FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO. 2 DATE: September 13, 2013

Size: px
Start display at page:

Download "FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO. 2 DATE: September 13, 2013"

Transcription

1 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 8.0 Liquidated Damages from the Exhibit B Method of Compensation Page B-3 B-5. All other requirements and information will remain the same. Revised Notice is hereby given of the following changes to the above-referenced RFP: Vendors MUST acknowledge receipt of this Addendum by completing and returning to the Procurement Office, by no later than the time and date of the replies due date. Failure to do so may subject the vendor to disqualification. Tanisha Boynton Procurement Agent Vendor Name Vendor Address Submitted by Signature Type/Print Name Failure to file a protest within the time prescribed in Section (3), Florida Statutes, shall constitute a waiver of proceedings under Chapter 120, Florida Statutes. 1

2 SAMPLE EXHIBIT B METHOD OF COMPENSATION Exhibit B SAMPLE Method of Compensation 1.0 PURPOSE This exhibit defines the limits and method of compensation to be made to the 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 Vendors services on an as-needed basis. Services to be provided on each project will be initiated and completed as directed by the Project Manager or his/her designated representative. A Letter of Authorization (LOA) will be issued for each work task outlined in this agreement. These work tasks include: 1) Asbestos Survey and Report 2) Operation and Maintenance (O & M) Plan 3) Asbestos Airborne Fiber Assessment 4) O & M Plan Implementation 5) Abatement Specifications 6) Asbestos Abatement Supervision and Demolition Monitoring 7) Abatement and Demolition Final Clearance Report. 3.0 ESTABLISHMENT OF LETTER OF AUTHORIZATION AMOUNT For each request for a fee proposal received from the Department the Vendor, following the Scope of Services as set forth in Exhibit A, shall prepare an estimate of work and price based on the rates established in Exhibit C, Price Proposal, attached hereto and made a part hereof. Once the required units have been agreed upon between the Vendor and the Department, a Letter of Authorization (LOA) shall be issued by the Department. The Project Manager shall obtain fund approval for each authorization by an approved encumbrance prior to issuing the LOA. The LOA shall specify the parcel(s) to be addressed, services/tasks to be performed and the amount of compensation to be paid. If minor repairs are necessary to maintain the structure in a safe condition, particularly during roof sampling, such repairs shall be performed solely at the Vendor s cost. No work shall be performed until the LOA has been executed by the Department and the Vendor. 4.0 NO GUARANTEE This Agreement retains the Vendor to provide services on an as-needed basis for a fixed period of time. The Department reserves the right not to have the contracted services performed on all parcels. The number of parcels and the amount of work authorized shall be at the sole direction of the Department. B-1

3 Exhibit B SAMPLE Method of Compensation 5.0 COMPENSATION For the satisfactory completion of services requested in each Letter of Authorization (LOA), the Vendor shall be paid a Unit Amount for each completed task as established in the LOA but the total of the Unit Amounts shall not exceed the amount authorized in the LOA. Additional compensation shall not be given for any remedial action taken to correct any revisions requested by the Department. The Maximum Limiting Amount of $975, shall not be exceeded by the cumulative total of all LOA for the term of this Agreement. 6.0 PROGRESS PAYMENTS The Vendor shall submit to the Project Manager, or his/her designated representative, in quadruplicate, invoices for each authorization in a format acceptable to the Department. The invoice amounts shall designate the parcel number and work task completed. Progress reports that describe, in detail, the work performed on each task will be submitted to the Department concurrently with the monthly invoice. The Vendor agrees to allow the Department ten (10) working days to approve the services. Payment shall be due to the Vendor upon satisfactory completion of each authorized work task as follows: Task 1 Asbestos Survey and Report 100% payment of established unit amount upon Department s written approval of the final survey report. Task 2 Operation and Maintenance Plan 100% payment of established unit amount upon distribution of the final Operation and Maintenance Plan. Task 3 Asbestos Airborne Fiber Assessment 100% payment of the authorized cumulative daily shift rates for the work actually completed upon approval of the assessment report or other appropriate document. Task 4 O & M Plan Implementation 100% payment of the authorized cumulative daily shift rates for work actually completed upon acceptance of the final O & M reporting documents by the Department. Task 5 Abatement Specifications 100% payment of established unit amount (per set of specifications) upon Department approval of the final asbestos abatement specifications on the parcel. B-2

4 Exhibit B SAMPLE Method of Compensation Task 6 Asbestos Abatement Supervision and Demolition Monitoring 100% payment of the authorized cumulative daily shift rates for the work actually completed upon acceptance by the Department of the Final Clearance Certification Letter or completion of demolition field operations. Task 7 Abatement and Demolition Final Clearance Report 100% of the established unit amount for each Final Abatement Clearance or Demolition Summary Report accepted by the Department. Invoices shall be submitted to: Florida Department of Transportation Right of Way Property Management 3400 West Commercial Blvd. Fort Lauderdale, Florida The Vendor has certified that % DBE utilization would be achieved for this contract. If DBE utilization was certified, DBE payments are to be input each month at the following link: New users reporting DBE payments will need to contact the FDOT Service Desk at FDOT.ServiceDesk@dot.state.fl.us to get a BizWeb user ID and password to access the application. 7.0 DAILY SHIFT RATE It is anticipated that all asbestos consulting operations will be conducted during normal working hours, Monday through Friday, although, in special circumstances, adjustments to these time frames may be necessary. No adjustments will be made for premium time, such as weekends, holidays and overtime. A Daily Shift Rate unit is an eight-hour work day. If the Consultant/Vendor works more or less than the average eight-hour shift, the daily rate may be prorated in increments of a quarter of a shift (or two hours). The number of daily shift rates required for each designated project task will be determined prior to the issuance of a Letter of Authorization (LOA). 8.0 DETAILS OF COSTS AND FEES Details of costs and fees for the performance of the Vendor s services are attached as Exhibit C, Price Proposal. 9.0 TANGIBLE PERSONAL PROPERTY: This contract does not involve the purchase of Tangible Personal Property, as defined in Chapter 273, F.S. B-3

5 EXHIBIT C BID SHEET PLEASE REAL ALL INSTRUCTIONS CAREFULLY BEFORE COMPLETING THIS FORM. Enter your Company s Name, Owner/President/Authorized Signature and date at the bottom of Page C-5 of C-5. Failure to provide and documents requested will constitute a Non-Responsive Proposal and shall not be considered. Because the points awarded to each Vendor are determined by the prices submitted, Proposer s are advised of the following: Alterations to this Exhibit C - Price Proposal, will in effect cause this Proposal to become a Conditional Proposal and will be found non-responsive and shall not be considered. Do Not Re-create, Modify or Replace the Department s with your own version. Do Not Change the Department s Estimated Unit Amounts. The Vendor MUST provide a Price on ALL Items. Fill in all blank areas with a dollar figure. A firm price for each blank on Exhibit C Price Proposal shall be provided by the Vendor. If a 0 (zero) is entered, then that is the fee the Vendor will receive if contracted to do the work. If a space is left blank, a space is marked N/A, or the Department s is not utilized by the Vendor, the proposal will be considered non-responsive. 1.0 GENERAL This exhibit contains the necessary information required to establish unit rates for Asbestos Consulting Services outlined in Exhibit A - Scope of Services. The attached Asbestos Consulting Services Price Form shall be used to establish unit rates for the requested asbestos consulting services. All unit rates submitted shall denote NOT-TO-EXCEED amounts for the applicable asbestos consulting tasks and shall include all overhead, fee, salary burden, travel, equipment, laboratory, incidental administrative, and all other direct and indirect costs. 2.0 PRICING OF SERVICES Asbestos Consulting Services are divided into eight general categories: asbestos survey and report; operation and maintenance (O & M) plan; asbestos airborne fiber assessment; O & M plan implementation; preparation of abatement specifications; contract administration; asbestos abatement; and demolition supervision and final clearance report. The format for pricing these services is structured in order to determine a Maximum Level of Compensation for the project. The pricing format is based on unit amounts and shift rates, which shall determine the total compensation required to properly complete all activities pursuant to each program task outlined in the Exhibit A - Scope of Services. C-1 of C-5

6 Task 1 Asbestos Survey and Report Asbestos survey and reporting activities shall be priced on a per unit rate basis. The unit rate shall cover all activities necessary to distribute the final survey report, including, but not limited to, the inclusion of the Department s standard O & M Plan for unoccupied buildings. Unit rates shall also be provided for each type of designated facility. Task 2 Operation and Maintenance Plan An O & M Plan shall be prepared for each parcel that has been identified as ACM containing and is to be occupied for an extended period of time. The O & M Plan shall reflect that the facility is to be vacated and demolished in the near future. A unit rate shall be established on a per unit basis for the preparation and distribution of an O & M Plan. Separate unit rates shall be provided for the two types of O & M Plans, letter and full-scale, outlined in Sections and 10.0 of Exhibit A - Scope of Services. Task 3 Asbestos Airborne Fiber Assessment Air sampling, analysis, and reporting activities shall be priced on a daily shift rate and shall include the cost of all activities needed to adequately assess and report levels of airborne asbestos fiber for a designated parcel. The daily shift rate shall be based on an average 8-hour workday and shall follow the criteria for compensation outlined in Section 7.0 of Exhibit B - Method of Compensation. Authorization for an Asbestos Airborne Fiber Assessment will be provided on an as-needed basis. If the Consultant works more or less than the average eight-hour shift, the daily rate may be prorated in increments of one-quarter (¼) of a shift (or two hours). The number of daily shift rates required for each project will be determined prior to each work authorization. This will not be used in conjunction with Task 6, which includes fiber assessment. Task 4 O & M Plan Implementation O & M Plan Implementation, including re-inspection activities, shall be priced utilizing a daily shift rate, which shall be inclusive of all costs necessary to perform and report all O & M activities. While air monitoring services may be required as part of O & M Plan Implementation, the cost of air monitoring services shall be included in Task 3. The daily shift rate shall be based on an average 8-hour workday and shall follow the criteria for compensation outlined in Exhibit B - Method of Compensation. If the Consultant works more or less than the average eight-hour shift, the daily rate may be prorated in increments of one-quarter (¼) of a shift (or two hours). The number of daily rates required for each project will be determined prior to each work authorization. Task 5 Abatement Specifications A single unit cost shall be established for all activities required to produce a set of approved Abatement Specifications. The Abatement Specifications shall include parcel specific technical specifications for the removal of asbestos-containing material (ACM). C-2 of C-5

7 Task 6 Asbestos Abatement Supervision and Demolition Monitoring Asbestos Abatement Supervision and Demolition Monitoring shall be priced on a daily shift rate for each category, inclusive of all related activities. Each shift rate shall include all costs associated with conducting on-site asbestos abatement supervision or demolition monitoring, air sampling and analysis, final clearance inspection and certification, and other activities as outlined in Exhibit A - Scope of Services, for an eight-hour work day (a daily shift rate). It is anticipated that all abatement and/or demolition operations will be conducted during normal working hours, Monday through Friday, although in special circumstances, adjustment to these time frames may be necessary. No cost adjustments will be made for premium time, such as weekends, holidays and overtime. Each daily shift rate unit shall be based on one, eight-hour workday. If the Consultant works more or less than the average eight-hour shift, the daily rate may be prorated in increments of one-quarter (¼) of a shift (or two hours). The number of daily shift rates required for each project will be determined prior to each work authorization. Task 7 Abatement and Demolition Final Clearance Report Final clearance reports will be compensated on a unit rate basis per report. Reports will be prepared for each parcel upon completion of asbestos abatement clearance and/or demolition activities, as specified in each work authorization. Separate unit rates shall be established for each of the two types of final clearance reports. Cost of air monitoring required under Final Clearance Report is to be included in Task 3 (Asbestos Airborne Fiber Assessment). C-3 of C-5

8 FLORIDA DEPARTMENT OF TRANSPORTATION ASBESTOS CONSULTING SERVICES BID SHEET TASK 1 UNIT PRICE UNITS PRICE Asbestos Survey and Report (by following unit types): Residential Facility: X 25 = $ Commercial Facility: X 20 = $ (less than 10,000 square feet in size) Commercial Facility: X 10 = $ (greater than 10,000 square feet in size) Mobile Home: Building Cut Off: Inspection (no sampling): TASK 2 Operation and Maintenance Plan (by following unit types): Letter Plan: Full Scale Plan: TASK 3 Asbestos Airborne Fiber Assessment (unit is a shift rate): TASK 4 O&M Plan Implementation (unit is a shift rate): TASK 5 Abatement Specifications: TASK 6 Asbestos Abatement Supervision ( unit is a shift rate): Demolition Monitoring (unit is a shift rate): TASK 7 Final Clearance Report: Asbestos Abatement: Demolition Activities: X 25 = $ X 75 = $ X 200 = $ X 25 = $ X 50 = $ TOTAL ESTIMATED PRICE (IN DOLLARS): $ PRICE EVALUATION ONLY: The number of units specified may not match the actual number of parcels. The units shown on the price proposal are for price evaluation ONLY. The actual quantities for this agreement will be dependent on the number of tasks assigned. The unit cost per task shall apply for the full term of the agreement. C-4 of C-5

9 MFMP Transaction Fee: All payment(s) to the vendor resulting from this competitive solicitation WILL be subject to the 1% MFMP Transaction Fee in accordance with the attached Form PUR 1000 General Contract Condition #14. NOTE: In submitting a response, the bidder acknowledges they have read and agree to the solicitation terms and conditions and their submission is made in conformance with those terms and conditions. ACKNOWLEDGEMENT: I certify that I have read and agree to abide by all terms and conditions of this solicitation and that I am authorized to sign for the bidder. I certify that the response submitted is made in conformance with all requirements of the solicitation. Bidder: FEID#: Address: City,State,Zip: Phone: Fax: Authorized Signature: Date: Printed/Typed: Title: C-5 of C-5

FLORIDA DEPARTMENT OF TRANSPORTATION

FLORIDA DEPARTMENT OF TRANSPORTATION FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO. 2 DATE: March 16, 2016 RE: BID/RFP #: BID/RFP TITLE: ITB-DOT-15/16-4013JR Districtwide Right of Way Asbestos Abatement Services for the Florida Department

More information

State of Florida Department of Transportation EXHIBIT B METHOD OF COMPENSATION

State 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 information

ITB DOT 15/ GB State of Florida DOT FPI No M E M O R A N D U M ADDENDUM NO. 1

ITB 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 information

REQUEST FOR INFORMAL BID

REQUEST FOR INFORMAL BID REQUEST FOR INFORMAL BID The State of Florida Department of Transportation request written bids to provide Landscape Fertilization and Pest Control Maintenance 12/1/2013 TO 11/30/2016. Details of the services

More information

FLORIDA DEPARTMENT OF TRANSPORTATION

FLORIDA 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 information

EXHIBIT "B" METHOD OF COMPENSATION MAINTENANCE AND REPAIR OF FDOT VEHICLES AND EQUIPMENT AT THE BROWARD OPERATIONS CENTER

EXHIBIT 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 information

State of Florida Department of Transportation

State 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 information

Natural Disaster Pre-Event Contract for District 4, District-wide Emergency Transportation and Evacuation by Buses

Natural 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 information

ATTACHED FORMS. Drug-Free Workplace Program Certification (Form ) Anticipated DBE Participation Statement (Form )

ATTACHED FORMS. Drug-Free Workplace Program Certification (Form ) Anticipated DBE Participation Statement (Form ) ATTACHED FORMS Drug-Free Workplace Program Certification (Form 375-040-18) Anticipated DBE Participation Statement (Form 375-040-63) Bid Opportunity List (From 375-040-02) Scrutinized Companies Lists (proposals

More information

DATE: March 15, South Florida Aquatic Plant, Tree, and Shrub Revegetation

DATE: March 15, South Florida Aquatic Plant, Tree, and Shrub Revegetation DATE: March 15, 2017 Florida Fish and Wildlife Conservation Commission Commissioners Brian Yablonski Chairman Tallahassee Aliese P. Liesa Priddy Vice Chairman Immokalee Ronald M. Bergeron Fort Lauderdale

More information

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring Issue Date: Monday September 15, 2014 Bid

More information

SEALED BID REQUEST FOR ASBESTOS REMOVAL & PROPOSED FORM OF CONTRACT

SEALED 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 information

Ft. Lauderdale, FL July 14, 2017 Advertisement No. 1

Ft. 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 information

Attachment 1 Invitation to Bid for 2015 Tires ITB No: V

Attachment 1 Invitation to Bid for 2015 Tires ITB No: V Attachment 1 Invitation to Bid for 2015 Tires ITB No: 04-25172500-V Questions and Answers Questions from MSG81783: 1. 1.3.2 Some of the tires on your list we do not manufacture. Does this eliminate us

More information

State of Florida Department of Transportation District One Procurement Office 801 North Broadway Avenue Bartow, FL 33830

State of Florida Department of Transportation District One Procurement Office 801 North Broadway Avenue Bartow, FL 33830 State of Florida Department of Transportation District One Procurement Office 801 North Broadway Avenue Bartow, FL 33830 ITBSHELL.SERVICES 09/2016 INVITATION TO BID REGISTRATION ******************************************************************************

More information

ADDENDUM 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) #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 information

HANDOUT 1 CFO MEMO NO. 02 ( ) October 3, 2012 CHIEF FINANCIAL OFFICER MEMORANDUM NO. 02 ( )

HANDOUT 1 CFO MEMO NO. 02 ( ) October 3, 2012 CHIEF FINANCIAL OFFICER MEMORANDUM NO. 02 ( ) HANDOUT 1 CFO MEMO NO. 02 (2012-2013) October 3, 2012 CHIEF FINANCIAL OFFICER MEMORANDUM NO. 02 (2012-2013) SUBJECT: CONTRACT AND GRANT REVIEWS AND RELATED PAYMENT PROCESSING REQUIREMENTS This memorandum

More information

HVAC WATER TREATMENT SERVICES

HVAC WATER TREATMENT SERVICES State of Florida Department of Transportation INVITATION TO BID HVAC WATER TREATMENT SERVICES ITB-DOT-17/18-9076-GH CONTACT FOR QUESTIONS: Greg Hill, Procurement Agent greg.hill@dot.state.fl.us 605 Suwannee

More information

Invitation to Bid (ITB) Medical and Dental Supplies. No S ADDENDUM NO. 2. Questions and Answers & ITB Revisions

Invitation to Bid (ITB) Medical and Dental Supplies. No S ADDENDUM NO. 2. Questions and Answers & ITB Revisions Invitation to Bid (ITB) Medical and Dental Supplies 19-42000000-S ADDENDUM NO. 2 Questions and Answers & ITB Revisions Page 1 of 8 Contained herein are the answers to the questions submitted to the Department

More information

ATTACHED FORMS. Drug-Free Workplace Program Certification (Form ) Anticipated DBE Participation Statement (Form )

ATTACHED FORMS. Drug-Free Workplace Program Certification (Form ) Anticipated DBE Participation Statement (Form ) ATTACHED FORMS Drug-Free Workplace Program Certification (Form 375-040-18) Anticipated DBE Participation Statement (Form 375-040-63) Bid Opportunity List (From 375-040-02) In State Preference for Commodity

More information

EXHIBIT A SCOPE OF SERVICES. Florida Department of Transportation

EXHIBIT 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 information

State of Florida Department of Financial Services

State 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 information

REQUEST FOR BID PROPOSALS

REQUEST FOR BID PROPOSALS REQUEST FOR BID PROPOSALS FOR EASTERN OREGON TRADE AND EVENT CENTER PROJECT BID ISSUANCE #8 LANDSCAPING AND IRRIGATION Hermiston, Oregon February 12, 2016 Eastern Oregon Trade and Event Center BID ISSUANCE

More information

EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES

EXHIBIT B CRITERIA AND BILLING FOR EXTRA SERVICES EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES The following Extra Services to the Agreement shall be performed by Architect if needed and if authorized or requested by the District: A. Making revisions

More information

State of Florida Department of Transportation Procurement Office, MS North McKinley Drive Tampa, Florida

State of Florida Department of Transportation Procurement Office, MS North McKinley Drive Tampa, Florida State of Florida Department of Transportation Procurement Office, MS 7-700 11201 North McKinley Drive Tampa, Florida 33612-6456 INVITATION TO BID (ITB) REGISTRATION ******************************************************************************

More information

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES Introduction and Preface The Laredo Housing Facilities Corporation (LHFC), a subsidiary of the Laredo Housing Authority (LHA), will receive sealed proposals

More information

ADDENDUM NO. 1 ASPHALT PAVING REPAIR PROJECTS PROJECT NUMBER TU-1849

ADDENDUM NO. 1 ASPHALT PAVING REPAIR PROJECTS PROJECT NUMBER TU-1849 ADDENDUM NO. 1 ASPHALT PAVING REPAIR PROJECTS PROJECT NUMBER TU-1849 2/19/18 Ladies and Gentlemen: The purpose of this addendum is to clarify certain portions of the above-referenced project with all prospective

More information

State of Florida Department of Transportation

State of Florida Department of Transportation State of Florida Department of Transportation INVITATION TO BID FORT PIERCE TOWER REMOVAL ITB-DOT-17/18-9080-GH CONTACT FOR QUESTIONS: Greg Hill, Procurement Agent greg.hill@dot.state.fl.us 605 Suwannee

More information

Company: Telephone: Fax:

Company: Telephone:   Fax: HVAC Weatherization Program BRAZOS VALLEY COMMUNITY ACTION AGENCY, INC. PROGRAM 2013-2014 3141 Briarcrest Drive, Suite 510, Bryan Texas 77802 (979) 774-1831 Company: Telephone: E-Mail: Fax: ISSUE DATE:

More information

New Jersey Reconstruction, Rehabilitation, Elevation, and Mitigation (RREM) Program

New Jersey Reconstruction, Rehabilitation, Elevation, and Mitigation (RREM) Program HOMEOWNER INFORMATION HOMEOWNER NAME: RREM ID#: DATE: ENV. CLEARANCE DATE: DAMAGED PROPERTY INFORMATION ADDRESS: MUNICIPALITY: GRANT AWARD DATE: Purpose: This Certification of Construction Requirements

More information

ADDENDUM NO. 1 SCHOOL BOARD OF LEON COUNTY, FLORIDA

ADDENDUM 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 information

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

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

More information

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

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

More information

State of Florida Department of Transportation Central Procurement Office 605 Suwannee Street, Mail Station 20 Tallahassee, Florida

State of Florida Department of Transportation Central Procurement Office 605 Suwannee Street, Mail Station 20 Tallahassee, Florida State of Florida Department of Transportation Central Procurement Office 605 Suwannee Street, Mail Station 20 Tallahassee, Florida 32399-0450 REQUEST FOR PROPOSAL REGISTRATION ******************************************************************************

More information

EXHIBIT "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 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 information

State of Florida Department of Transportation

State 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 information

THE NON-TECHNICAL SPECIFICATION SECTIONS OF DIVISION ONE

THE 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 information

SAN DIEGO CONVENTION CENTER CORPORATION

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

More information

Title: RIGHT OF WAY ASBESTOS ABATEMENT FOR STATE ROAD 7

Title: RIGHT OF WAY ASBESTOS ABATEMENT FOR STATE ROAD 7 State of Florida Department of Transportation OFFICE OF PROCUREMENT 3400 WEST COMMERCIAL BLVD. FORT LAUDERDALE, FL 33309 INVITATION TO BID REGISTRATION ******************************************************************************

More information

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP)

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP) NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP) Prince William County Service Authority (the Service Authority ) is accepting competitive sealed bids from qualified Contractors

More information

MEMORANDUM OF UNDERSTANDING Standards Based Capital Outlay Project

MEMORANDUM OF UNDERSTANDING Standards Based Capital Outlay Project MEMORANDUM OF UNDERSTANDING 2008-2009 Standards Based Capital Outlay Project PROJECT NUMBER: P08-003 Phase II This Memorandum of Understanding (MOU) is made and entered into by the Public School Facilities

More information

NOTICE TO BID. Electrician/Helper Temporary Service, Florida State University

NOTICE TO BID. Electrician/Helper Temporary Service, Florida State University NOTICE TO BID THERE WILL BE A PUBLIC BID OPENING BID NUMBER: : Location: TITLE: FAC017-12 B.J. Lewis, Facilities Purchasing 969 Learning Way, 102A MMA, FSU Campus Tallahassee, Florida 32306 Electrician/Helper

More information

Request for Bid/Proposal

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

More information

Regulations 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. 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 information

SURPLUS BID ATTACHMENT

SURPLUS BID ATTACHMENT SACRAMENTO MUNICIPAL UTILITY SMUD INSTRUCTIONS TO BIDDERS SURPLUS BID ATTACHMENT 1. INSPECTION: This material should be carefully inspected before bidding and any questions regarding quantities or specifications

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL Cleveland County REQUEST FOR PROPOSAL DESCRIPTION: DORAN MILL ASBESTOS ABATEMENT AND DEMOLITION DATE OF ADVERTISEMENT: February 21, 2018 PRE-BID MEETING: March 8, 2018, 10:00am at the Doran Mill, 404 Polkville

More information

FLORIDA FISH AND WILDLIFE CONSERVATION COMMISSION REQUEST FOR PROPOSAL FWC 14/15-80 LAW ENFORCEMENT PHYSICAL ABILITIES ASSESSMENT

FLORIDA FISH AND WILDLIFE CONSERVATION COMMISSION REQUEST FOR PROPOSAL FWC 14/15-80 LAW ENFORCEMENT PHYSICAL ABILITIES ASSESSMENT FLORIDA FISH AND WILDLIFE CONSERVATION COMMISSION REQUEST FOR PROPOSAL FWC 14/15-80 LAW ENFORCEMENT PHYSICAL ABILITIES ASSESSMENT Ms. Gerri Faircloth, Procurement Manager 620 S. Meridian Street Tallahassee,

More information

SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSALS NO. 16/17-008AO FORESTRY CONSULTING SERVICES. Table of Contents

SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSALS NO. 16/17-008AO FORESTRY CONSULTING SERVICES. Table of Contents SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSALS NO. 16/17-008AO FORESTRY CONSULTING SERVICES Table of Contents Section Title Page 1 Introduction 2 2 Proposal Schedule 2 3 Instructions to

More information

City of New Rochelle New York

City of New Rochelle New York Department of Finance Tel (914) 654-2072 515 North Avenue Fax (914) 654-2344 New Rochelle, NY 10801 Writer's Tel (914) 654-2353 Howard Rattner Commissioner City of New Rochelle New York REQUEST FOR BID

More information

Alabama State Port Authority

Alabama State Port Authority To: Prospective Bidders Date: May 2017 Please procure the following and deliver to the address below: Delivery of Proposal Alabama State Port Authority Locations as Identified Below in NOTES#1 Delivery

More information

TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM

TOWN 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 information

BIDS WILL BE OPENED: NOVEMBER 15, 2:00 P.M. and may not be withdrawn within 90 days after such date and time.

BIDS WILL BE OPENED: NOVEMBER 15, 2:00 P.M. and may not be withdrawn within 90 days after such date and time. SALE OF PROPERTY INVITATION TO BID Bidder Acknowledgment Form ADAM H. PUTNAM COMMISSIONER BID SALE NO.: SOP/FFS-13/14-03 REBID Agency Mailing Date: October 11, 2013 Page 1 of 11 Pages SUBMIT BIDS TO: Reason

More information

FIXED CAPITAL OUTLAY

FIXED 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 information

State of Florida Department of Transportation

State of Florida Department of Transportation State of Florida Department of Transportation INVITATION TO BID FDOT APL Traffic Equipment Supplemental bid to ITB-DOT-15/16-9005-GH ITB-DOT-17/18-9044-GH CONTACT FOR QUESTIONS: Greg Hill, Procurement

More information

Payment to City per gross ton (2,240 lbs.) of scrap metal delivered by City forces to vendor s local area facility.

Payment to City per gross ton (2,240 lbs.) of scrap metal delivered by City forces to vendor s local area facility. Form Pur. 1 REQUEST FOR QUOTATION Bid No. 3355 Bid No. 3355 BIDS TO BE SUBMITTED TO: DEPARTMENT OF PURCHASES Issued: _5/8/2007 Date Submitted 27 WEST MAIN STREET, ROOM 401 NEW BRITAIN, CT 06051 Delivery:

More information

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

OKEECHOBEE 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 information

FLORIDA DEPARTMENT OF TRANSPORTATION

FLORIDA DEPARTMENT OF TRANSPORTATION FLORIDA DEPARTMENT OF TRANSPORTATION ITB-DOT-12/13-8013-IS COMPREHENSIVE JANITORIAL CLEANING SERVICES FOR WEST PALM BEACH CENTRAL REPAIR DEPOT (CRD) FACILITIES AND TELECOMMUNICATION MAINTENANCE OFFICES,

More information

ITB-PW-U Matanzas Woods Parkway Reclaimed Water Main Construction Phase 2

ITB-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 information

FLORIDA DEPARTMENT OF TRANSPORTATION

FLORIDA DEPARTMENT OF TRANSPORTATION FLORIDA DEPARTMENT OF TRANSPORTATION ITB-DOT-13/14-8004-RM ELECTRICAL, LIFE SAFETY SYSTEMS, AND LIGHTNING PROTECTION SYSTEMS MAINTENANCE, REPAIR, INSTALLATION, TESTING AND VERIFICATION FOR FLORIDA S TURNPIKE

More information

EXHIBIT A SCOPE OF SERVICES ITB-DOT-09/ EB EMERGENCY ROADSIDE ASSISTANCE PATROL SERVICES (EMA)

EXHIBIT 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 information

State of Florida Department of Transportation

State of Florida Department of Transportation State of Florida Department of Transportation INVITATION TO NEGOTIATE RAPID INCIDENT SCENE CLEARANCE (RISC) FOR DISTRICT FIVE ITN-DOT-16-17-5002-RISC PROCUREMENT OFFICE CONTACT: Ashley Henning Purchasing

More information

State of Florida Department of Financial Services. Request for Proposals (RFP) Number: RFP UP Auctioneer Services

State of Florida Department of Financial Services. Request for Proposals (RFP) Number: RFP UP Auctioneer Services State of Florida Department of Financial Services Request for Proposals (RFP) Number: 1718-14 RFP UP Procurement Officer: Wanda Norton Operations Review Specialist Department of Financial Services Office

More information

AMENDMENT 2 STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES STATE TERM CONTRACT NUMBER: FUEL CARD SERVICES

AMENDMENT 2 STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES STATE TERM CONTRACT NUMBER: FUEL CARD SERVICES AMENDMENT 2 STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES STATE TERM CONTRACT NUMBER: 973-163-10-1 FUEL CARD SERVICES This Amendment 2 of the above-referenced state term contract ( Contract ), effective

More information

District Five Intelligent Transportation System (ITS) Software Integration and Maintenance Services

District Five Intelligent Transportation System (ITS) Software Integration and Maintenance Services State of Florida Department of Transportation REQUEST FOR PROPOSAL District Five Intelligent Transportation System (ITS) Software Integration and Maintenance Services RFP-DOT-16-17-5002-ITS Tammy Hodgkins,

More information

Subject: Invitatioii for Bid No. 230 Emergency Response for Environmental Clean-up and Disposal of Hazardous and Noii-Hazardous Waste Addendum No.

Subject: 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 information

Addendum No. 3 Date: 6/8/2017

Addendum No. 3 Date: 6/8/2017 Addendum No. 3 Date: 6/8/2017 REQUEST FOR PROPOSAL NO. 17-016 Contract for SUBSCRIBER RADIOS (REGIONAL) Rick Konrad, Cooperative Purchasing Program Manager Email: rkonrad@mwcog.org Proposers shall submit

More information

INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS

INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS The Competitive Solicitation Acknowledgement Form must be completely filled in. This may be done on line then printed or you may

More information

Page 1 of 21. SOCCCD RFQ&P 24 ATEP Security Services Addendum No. One (1)

Page 1 of 21. SOCCCD RFQ&P 24 ATEP Security Services Addendum No. One (1) Page 1 of 21 Is there any prevailing wage, living wage ordinance, state or local mandated wage, contract specific wage, or collective bargaining agreement? Minimum pay would be the minimum California wage.

More information

SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSALS NO. 09/ LAM APPROVED REAL ESTATE BROKERS. Table of Contents

SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSALS NO. 09/ LAM APPROVED REAL ESTATE BROKERS. Table of Contents SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSALS NO. 09/10-035 LAM APPROVED REAL ESTATE BROKERS Table of Contents Section Description Page 1 Introduction 1 2 Proposed Schedule 2 3 Instruction

More information

The Liberia Annual Conference Monrovia, Liberia. REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT and GENERAL CONTRACTOR SERVICES FOR

The Liberia Annual Conference Monrovia, Liberia. REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT and GENERAL CONTRACTOR SERVICES FOR The Liberia Annual Conference Monrovia, Liberia REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT and GENERAL CONTRACTOR SERVICES FOR NEW RESIDENTIAL TWO-STORY CLASSROOM BUILDING AND VOCATIONAL SCHOOL

More information

TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES

TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES I. PROJECT DESCRIPTION Town of Pembroke Park, Florida ( Town ) is soliciting proposals from interested accounting

More information

HEATING AND COOLING SYSTEM MAINTENANCE

HEATING AND COOLING SYSTEM MAINTENANCE TOWN OF HOPKINTON HEATING AND COOLING SYSTEM MAINTENANCE Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833 BID INFORMATION, REQUIREMENTS AND SPECIFICATIONS Heating

More information

ADDENDUM #001. This Addendum includes the Department s answers to written questions received.

ADDENDUM #001. This Addendum includes the Department s answers to written questions received. ADDENDUM #001 Solicitation : Solicitation Title: Opening Date/Time: FDC ITB-18-020 Mattresses and Pillows August 22, 2017 at 2:00 p.m. (Eastern Time) Addendum : 001 Failure to file a protest within the

More information

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract.

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract. State of Oklahoma Capital Assets Management Construction and Properties Bid Affidavits In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public

More information

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

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

More information

CITY OF TITUSVILLE, FLORIDA

CITY OF TITUSVILLE, FLORIDA CITY OF TITUSVILLE, FLORIDA INVITATION FOR PRICE QUOTE #12-PQ-102 Replace Wemco Grit Pump Due Date: June 12, 2012 @ 4:00 PM BIDDER INFORMATION Company Name Address City/Zip/State Contact Person Phone Number

More information

TABLE OF CONTENTS CHAPTER 1 PROCUREMENT THRESHOLDS AND PROCEDURES...

TABLE 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 information

ADDENDUM 5 FOR CRUISE TERMINAL 10 CM AT RISK RENOVATION PROJECT for the CANAVERAL PORT AUTHORITY PUR-RFP February 17, 2016

ADDENDUM 5 FOR CRUISE TERMINAL 10 CM AT RISK RENOVATION PROJECT for the CANAVERAL PORT AUTHORITY PUR-RFP February 17, 2016 ADDENDUM 5 FOR CRUISE TERMINAL 10 CM AT RISK RENOVATION PROJECT for the CANAVERAL PORT AUTHORITY PUR-RFP-15-15 February 17, 2016 This addendum is issued as part of the Bidding Documents for the above described

More information

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019 Request for Proposal Internet Access Peach Public Libraries E-Rate Funding Year 2018 July 1, 2018 - June 30, 2019 FY2018 Form 471 Window The FCC Form 471 must be certified on or before March 22, 2018 at

More information

Human Services Building Roof Project (4 flat roofs)

Human Services Building Roof Project (4 flat roofs) Request for Proposal Human Services Building Roof Project (4 flat roofs) The Lincoln County Maintenance Department is seeking to contract with an individual or entity to reroof four (4) flat roofs located

More information

Consultant Agreement Between the University of West Florida Board of Trustees, A public body corporate ( University ) and ( Consultant )

Consultant Agreement Between the University of West Florida Board of Trustees, A public body corporate ( University ) and ( Consultant ) Consultant Agreement Between the University of West Florida Board of Trustees, A public body corporate ( University ) and ( Consultant ) This Agreement is made as of the latest date signed below, between

More information

ADDENDUM NO WEST LIGHTING PROJECT TU-1938-SBR

ADDENDUM NO WEST LIGHTING PROJECT TU-1938-SBR ADDENDUM NO. 1 10 WEST LIGHTING PROJECT TU-1938-SBR January 25, 2019 Ladies and Gentlemen: Procurement Towson University 8000 York Road Towson, MD 21252-0001 t. 410 704-2171 f. 410 704-8233 The purpose

More information

CITY OF CAPE CANAVERAL ASBESTOS NOTIFICATION STATEMENT

CITY 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 information

APPENDIX A TECHNICAL SPECIFICATIONS RFQ PLUMBING SERVICES

APPENDIX A TECHNICAL SPECIFICATIONS RFQ PLUMBING SERVICES SCOPE OF WORK This contract is executed between JEA and the Contractor to perform services including, but not limited to: labor, supervision, materials, tools and equipment, as necessary to perform plumbing

More information

CHAPTER Committee Substitute for Committee Substitute for Senate Bill No. 1672

CHAPTER Committee Substitute for Committee Substitute for Senate Bill No. 1672 CHAPTER 2014-104 Committee Substitute for Committee Substitute for Senate Bill No. 1672 An act relating to property insurance; amending s. 626.621, F.S.; providing additional grounds for refusing, suspending,

More information

State of Florida Department of Transportation District Six Procurement Office 1000 Northwest 111 Avenue, Room 6202-B Miami, Florida 33172

State of Florida Department of Transportation District Six Procurement Office 1000 Northwest 111 Avenue, Room 6202-B Miami, Florida 33172 State of Florida Department of Transportation District Six Procurement Office 1000 Northwest 111 Avenue, Room 6202-B Miami, Florida 33172 RFPSHELL. 09/2016 REQUEST FOR PROPOSAL REGISTRATION ******************************************************************************

More information

FLORIDA DEPARTMENT OF TRANSPORTATION

FLORIDA DEPARTMENT OF TRANSPORTATION FLORIDA DEPARTMENT OF TRANSPORTATION RFP-DOT-14/15-8003-RM ARMORED CAR AND DEPOSITORY BANKING SERVICES FOR TOLL PLAZAS LOCATED IN THE TAMPA REGION FPI No. 000101-1-8B-01, 000153-1-8B-01, 000106-1-8B-01,

More information

City of Corpus Christi Housing and Community Development

City 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 information

GOVERNING BOARD OF THE ST. JOHNS RIVER WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSALS

GOVERNING BOARD OF THE ST. JOHNS RIVER WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSALS GOVERNING BOARD OF THE ST. JOHNS RIVER WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSALS The Governing Board of the St. Johns River Water Management District ( District ) requests that interested parties

More information

Housing Development Corporation of Rock Hill. Request for Proposal HOME REPAIR 710 S. YORK AVE., ROCK HILL, SC 29730

Housing Development Corporation of Rock Hill. Request for Proposal HOME REPAIR 710 S. YORK AVE., ROCK HILL, SC 29730 HDC112 Housing Development Corporation of Rock Hill Request for Proposal HOME REPAIR 710 S. YORK AVE., ROCK HILL, SC 29730 MANDATORY PRE-BID MEETING: September 5, 2017, at 10:30 a.m. The Housing Development

More information

Attachment C New York State Energy Research and Development Authority ( NYSERDA ) AGREEMENT

Attachment 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 information

FLORIDA DEPARTMENT OF TRANSPORTATION

FLORIDA DEPARTMENT OF TRANSPORTATION FLORIDA DEPARTMENT OF TRANSPORTATION ITB-DOT-12/13-8011-IS INSPECTIONS, TESTING, PREVENTIVE MAINTENANCE, REPAIRS TO AND/OR INSTALLATION OF ALL PLUMBING SYSTEMS, LIFT STATIONS, SEPTIC SYSTEMS, FIRE HYDRANTS

More information

Rock Hill Fire Department RFP for HAZMAT Training Suits CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL HAZMAT SUITS

Rock Hill Fire Department RFP for HAZMAT Training Suits CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL HAZMAT SUITS PUR484 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL HAZMAT SUITS February 03, 2014 @ 10:00 AM The City of Rock Hill, South Carolina is seeking competitive bids from qualified firms to provide

More information

Document A Exhibit A

Document A Exhibit A Design-Build Amendment Document A141 2014 Exhibit A This Amendment is incorporated into the accompanying AIA Document A141 2014, Standard Form of Agreement Between Owner and Design-Builder dated the day

More information

Our mission is to procure supplies and services for our customers at the best value utilizing innovative supply-chain practices and technology.

Our mission is to procure supplies and services for our customers at the best value utilizing innovative supply-chain practices and technology. Supplier Guide Purpose Mission Statement How to Reach Us Sales Visits Office Hours Location Supplier Registration How the Procurement Process Works Purchasing Methods Quotations Bids Request for Proposals

More information

TOWN OF BERLIN VERMONT July 7, Request for Proposal Landscape Design and Installation

TOWN OF BERLIN VERMONT July 7, Request for Proposal Landscape Design and Installation TOWN OF BERLIN VERMONT July 7, 2015 Request for Proposal Landscape Design and Installation Table of Content PART 0- INSTRUCTIONS TO THE BIDDERS 2 INVITATION TO BID 2 THE DATE OF SOLICITATION: 2 THE PROJECT:

More information

State of Florida Department of Transportation Procurement Office 605 Suwannee Street, MS 20 Tallahassee, Florida

State of Florida Department of Transportation Procurement Office 605 Suwannee Street, MS 20 Tallahassee, Florida State of Florida Department of Transportation Procurement Office 605 Suwannee Street, MS 20 Tallahassee, Florida 32399-0450 ITBSHELL.SERVICES 11-2015 INVITATION TO BID REGISTRATION ******************************************************************************

More information

PARTICIPATION AGREEMENT Between UNIVERSITY OF CENTRAL FLORIDA and SCHOOL BOARD OF PALM BEACH COUNTY, FLORIDA

PARTICIPATION AGREEMENT Between UNIVERSITY OF CENTRAL FLORIDA and SCHOOL BOARD OF PALM BEACH COUNTY, FLORIDA PARTICIPATION AGREEMENT Between UNIVERSITY OF CENTRAL FLORIDA and SCHOOL BOARD OF PALM BEACH COUNTY, FLORIDA UCF REFERENCE #: 16267015 - PB This Participation Agreement ("Agreement") made and entered into

More information

State of Florida Department of Transportation District One Procurement Office 801 North Broadway Ave Bartow, FL 33830

State of Florida Department of Transportation District One Procurement Office 801 North Broadway Ave Bartow, FL 33830 State of Florida Department of Transportation District One Procurement Office 801 North Broadway Ave Bartow, FL 33830 ITBSHELL.SERVICES 0701/2016 INVITATION TO BID REGISTRATION ******************************************************************************

More information

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

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

More information