation
ITB-DOT-10/11-4023FS State of Florida Department of Transportation INVITATION TO BID ITB Number: Project Description: MANDATORY PRE-BID CONFERENCE Deadline for Questions Sealed Bids Due: ITB-DOT-1 0/11-4023FS
More informationSEALED BID REQUEST FOR ASBESTOS REMOVAL & PROPOSED FORM OF CONTRACT
SEALED BID REQUEST FOR ASBESTOS REMOVAL & PROPOSED FORM OF CONTRACT PROJECT: 404 HMGP Acquisition Program- or 403 Immediate Threat Program Asbestos Abatement For the County of Cedar Contractor: Address:
More informationEXHIBIT A SCOPE OF SERVICES ITB-DOT-09/ EB EMERGENCY ROADSIDE ASSISTANCE PATROL SERVICES (EMA)
EXHIBIT A SCOPE OF SERVICES EMERGENCY ROADSIDE ASSISTANCE PATROL SERVICES (EMA) 1.0 GENERAL This scope of services describes and defines the Emergency Roadside Assistance services to be provided by the
More informationFLORIDA DEPARTMENT OF TRANSPORTATION
FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO. 2 DATE: 5/1/17 RE: RFP-DOT-16/17-9069-GH MAINTENANCE OF THE STATEWIDE ITS COMMUNICATIONS NETWORK Notice is hereby given of the following changes to the
More informationCITY OF CAPE CANAVERAL ASBESTOS NOTIFICATION STATEMENT
CITY OF CAPE CANAVERAL 100 POLK AVENUE CAPE CANAVERAL, FL 32920 (321) 868-1220 phone (321) 868-1247 fax buildingforms@cityofcapecanaveral.org CITY OF CAPE CANAVERAL ASBESTOS NOTIFICATION STATEMENT [You
More informationDEPARTMENT OF FINANCIAL SERVICES RLAC Attachment 2 - STATEMENT OF WORK. November 14, 2017
DEPARTMENT OF FINANCIAL SERVICES RLAC-9999-17020 - STATEMENT OF WORK November 14, 2017 1 of 9 TABLE OF CONTENTS SECTION 1 Overview... 3 SECTION 2 Contractor Responsibilities... 4 SECTION 3 Performance
More informationState of Florida Department of Transportation EXHIBIT B METHOD OF COMPENSATION
State of Florida Department of Transportation EXHIBIT B METHOD OF COMPENSATION FOR DISTRICT WIDE CONTAMINATION ASSESSMENT AND REMEDIATION SERVICES FOR THE FLORIDA DEPARTMENT OF TRANSPORTATION, DISTRICT
More informationITB DOT 15/ GB State of Florida DOT FPI No M E M O R A N D U M ADDENDUM NO. 1
ITB DOT 5/6 8005 GB State of Florida DOT FPI No. 90775 52 47 Date: October 9, 205 M E M O R A N D U M ADDENDUM NO. To: From: Subject: Bidders Gail Brown Procurement Specialist Florida s Turnpike Enterprise
More informationIntroduced by: The President of the Council at the request of the County Executive
COUNTY COUNCIL OF WICOMICO COUNTY, MARYLAND 2012 Legislative Session Legislative Day No. 09 Resolution No. 64-2012 Introduced by: The President of the Council at the request of the County Executive A RESOLUTION
More informationCity of Corpus Christi Housing and Community Development
City of Corpus Christi Housing and Community Development General Contractors, Roofing Contractors, Plumbing Contractors, Electrical Contractors, HVAC Contractors, General Repair Contractors, Demolition
More informationINVITATION TO BID (ITB)
HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS GENERAL SERVICES & PURCHASING INVITATION TO BID (ITB) The Board of County Commissioners (BCC), Highlands County, Sebring, Florida, will receive sealed bids
More informationEXHIBIT A SUPPLEMENTAL TERMS AND CONDITIONS TO SIERRA AUCTION BUYER S TERMS AND CONDITIONS 1. AIRCRAFT PASSENGER BOARDING BRIDGES SALE AND CONDITION
EXHIBIT A SUPPLEMENTAL TERMS AND CONDITIONS TO SIERRA AUCTION BUYER S TERMS AND CONDITIONS 1. AIRCRAFT PASSENGER BOARDING BRIDGES SALE AND CONDITION The shell of the Aircraft Passenger Boarding Bridges
More informationASBESTOS REMOVAL SPECIFICATION AND BID FORM DEMO HOUSE ON THE CHATHAM COUNTY PARKS DEPARTMENT S
ASBESTOS REMOVAL SPECIFICATION AND BID FORM DEMO HOUSE ON THE CHATHAM COUNTY PARKS DEPARTMENT S BRIAR CHAPEL PARK 1015 Andrews Store Rd. Pittsboro NC 27312 by Robert A. Herrick NC Designer No. 40114 Herrick
More informationREQUEST FOR PROPOSALS FOR BID TOWN OF MIDDLESEX, VERMONT TROPICAL STROM IRENE FEDERAL BUYOUT DEMOLITIONS
REQUEST FOR PROPOSALS FOR BID TOWN OF MIDDLESEX, VERMONT TROPICAL STROM IRENE FEDERAL BUYOUT DEMOLITIONS Contact: Sarah Merriman Town Clerk/Select Board Assistant Town of Middlesex 5 Church Street Middlesex,
More informationEXHIBIT "B" METHOD OF COMPENSATION MAINTENANCE AND REPAIR OF FDOT VEHICLES AND EQUIPMENT AT THE BROWARD OPERATIONS CENTER
RFP-DOT-14/15-4006TB 1.0 PURPOSE: EXHIBIT "B" METHOD OF COMPENSATION MAINTENANCE AND REPAIR OF FDOT VEHICLES AND EQUIPMENT AT THE BROWARD OPERATIONS CENTER This Exhibit defines the limits and method of
More informationPayment shall be made based on the tonnage charge set forth in CONTRACTOR'S proposal.
Construction and Demolition Debris Disposal Addendum 1 October 16, 2018 Modify Part I, Instructions to Bidders, Section 9.00 Delete the following;: Payment shall be made based on the tonnage charge set
More informationNATIONAL RAILROAD PASSENGER CORPORATION DATE EXPIRES: for not longer than one year from date of Amtrak approval)
NATIONAL RAILROAD PASSENGER CORPORATION DATE EXPIRES: TEMPORARY PERMIT TO ENTER FOR (To be completed by Amtrak upon approval, PRIVATE CAR INSPECTORS for not longer than one year from date of Amtrak approval)
More informationState of Florida Department of Transportation
State of Florida Department of Transportation INVITATION TO BID Districtwide Right of Way Asbestos Abatement Services for the Florida Department of Transportation ITB-DOT-15/16-4013JR CONTACT FOR QUESTIONS:
More informationWhereas, the FDOT is willing to reimburse the SHPO for the increased staff required to provide priority project review; and
FUNDING AGREEMENT between Florida State Historic Preservation Officer (SHPO) and STATE OF FLORIDA, Florida Department of Transportation (FDOT) and UNITED STATES DEPARTMENT OF TRANSPORTATION Federal Highway
More informationState of Florida Department of Financial Services
State of Florida Department of Financial Services Request for Proposals (RFP) Number: DFS AA RFP 1718-09 Production Services for Florida General Lines Agents, Personal Lines Agents, and Insurance Adjusters
More informationNOTICE TO BIDDERS CUSTODIAL SUPPLIES
Purchasing Department Jennifer Pajerski, Purchasing Agent Old Jail 183 Main Street Cooperstown, New York 13326-1129 Phone: (607) 547-4389 Fax: (607) 547-6496 email:pajerskij@otsegocounty.com NOTICE TO
More informationAttachment C New York State Energy Research and Development Authority ( NYSERDA ) AGREEMENT
Attachment C New York State Energy Research and Development Authority ( NYSERDA ) 1. Agreement Number: 2. Subgrantee: 3. Project Contact: 4. Effective Date: _/ /2016 5. Total Amount of Award: $ 6. Project
More informationAIA Document A101 TM 2007
AIA Document A101 TM 2007 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum AS MODIFIED BY OWNER AGREEMENT made as of the day of in the year (In words,
More informationBUYER: 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 informationINVITATION TO BID. Play Structure and Matting Routine Repair and Maintenance Services. Project No
INVITATION TO BID Play Structure and Matting Routine Repair and Maintenance Services Project No. 634. Notice is hereby given that the governing board ( Board ) of the Oakland Unified School District (
More informationFIXED CAPITAL OUTLAY
_ Financial Project #_438656-1-52-01 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION (Facilities & Grounds) FIXED CAPITAL OUTLAY * * * * * * * * * * * * * * * * NON-TECHNICAL SPECIFICATIONS - FOR - BUILDING
More informationOFFICIAL BID FORM & BID DOCUMENTS
OFFICIAL BID FORM & BID DOCUMENTS TOWN OF LAKE PLACID 2019-01 LAKE JUNE PARK PAVILION AND RESTROOM IMPROVEMENTS BIDS DUE 1:00 PM, Wednesday February 27, 2019 SUBMIT SEALED BIDS TO: TOWN OF LAKE PLACID
More informationSUPPLEMENTARY AND SPECIAL TERMS AND CONDITIONS FOR MINOR PROJECTS
SUPPLEMENTARY AND SPECIAL TERMS AND CONDITIONS FOR MINOR PROJECTS HCPS STANDARDS DOC. No.: 01015 APPLICATION: ELEMENTARY, MIDDLE AND HIGH SCHOOL DATE OF ISSUE: 04-04-14 - Revised paragraph 13.10.1 to increase
More informationDocument A101 TM. Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum
Document A101 TM 2007 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum AGREEMENT made as of the day of in the year (In words, indicate day, month and
More informationSPECIFICATION NO. TxDOT DATED: DECEMBER 2016 Title: FACILITY MAINTENANCE AND REPAIR SERVICE
SPECIFICATION NO. TxDOT 910-00-00 DATED: DECEMBER 2016 Title: FACILITY MAINTENANCE AND REPAIR SERVICE PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT). This
More informationCHAPTER Committee Substitute for Senate Bill No. 922
CHAPTER 2016-174 Committee Substitute for Senate Bill No. 922 An act relating to solid waste management; amending s. 403.709, F.S.; providing for the funding of a waste tire abatement program from the
More informationEXHIBIT "A" RESPONSIBILITIES AND SERVICES OF PROGRAM MANAGER 1. BASIC SERVICES A-1 2. GENERAL PROGRAM SERVICES A-6
EXHIBIT "A" RESPONSIBILITIES AND SERVICES OF PROGRAM MANAGER 1. BASIC SERVICES A-1 2. GENERAL PROGRAM SERVICES A-6 3. PLANNING AND ADMINISTRATION A-6 OF THE PROJECT 4. PRECONSTRUCTION PHASE A-7 5. PRE-BIDDING
More information2. A copy of your insurance policy, together with any endorsements, must be maintained at your principal place of business.
April 06, 2011 Joe Walsh Advanced Waste Carriers Inc 1126 S 70th St Ste N408B West Allis, WI 53214-3161 Re: Florida Hazardous Waste Transporter Approval Dear Joe Walsh: Your Florida Hazardous Waste Transporter
More informationNatural Disaster Pre-Event Contract for District 4, District-wide Emergency Transportation and Evacuation by Buses
State of Florida Department of Transportation District 4 Office of Procurement 3400 West Commercial Boulevard Ft. Lauderdale, Florida 33309-3421 INVITATION TO BID REGISTRATION ******************************************************************************
More informationCHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS
CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS REPAIR PARKING LOT SEAL COATING TOWN HALL & POLICE DEPARTMENT BID: 03182019: DEADLINE: Thursday, April 11, 2019,
More informationCHAPTER Committee Substitute for Senate Bill No. 124
CHAPTER 2016-153 Committee Substitute for Senate Bill No. 124 An act relating to public-private partnerships; transferring, renumbering, and amending s. 287.05712, F.S.; revising definitions; deleting
More informationSUBCONTRACT. by and between. to perform the Work identified in Article 2 in accordance with the Projects Contract documents.
Phone 800 555-5555 Fax 999 555-5551 TO: 4320 Eucalyptus Way Santa Rosa CA 95401 SUBCONTRACT PROJECT: 186 Williams Post Office 19420 Williams Rd. Monte Rio CA 95462 This agreement entered into this day
More informationHistoric Preservation Tax Credit Program Guidelines Table of Contents
Table of Contents Section I General...........................................................1 A. Definitions.............................................................1 B. Program Overview......................................................
More informationSection 80 Execution and Progress
AC 150/5370-10G 7/21/2014 Section 80 Execution and Progress 80-01 Subletting of contract. The Owner will not recognize any subcontractor on the work. The Contractor shall at all times when work is in progress
More informationOKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES
OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES RFP 2017-17 Due September 27, 2017 Room 123 304 NW 2 nd Street Okeechobee, FL 34972 1 INSTRUCTIONS TO BIDDERS In order to be considered responsive,
More informationINVITATION TO BID. Plumbing /Sewer /Storm Drain Replacement & Spot Repair Routine Repair and Maintenance Services. Project No.
INVITATION TO BID Plumbing /Sewer /Storm Drain Replacement & Spot Repair Routine Repair and Maintenance Services Project No. 16135 1. Notice is hereby given that the governing board ( Board ) of the Oakland
More informationTABLE OF CONTENTS CHAPTER 1 PROCUREMENT THRESHOLDS AND PROCEDURES...
TABLE OF CONTENTS CHAPTER 1 THRESHOLDS AND PROCEDURES... 2 SECTION 1.1 OVERVIEW... 2 SECTION 1.2 METHODS OF... 2 Subsection 1.2.a Micro-purchases... 2 Subsection 1.2.b Small Purchase Procedures... 3 Subsection
More informationREQUEST FOR QUOTE For Drain Cleaning Services Contract #16-R-0092
Housing And Community Services Agency of Lane County 300 West Fairview Drive, Springfield, OR 97477 EQUAL HOUSING OPPORTUNITY September 1, 2016 (541) 682-4090 Fax (541) 682-3416 TTY (541) 682-2565 REQUEST
More informationAGREEMENT BROWARD COUNTY KIMLEY-HORN AND ASSOCIATES, INC. for CONSULTANT SERVICES FOR
Airport Design Consultant Services Agreement CAF#404 AGREEMENT Between BROWARD COUNTY and KIMLEY-HORN AND ASSOCIATES, INC. for CONSULTANT SERVICES FOR PROFESSIONAL SERVICES FOR REHABILITATION OF NORTH
More informationAPPENDIX B TO COMPREHENSIVE AGREEMENT UOSA CONTRACT VSS UOSA VEHICLE SERVICE STATION FORM OF STAGE 2: FINAL DESIGN AMENDMENT
APPENDIX B TO COMPREHENSIVE AGREEMENT UOSA CONTRACT VSS UOSA VEHICLE SERVICE STATION FORM OF STAGE 2: This Stage 2: Final Design Amendment (Final Design Amendment) is an Amendment to the Comprehensive
More informationSOLICITATION FOR CONTINUING SERVICES CS PLUMBING SUPPLIES
SOLICITATION FOR CONTINUING SERVICES CS 19-601 PLUMBING SUPPLIES INTRODUCTION Polk County, a political subdivision of the State of Florida, seeks the submittal of information from vendors interested in
More informationSupplementary General Conditions to Contract General Conditions for Design-Bid-Build Minor Projects TYPE Contract MIN RENUMBER
Supplementary General Conditions to Contract General Conditions for Design-Bid-Build Minor Projects TYPE Contract MIN 15-800 RENUMBER 1. Article 2.01, Contractor s License; delete and replace with the
More informationCITY OF MOBILE ALABAMA REQUEST FOR QUOTES FEBRUARY 12, 2019
CITY OF MOBILE ALABAMA REQUEST FOR QUOTES FEBRUARY 12, 2019 The City of Mobile will receive quotes for the following Project: Project Name: Project Location: Project Number: Remove, Repair and Re- Install
More informationSTATEMENT OF BIDDER'S QUALIFICATIONS
STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate
More informationRegulations of Florida A&M University. profess and practice a skill in the area of music, dance, drama, folk art, creative writing,
Regulations of Florida A&M University. (1) Artistic Services - Services provided by an individual or group of individuals who profess and practice a skill in the area of music, dance, drama, folk art,
More informationEXHIBIT 1. PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED GENERAL CONTRACTORS or LICENSED PAINTING CONTRACTORS BY THE
EXHIBIT 1 Solicitation Date: PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED GENERAL CONTRACTORS or LICENSED PAINTING CONTRACTORS BY THE State of Florida, Department of Military Affairs HEREINAFTER REFERRED
More informationEXHIBIT B. Insurance Requirements for Construction Contracts
EXHIBIT B Insurance Requirements for Construction Contracts Contractor shall procure and maintain for the duration of the contract, and for 3 years thereafter, insurance against claims for injuries to
More informationADDENDUM NO. 1 SCHOOL BOARD OF LEON COUNTY, FLORIDA
ADDENDUM NO. 1 Invitation to Bid (ITB) 5517-2018 Asphalt or Site Contractor for Leon County Schools Technology Center Parking Lot Milling and Resurfacing Project SCHOOL BOARD OF LEON COUNTY, FLORIDA ITEM
More informationCITY OF FORT PIERCE BUILDING DEPARTMENT
CITY OF FORT PIERCE BUILDING DEPARTMENT APPLICATION FOR DETERMINATION OF SUBSTANTIAL IMPROVEMENT This is a request for determination by the City s Floodplain Administrator as to whether or not the project
More informationASBESTOS/HAZARDOUS MATERIALS ABATEMENT AGREEMENT
ASBESTOS/HAZARDOUS MATERIALS ABATEMENT AGREEMENT Form XIII-17 THIS AGREEMENT ( Agreement ) is dated, 2011 by and between ( Contractor ), and County Land Reutilization Corporation ( Owner/Agent ). WHEREAS,
More informationCITY OF ROMULUS CHAPTER 39: PURCHASING
CITY OF ROMULUS CHAPTER 39: PURCHASING CITY OF ROMULUS ORDINANCE NO. AN ORDINANCE TO AMEND PORTIONS OF CHAPTER 39 AND TO ADD ADDITIONAL SECTIONS TO CHAPTER 39 OF THE PURCHASING ORDINANCE OF THE CITY OF
More informationWAKULLA COUNTY BOARD OF COUNTY COMMISSIONERS
WAKULLA COUNTY BOARD OF COUNTY COMMISSIONERS CONCRETE FORMING AND POURING INVITATION TO BID 2013-15 RESPONSES ARE DUE BY: April 26, 2013 at 2:00 P.M., DST MAIL OR DELIVER RESPONSES TO: Wakulla County Board
More informationNOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES
NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES DATE: April 8, 2016 PROPOSAL: Q16-131 The Town of Chapel Hill Business Management
More informationWORK AUTHORIZATION NUMBER 4 TO MASTER SERVICES AGREEMENT FOR PROFESSIONAL ADMINISTRATIVE CONSULTING SERVICES
CITY OF JOPLIN CITY CONSULTANT Name: Deloitte & Touche LLP 602 S. MAIN STREET JOPLIN, MO 64801 Attention: Troy Bolander Director, Planning Development & Neighborhood Services Department: Planning Development
More informationEXHIBIT A SCOPE OF SERVICES. Florida Department of Transportation
EXHIBIT A SCOPE OF SERVICES Florida Department of Transportation Districtwide Public Communication Services for District Four Miscellaneous Construction Projects The Florida Department of Transportation,
More informationTABLE OF CONTENTS - ADDENDUM NO. 3
TABLE OF CONTENTS - ADDENDUM NO. 3 TABLE OF CONTENTS Addendum No. 3 SUPPLEMENTAL INSTRUCTIONS TO BIDDERS SIB-1 SIB-2 SIB-3 Article I-2.4 - Contract Completion Time Article I-14.4 - Participation by SBE
More informationAGREEMENT. WITNESS: This Agreement has been entered into by and between the
AGREEMENT WITNESS: This Agreement has been entered into by and between the GOLDEN GATE BRIDGE, HIGHWAY AND TRANSPORTATION DISTRICT (hereinafter GGBHTD ) and the MARIN COUNTY TRANSIT DISTRICT (hereinafter
More informationTOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM
TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM Notice is hereby provided that the Town of Erwin will be accepting proposals for grass mowing services for overgrown lots which
More informationFt. Lauderdale, FL July 14, 2017 Advertisement No. 1
BID SOLICITATION NOTICE District 4 FLORIDA DEPARTMENT OF TRANSPORTATION CONSTRUCTION AND MAINTENANCE PROGRAMS FDOT District 4- Office of Procurement 3400 W. Commercial Blvd. Ft. Lauderdale, FL 33309 Ft.
More informationGENERAL ASSEMBLY OF NORTH CAROLINA SESSION 2017 S 1 SENATE BILL 607. Short Title: Job Order Contracting Method. (Public) April 5, 2017
GENERAL ASSEMBLY OF NORTH CAROLINA SESSION 0 S 1 SENATE BILL 0 Short Title: Job Order Contracting Method. (Public) Sponsors: Referred to: Senator Tucker (Primary Sponsor). Rules and Operations of the Senate
More informationTHE NON-TECHNICAL SPECIFICATION SECTIONS OF DIVISION ONE
LEVELS 4 & 5 THE NON-TECHNICAL SPECIFICATION SECTIONS OF DIVISION ONE Construction Contract Project Manual State of Florida Department of Military Affairs Construction and Facility Management Office Project
More informationRFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES
RFP # 2018-06 SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES The Baker County Board of County Commissioners, Florida (County) will receive sealed proposals until 3:00 p.m. local time, on April
More informationSubject: Invitatioii for Bid No. 230 Emergency Response for Environmental Clean-up and Disposal of Hazardous and Noii-Hazardous Waste Addendum No.
1 J fi4etl"a'a 547 W Jackson Boulevard Chicago, IL 60661 312.322.6900 TTY: 1312.322.6774 February 23, 2018 Subject: Invitatioii for Bid No. 230 Emergency Response for Environmental Clean-up and Disposal
More informationDESIGN AND CONSTRUCTION RESPONSIBILITY AND REIMBURSEMENT AGREEMENT BETWEEN THE CITY OF PLACERVILLE AND THE El DORADO IRRIGATION DISTRICT
DESIGN AND CONSTRUCTION RESPONSIBILITY AND REIMBURSEMENT AGREEMENT BETWEEN THE CITY OF PLACERVILLE AND THE El DORADO IRRIGATION DISTRICT FOR THE WESTERN PLACERVILLE INTERCHANGES PROJECT, PHASE 2 CITY CIP:
More informationTHE 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 informationRequest 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 informationNaples Beach Renourishment (Sand Placement) COLLIER COUNTY BID NO COLLIER COUNTY, FLORIDA
COLLIER COUNTY BID NO. COLLIER COUNTY, FLORIDA Adam Northrup, Procurement Strategist Email: Adamnorthrup@colliergov.net Telephone: (239) 252-6098 FAX: (239) 252-6302 Design Professional: Atkins North America
More informationSouthwest Florida Affordable Housing Choice Foundation, Inc Renaissance Preserve Way Fort Myers, FL 33916
Southwest Florida Affordable Housing Choice Foundation, Inc. RFP #: 2010-01 Broadway Apartments Southwest Florida Affordable Housing Choice Foundation, Inc. 4224 Renaissance Preserve Way Fort Myers, FL
More informationAIA Document A101 TM 2017 Exhibit A
AIA Document A101 TM 2017 Exhibit A Insurance and Bonds This Insurance and Bonds Exhibit is part of the Agreement, between the Owner and the Contractor, dated the day of «November» in the year «2017» (In
More informationCOMPENSATION & PAYMENT PROVISIONS (COST REIMBURSABLE)
COMPENSATION & PAYMENT PROVISIONS (COST REIMBURSABLE) 1 Note: Articles flagged with an asterisk (*) are Flow-down requirements as defined in Article SUBCONTRACTORS AND SUPPLIERS in Contract Document GENERAL
More informationSECURITY/LIEN AGREEMENT INSTALLATION OF REQUIRED IMPROVEMENTS
Return recorded copy to: Broward County Highway Construction & Engineering Division 1 North University Drive, Suite 300B Plantation, FL 33324-2038 Document prepared by: NOTICE: PURCHASERS, GRANTEES, HEIRS,
More informationINVITATION TO BID U Directional Boring Utility Department
INVITATION TO BID U-06-06 Directional Boring Utility Department Purpose: The City of Palm Coast, Utility Department is soliciting proposals from qualified contractors to perform directional drilling to
More informationState Government Procurement
The following excerpts from the Arizona Revised Statutes are laws ACEC of Arizona initiated and secured for our industry. For further details regarding laws in the State of Arizona, go to http://www.azleg.gov
More informationADDENDUM No. 2. August 1, 2018
ADDENDUM No. 2 August 1, 2018 TO: FROM: RE: PROSPECTIVE BIDDERS GALE ASSOCIATES, INC. 160 N. Westmonte Drive Suite 1200 Altamonte Springs, FL 32714 407 599 7031 Indian River Elementary School Roof Replacement
More informationREGIONAL ROAD CONCURRENCY AGREEMENT CONSTRUCTION OF IMPROVEMENTS
Return recorded document to: Planning and Redevelopment Division 1 North University Drive, Suite 102A Plantation, Florida 33324 Document prepared by: NOTICE: PURCHASERS, GRANTEES, HEIRS, SUCCESSORS AND
More informationGlenwood/Bell Street Well Pump and Piping Construction
SPECIFICATIONS BID 1-16 Glenwood/Bell Street Well Pump and Piping Construction THE CITY OF AVON PARK FLORIDA December 21 th, 2015 NOTICE TO BIDDERS INVITATION TO BID -- BID # 1-16 The City of Avon Park
More informationAppendix C. Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services
Appendix C Sample Contract for Professional Services Contract # xxxx Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services
More informationREQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC
REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC This is a Federally Funded project. The Surveyor and Subcontractors on this project must comply with HUD contract provisions 24CFR
More informationPROJECT MANUAL INDEX I. BIDDING CONDITIONS. A - Project Information Sheet. B - Instructions to Bidders. C - Proposal Form
PROJECT MANUAL INDEX I. BIDDING CONDITIONS A - Project Information Sheet B - Instructions to Bidders C - Proposal Form D - List of Subcontractors Forms II. CONDITIONS E- Forms of Performance and Payment
More informationAIA Document A101 TM 2017 Exhibit A
AIA Document A101 TM 2017 Exhibit A Insurance and Bonds This Insurance and Bonds Exhibit is part of the Agreement, between the Owner and the Contractor, dated the day of in the year (In words, indicate
More informationPreliminary Draft Revisions for Review and Comment Only Chapter 59A-25, Minimum Standards for Home Medical Equipment Providers
59A-25.001 Definitions. In addition to definitions contained in Chapter 400, Part VII and Chapter 408, Part II, F.S., the following terms shall apply: (1) no change (2) Central Service Center means the
More informationThe City of Moore Moore, Oklahoma
The City of Moore Moore, Oklahoma BID #1516-007 Construction Services Asbestos Removal for Royal Park Development Tract City of Moore Office of City Clerk, Purchasing Division 301 N. Broadway Avenue, Suite
More informationAGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES
AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT made by and between, hereinafter called the Owner, and SITESCOMMERCIAL, LLC 185 WIND CHIME COURT, SUITE
More informationCOVERSHEET FOR ALL PAYMENT REQUEST PACKETS*
COVERSHEET FOR ALL PAYMENT REQUEST PACKETS* CONTRACTOR: BID : OF HOUSES (PAYMENT PACKETS) YOUR ARE SUBMITTING SUBMITTING: Type of Project: Inspection Abatement Demolition Contact Phone Number: Email: The
More informationMAINTENANCE CONTRACT ADMINISTRATION, INSPECTION, AND REPORTING
Approved: Effective: December 22, 2017 Review: October 10, 2017 Office: Maintenance Topic No.: 375-020-002-l Department of Transportation PURPOSE: MAINTENANCE CONTRACT ADMINISTRATION, INSPECTION, AND REPORTING
More informationITB-PW-U Matanzas Woods Parkway Reclaimed Water Main Construction Phase 2
Page 1 of 16 ITB-PW-U-15-02 Matanzas Woods Parkway Reclaimed Water Main Construction Phase 2 ISSUE DATE: January 7, 2015 DUE DATE: January 15, 2015 at 2:00 p.m. SUBJECT: Miscellaneous Changes INTENT: This
More informationADDENDUM TO RFP DOCUMENTS
ADDENDUM TO RFP DOCUMENTS REQUEST FOR PROPOSAL: 2012-24 POST DISASTER DEBRIS MONITORING ADDENDUM No. 1 DATE: 1/25/13 To All Potential Bidders: This addendum is issued to modify the previously issued bid
More informationSt. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch
St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch The St. Charles City-County Library is accepting bids pursuant to this Invitation for Bid from qualified
More informationAIA Document A101 TM 2007
AIA Document A101 TM 2007 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum AGREEMENT made as of the day of in the year (In words, indicate day, month
More informationGROUNDS MAINTENANCE AGREEMENT
GROUNDS MAINTENANCE AGREEMENT THIS AGREEMENT is entered into this day of, 2012, by and between the City of Plant City ( City ) and Company ), whose address is. WHEREAS, City desires to retain Company to
More informationSTATE OF NORTH CAROLINA GUARANTEED ENERGY PERFORMANCE CONTRACTING PROGRAM ENERGY SERVICES AGREEMENT
STATE OF NORTH CAROLINA GUARANTEED ENERGY PERFORMANCE CONTRACTING PROGRAM ENERGY SERVICES AGREEMENT This Energy Services Agreement (the "Agreement" or "ESA") is entered into on,20, the Commencement Date,
More informationINVITATION TO BID ITB # SNR1112FS01
INVITATION TO BID ITB # SNR1112FS01 Service of Process FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES Southern Region Circuits 11 & 16 Miami-Dade and Monroe Counties Posting Date: April 15, 2011 MAIL OR DELIVER
More informationCITY 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