FLORIDA DEPARTMENT OF TRANSPORTATION. ADDENDUM NO. 1 DATE: May 7, 2010

Size: px
Start display at page:

Download "FLORIDA DEPARTMENT OF TRANSPORTATION. ADDENDUM NO. 1 DATE: May 7, 2010"

Transcription

1 FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO. 1 DATE: May 7, 2010 RE: Request for Proposal - RFP-DOT-09/ JM RFP TITLE: District-Wide Maintenance Rating Program (MRP), Sign, Guardrail & Attenuator Inspection Support Services and Roadway Characteristic Inventory (RCI) Evaluation PROPOSAL DUE DATE AND TIME: May 18, 2010, at 10:00 a.m. Notice is hereby given of the following changes to the above-referenced Request for Proposal: 1. Exhibit A Scope of Services, including Attachments I and II, are hereby replaced as attached. 2. Exhibit A Attachment III Guardrail Inspection Form is hereby included in the Request for Proposal package as attached. 3. Exhibit A Attachment IV Timeline Schedule for Performing MRP, Sign, Guardrail, Attenuator and RCI Quality Control Inspection and Evaluations is hereby included in the Request for Proposal package as attached. 4. Exhibit C Price Proposal Form is hereby replaced as attached. Bidders 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 opening. Failure to do so may subject the bidder to disqualification. Jennifer McManus Procurement Agent Bidder 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 A SCOPE OF SERVICES DISTRICT-WIDE MAINTENANCE RATING PROGRAM (MRP), SIGN, GUARDRAIL, AND ATTENUATOR INSPECTION SUPPORT SERVICES AND ROADWAY CHARACTERISTIC INVENTORY (RCI) EVALUATION FPN: I. OBJECTIVE The Vendor will perform duties associated with conducting Maintenance Rating Program (MRP) evaluations, and required inspections of guardrails, single and multipost signs, attenuators and Roadway Characteristics Inventory (RCI) evaluation. The Vendor will prepare evaluation/inspection reports utilizing Department prepared forms and submit them to the Department for review, remedial action and inputting into applicable computer database programs. These duties will be required District- Wide (Hernando, Hillsborough, Citrus, Pasco, Pinellas). The interstates are excluded with the exception of performing their MRP quality control. Citrus County Activities will not start until January 1, Inventory of signs utilizing Cartegraph Signview Software is included. This Scope involves the Quality Control of the MRP done by Asset Management Contracts in District Seven; therefore, vendors working under these contracts (prime or sub) may not work under this contract due to a conflict of interest. The awarded Vendor must cancel any such Asset Management work prior to the execution of this contract. II. SERVICES TO BE PROVIDED BY THE VENDOR The Vendor will furnish all labor, transportation, equipment, maintenance of traffic and incidentals required to perform any of the following tasks: A. MAINTENANCE RATING PROGRAM EVALUATIONS The Vendor will use the criteria established in the Department s Maintenance Rating Program (MRP) to evaluate the level of maintenance attained by the Department along sample sections of State Roadways. The requirements and criteria for the MRP are found in the Roadway and Roadside Maintenance Procedure (Topic Number ), the Maintenance Rating Program Procedure (Topic Number ) and the Maintenance Rating Program Handbook. The Vendor will perform the MRP rating three (3) times per year (1 st, 2 nd and Annual) for each Maintenance Unit (Pinellas, Tampa, and Brooksville). The A-1

3 Vendor will have eight (8) weeks to accomplish the evaluation upon receipt of the survey locations from the Department. The MRP rating will be performed using the criteria in the Maintenance Rating Program Handbook. The Vendor will certify the accuracy of each MRP rating to the Department. The Vendor will give all the coding sheets from the MRP survey to the Department, one week prior to end of survey period. The Vendor shall give the department an electronic copy in spreadsheet/table format acceptable to the Contract Manager in addition to the hard copy that will assist the Department in loading information into the Department s database. The Vendor is responsible for evaluating the level of maintenance that Local Governments attain on the Federal Aid Secondary System. This involves performing a MRP rating on one section of a local government maintained roadway within each of the five (5) counties located within District 7. The same evaluation criteria will apply to these roadways and completed coding sheets are to be submitted to the Department. Once a year the Department conducts a four (4) day workshop in which MRP teams from every district is present to be updated on current MRP issues and evaluated for consistency in their MRP rating gathering efforts. The Vendor s MRP Team shall be present at this workshop and participate in its activities. No additional compensation will be given to the Vendor for attendance at this training. The Vendor is to include any anticipated costs for this activity in their base bid for MRP services. B. MAINTENANCE RATING PROGRAM QUALITY CONTROL REVIEWS OF ASSET MANAGEMENT CONTRACTS The Vendor will use the criteria established in the Department s Maintenance Rating Program (MRP) to evaluate the Asset Management Vendors MRP Team s consistency. The Vendor will perform the MRP QC rating two (2) times per year for each Asset Management Vendor under current contract with District Seven. Ratings will be performed concurrent with Asset Management Vendor s MRP Team and a minimum of fifteen (15) samples shall be reviewed for consistency per report. C. ROADWAY CHARACTERISTIC INVENTORY QUALITY CONTROL REVIEWS The Vendor will use the criteria established in the RCI Features and Characteristics Handbook to evaluate Area Maintenance Units and Asset Management Vendor s consistency. The Vendor will perform RCI QC report two (2) times per year for each Maintenance Unit (Tampa, Pinellas, and Brooksville) and each Asset Management Vendor under current contract with District Seven. Each report will A-2

4 consist of three (3) one mile road sections with data collected for seven (7) features selected and using forms provided by the Department. D. GUARDRAIL INSPECTIONS The Vendor will use the criteria established in the Department s Guardrail Inspection and Maintenance Procedure (Topic Number ) to evaluate and inspect guardrail systems along State Roadway. Each system must be inspected every two years. A report, utilizing Department prepared forms shall be completed for each system inspected and shall be submitted to the Department for review and approval (See Exhibit A Attachment III Guardrail Inspection Form). The Vendor shall input data into the Guardrail Inspection Form including the Global Positioning System (GPS) reading for the guardrail location. The accuracy for the GPS shall be to the nearest meter. In addition inputting data into the Guardrail Inspection Form, the Vendor is required to provide an overall electronic spreadsheet/table acceptable to the Contract Manager at the end of inspection to include all fields from the form. The Vendor is required to immediately bring to the Department s attention any deficiencies discovered during the inspection. E. SINGLE AND MULTI-POST SIGN INSPECTIONS The Vendor will use the criteria established in the Department s Single and Multipost Sign Inspection Procedure (Topic Number ) to evaluate and inspect signs along State Roadways. The inspections do not include overhead signs and their structures. Vendor will be responsible for both the yearly retroreflectivity inspections and the once every two year critical component inspections. A report, utilizing Department prepared forms shall be completed for each sign inspected and shall be submitted to the Department for review and approval. The report shall contain a cover sheet that includes the coverage area of the report. The Vendor is required to immediately bring to the Department s attention, any deficiencies discovered during the individual sign inspections. See table 1 & 2 for inventory & summary required activities. Sign inspection and inventory shall be reported using Cartegraph Signview Software. 2009/2010 sign inspection reports will be available when this contract begins. The Vendor is responsible for equipment, licensing, trainings, and maintenance of Cartegraph Signview Software. Sign Data Collection The asset management system used by District Seven for sign data is Cartegraph Signview Software. The Vendor shall provide mobile data collection A-3

5 devices for collecting sign data that are compatible with the Cartegraph Mobile Data Collection Software. The Vendor will connect directly to the District s Cartegraph Mobile Server to download collected data to the District s database or other compatible data transfer methods may be an option. Connection may be made from a District Seven facility or remotely through a Virtual Private Network (VPN) connection. Obtaining a VPN connection is the responsibility of the Vendor. A Cartegraph license for mobile collection may be acquired by connection to a District server at the beginning of the day s collection and then relinquished at the end of the collection period when the data is downloaded to the District database. F. ATTENUATOR INSPECTIONS The Vendor will use the criteria established in the Department s Reporting Attenuator Inventory and Inspection Procedure (Topic Number ) to evaluate and inspect attenuators along State Highways. The Vendor will be responsible for performing both Type I and Type II inspections. A report utilizing Department prepared forms shall be completed for each unit inspected and shall be submitted to the Department for review and approval. At the discretion of the Department, an electronic spreadsheet/table acceptable to the Contract Manager for collecting data may be used in the future. The Vendor is required to immediately bring to the Department s attention, any deficiencies discovered during the individual attenuator inspections. G. DATA DISCREPENCIES The Department will furnish the Vendor with a listing of known signs, guardrails, and attenuators as indicated in our Roadway Characteristics Inventory (RCI). If when performing field reviews, the Vendor encounters items not listed, they are to bring them to the attention of the Department for inclusion into the RCI. H. MAINTENANCE OF TRAFFIC The Vendor will be required to furnish any Maintenance of Traffic (MOT) materials and set-ups needed to safely accomplish the assigned tasks. All MOT s are to be established utilizing applicable Department Standards and Specifications and utilizing properly trained and certified Vendor personnel. The Vendor is to include any MOT costs in the base bid for the work activity item listed in Exhibit C in which MOT is anticipated to be needed. The procedures, forms, and other reference material specified in the previous paragraphs are available for download at the Department s web page, or for purchase from the Department s Maps and Publications Sales Office, 605 Suwannee St., M.S. 12, Tallahassee, FL , telephone (850) , fax (850) During the life of the contract, the Vendor will be required to comply with any subsequent changes made to any A-4

6 Department Procedures that impact the completion of the contract terms. III. DEPARTMENT RESPONSIBILITIES The Department shall appoint a Contract Manager to administer the terms of this agreement. The Contract Manager will be Hamid Kashani, District Maintenance Program and Planning Engineer, Florida Department of Transportation, MS , N. McKinley Drive, Tampa, FL 33612, telephone (813) , fax (813) , Hamid.Kashani@dot.state.fl.us. The Department reserves the right to change the Contract Manager at any time. The Department will furnish the following data to the Vendor for the performance of their services: Provide proposed MRP sample prior to the commencement of the rating period. Provide a listing of all signs, guardrail systems, and attenuators within the District as currently established in the Department s Roadway Characteristics Inventory (RCI). Provide copies of standardized reporting forms to use in conjunction with the various required inspections. At a minimum frequency of once a year, the District will perform a Quality Control (QC) and the State MRP Engineer will perform a quality assessment review of the Vendor s compliance with the Department s MRP standards. MRP Standards The Vendor will be given notice of the QC and the Department will inform the Vendor of its outcome. The Vendor will have one month to correct any noted deficiencies. Failure to do so will cause the Department to invoke the default clauses of the contract. The Department will also perform periodic field reviews of the Vendor s inspection operations to ensure compliance with procedure requirements. Once the MRP rating results and inspections reports have been received and approved by the Department, the Department will enter the information into the appropriate databases. The Vendor will have limited access to the Department s GIS computer program. The Vendor will not have access to any other Department computer programs. At the beginning of the contract the Department will provide as-needed training to the Vendor s employees who will be performing the inspections to familiarize them A-5

7 with Department requirements for each type of inspection. After the initial training, it will be the Vendor s responsibility to perform any needed training for their personnel. IV. WORKLOAD The Vendor should be aware that during the life of this contract the number of signs, guardrails, or attenuators may be added or deleted from the tasks based on initiation or completion of construction projects, traffic service requests, discrepancies in the RCI, or at the Department s discretion. Exhibit C of this agreement lists estimated quantities that existed at the time that this scope was developed. V. BEGINNING AND LENGTH OF SERVICES A. The performance period of this Agreement shall commence on July 1, 2010, and be effective through June 30, Services will begin and be performed as directed by Letters of Authorization issued in accordance with Exhibit B Method of Compensation of this Agreement. B. This Agreement may be renewed for a period that may not exceed three (3) years or the term of the original contract; whichever period is longer. Renewals shall be contingent upon satisfactory performance evaluations by the Department and subject to the availability of funds. Any renewal or extension shall be in writing and shall be subject to the same terms and conditions set forth in this agreement. VI. TERMINATION ACTION Reference is made to Paragraph 6 of the Standard Contractual Service Agreement. Any necessary default action will be processed in accordance with Department of Management Services Rule 60A-1.006(3). A-6

8 EXHIBIT A - ATTACHMENT I ESTIMATED QUANTITY CALCULATION BACKGROUND DISTRICT-WIDE MAINTENANCE RATING PROGRAM (MRP), SIGN, GUARDRAIL, AND ATTENUATOR INSPECTION SUPPORT SERVICES AND ROADWAY CHARACTERISTIC INVENTORY (RCI) EVALUATION FPN: District wide MRP Workload Each field Maintenance Unit (3) will have a maximum of thirty (30) inspection per each type of roadway; limited access urban, limited access rural, arterial urban, arterial rural. The Brooksville Maintenance unit currently is not responsible for maintaining any limited access roadways. Therefore, the current maximum number of inspection that will be performed per district-wide MRP survey is six hundred (600 per year). Sign, Guardrail, Attenuator Quantities The following table of quantities was obtained from the Department s Roadway Characteristics Inventory (RCI). These quantities should be used as estimates (as per Exhibit A, the actual quantities could change due to field conditions). TABLE 1 SIGN / GUARDRAIL INVENTORY INFORMATION FOR MRP (2 year quantities for 5 counties) Signs Guardrail # of Panels LT 30 SQFT # of Locations LT30 SQFT # of Panels GT 30 SQFT # of Locations GT 30 SQFT Double face Guardrail (mile) Standard Guardrail (mile) D7 Totals 59,416 20,641 5, A-7

9 TABLE 2 SUMMARY OF REQUIRED ACTIVITIES Activities Coverage Area Perform # of inspection Functional Classification No. of Inspection Points Tampa Pinellas Brooksville Total MRP MRP QC RCI QC Guardrail Inspection Sign Inspection Attenuator Inspection Sign Inventory D/W exclude Asset MGT Contracts Local Government (5 Counties) For Asset MGT Contracts D/W Including Asset MGT Contracts D/W exclude Asset MGT Contracts D/W exclude Asset MGT Contracts D/W exclude Asset MGT Contracts D/W all signs from A to Z 3 times/year for each yard 5(1/10)=0.5 Mile Section/County Per Year 2 times/year for each Asset Mgmt. Vendor 2 times/year for each yard and Asset Mgmt. Vendor once every 2 years for each yard (Complete by Dec 31 on odd years) once every 2 years for each yard (Complete by Dec 31 on odd years) 2 times/year for each yard (Type I in Apr., Type II in Oct.of each year) once every 2 years limited access urban limited access rural arterial urban arterial rural Federal Aid Secondary System Various Various Various Various Various Various miles for each asset management & each yard see table 1 for quantity see table 1 for quantity ½ Mile miles 80 miles see table 1 for quantity Entire District 100 see table 1 for quantity Entire inventory A-8

10 EXHIBIT A - ATTACHMENT II DISTRICT WIDE SIGN INVENTORY AND INSPECTION DISTRICT-WIDE MAINTENANCE RATING PROGRAM (MRP), SIGN, GUARDRAIL, AND ATTENUATOR INSPECTION SUPPORT SERVICES AND ROADWAY CHARACTERISTIC INVENTORY (RCI) EVALUATION FPN: This section is for optional services that may be elected for use by the Department. Use of this method will be based on available budget. If the budget allows, items shown in the price sheet under optional services may replace corresponding items shown. Optional Services is not guaranteed to be requested of the Vendor. The Vendor shall use the Cartegraph Signview database program to collect the required inventory data of all signs in the entire District Seven. This includes any signs that are located on any State Roads in District Seven. Utilizing Cartegraph Signview Software, prepare inspection reports for those signs which are included in the original contract only. The following signs are excluded: Interstate state roads, toll roads, bridge mounted signs, overhead signs, cantilever signs. Signs covered by the Department s Asset Management Contracts which include I-4, I-75, I-175, I-275 and I-375. The sign inspection requirement will be the same as the original contract with the exceptions of using Signview program for the method of reporting. Attached are examples of what the Cartegraph Signview Software will look like. However, sign inventory data collection will be inclusive of roadway signs, overhead, over lane, cantilever, post mounted, cable-mounted signs supported by strain poles, bridge mounted and all other signs in District Seven. The following outline explains other requirements: 1. A 17-digit sequential numbering system must be generated by Cartegraph Signview for each sign panel and each support. Example: Input form will include GPS reading for each sign location. The accuracy for GPS shall be to the nearest meter. A-9

11 3. Each sign assembly will require three digital pictures (Front, back and at the base). All digital pictures will need to be at 5 mega-pixel resolution. The Vendor is required to use a circular polarizing filter to reduce or eliminate sun glare. 4. Utilize drop screens such as MUTCD and others to code and fill in the data where applicable. 5. The data collection can be accomplished at the same time of inspection. The following two (2) year cycle will include sign inspection and inventory data update. Full sign inspections (non-interstate highways) will remain to be on a two (2) year cycle. 6. The Cartegraph Software licensing, annual Cartegraph maintenance fees, Cartegraph training, GPS and other computer equipment for all sign data collection and inspection shall be the responsibility of the Vendor. 7. The List of equipment to be used in the contract must be reviewed and approved by the FDOT Contract Manager. 8. Signs located within construction zones must be inspected or inventoried before or after completion of projects. The Vendor should be aware of items in Location identification screen forms which may increase by up to 10% before the contract begins. A-10

12 Examples Of Cartegraph Signview Software Example 1 A-11

13 Example 2 A-12

14 Example 3 A-13

15 Example 4 A-14

16 Example 5 A-15

17 SIGN INVENTORY REPORT GUIDELINES 1. Record county section, state road and speed limit. 2. Obtain straight line diagram for inventory section. 3. Start DMI from 0 mile post or nearest last mile post. 4. Proceed to first sign, stop in a safe area. Record location Latitude and Longitude from GPS (need to be right next to the sign). 5. Take three (3) Pictures: Showing from bottom to top of the sign(s) including the road way (refer example 1). Front panel of the sign(s) only (refer to example 2). Back panel of the sign(s) only (refer to example 3). 6. Record the following: Support type, support size, # of supports and support breakaway (Y/N). Measure distance from offset travel lane of road to sign panel edge (refer to example 4). Record sign face direction (i.e., If you are headed north and the sign is facing you, the sign face direction will be south). Measure mounting height (refer to example 5). Level roadway height to the bottom of the sign. Roadside (right or left) based on S.L.D. The number of panels. Measure sign(s) panels length and depth and record. The legend color and back ground color. 7. If multiple signs, use the bottom of the report in order to input the rest of the information required. Format sample: FDOT may modify the design of both sign inventory and sign inspection reports with certain drop down screens with a relational capability and make them available to the Vendor at the time of award. A-16

18 EXHIBIT "A" - ATTACHMENT "III" GUARDRAIL INSPECTION FORM DISTRICT- WIDE MAINTENANCE RATING PROGRAM (MRP), SIGN, GUARDRAIL, AND ATTENUATOR INSPECTION SUPPORT SERVICES AND ROADWAY CHARACTERISTIC INVENTORY (RCI) EVALUATION FPN: Inspection Date Inspector Company Hatched cells are drop down menus Roadway ID (Section) State Road US Route Beg. Mile Post End Mile Post Length 0 Roadway Side Road Lane Code Latitude NXX.XXXXX Longitude W -82.XXXXX Guardrail Information Panel Type End Type Post Type Compliance Indicators Bolt Condition Post Alignment Panel Height Lap direction Condition Codes End Section Asphalt Bearing Plate Cable Offset Blocks Post Condition Reflectors Amber Sheeting Comments and notes A-17

19 Field choices Roadway Side Road Lane Code Latitude NXX.XXXXX Longitude W -82.XXXXX right center left one-way divided undivided see comment Guardrail Information Panel Type End Type Post Type W beam Et 2000 wood thri beam buffered end steel rounded end concrete tapered end Melt Let CRT(buffered end) Fleat-350 SRT-350 Compliance Indicators Bolt Condition Post Alignment Panel Height Lap direction satisfactory satisfactory within tolerance satisfactory loose unsatisfactory high unsatisfactory missing see comment low see comment incorrect # of washers see comment Condition Codes End Section Asphalt Bearing Plate Cable satisfactory satisfactory satisfactory satisfactory damaged unsatisfactory loose loose see comment see comment damaged damaged no reflective sheeting see comment see comment Offset Blocks Post Condition Reflectors Amber Sheeting satisfactory satisfactory satisfactory satisfactory misaligned weathered/rotten missing, see com. missing twisted split incorrect spacing faded weathered/rotten damaged more than 1 type damaged split see comment damaged see comments nail missing wrong color see comment

20 EXHIBIT "A" - ATTACHMENT "IV" TIMELINE SCHEDULE FOR PERFORMING MRP, SIGN, GUARDRAIL, ATTENUATOR & RCI QUALITY CONTROL INSPECTION AND EVALUATIONS DISTRICT- WIDE MAINTENANCE RATING PROGRAM (MRP), SIGN, GUARDRAIL, AND ATTENUATOR INSPECTION SUPPORT SERVICES AND ROADWAY CHARACTERISTIC INVENTORY (RCI) EVALUATION FPN: Existing Contract Proposed 2 Year Duration in One Cycle Tasks Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec 2013 Sign Inspection & Inventory Reflectivity D/W Sign Inspection & Inventory (see Table 1) D/W Reflectivity Inspection (see Table 1) D/W Sign Inspection & Inventory (see Table 1) D/W Reflectivity Inspection (see Table 1) D/W Reflectivity Inspection (see Table 1) D/W Reflectivity Inspection (see Table 1) Attenuator Atten uator Type I Atten uator Type II Atten uator Type I Atten uator Type II Atten uator Type I Attenu ator Type II Atten uator Type I Attenu ator Type II Guardrail Guardrail Inspection (80 miles) Guardrail Inspection (80 miles) M R P Non Asset Mgt. MRP Points Local Gov. MRP Points Asset Manage. MRP QC RCI Q.C. 100 PT. MRP MRP QC pts.on Asset MGT's (3 X 15 = 45 pts.) RCI Q.C. Existing Contract 200 point MRP on non-interstate roads 200 point MRP on non-interstate roads 5 pt. Fed. MRP RCI Q.C. MRP QC pts.on Asset MGT's (3 X 15 = 45 pts.) 200 point MRP on non-interstate roads RCI Q.C. 200 point MRP on non-interstate roads MRP QC pts.on Asset MGT's (3 X 15 = 45 pts.) MRP Citrus Co. Asset Manage.(60 pts.) MRP Citrus Co. Asset Manage.(60 pts.) 200 point MRP on non-interstate roads 5 pt. Fed. MRP MRP QC pts.on Asset MGT's (3 X 15 = 45 pts.) RCI Q.C. MRP Citrus Co. Asset Manage.(60 pts.) 200 point MRP on non-interstate roads Proposed 2 Year Duration in One Cycle RCI Q.C. 200 point MRP on non-interstate roads MRP QC pts.on Asset MGT's (3 X 15 = 45 pts.) MRP Citrus Co. Asset Manage.(60 pts.) 200 point MRP on noninterstate roads 5 pt. Fed. MRP MRP Citrus Co. Asset Manage.(60 pts.) 45 MRP QC pts.on Asset MGT's (3 X 15 = 45 pts.) RCI Q.C. MRP Citrus Co. Asset Manage.(60 pts.) 200 point MRP on non-interstate roads 45 MRP QC pts.on Asset MGT's (3 X 15 = 45 pts.) MRP Citrus Co. Asset Manage.(60 pts.) RCI Q.C. 200 point MRP on 200 point MRP on noninterstate non-interstate roads roads 5 pt. Fed. MRP MRP Citrus Co. Asset Manage.(60 pts.) RCI Q.C. 100 PT. MRP 45 MRP QC pts.on Asset MGT's (3 X 15 = 45 pts.) MRP Citrus Co. Asset Manage.(60 pts.) **The above quantities are estimates only and have no bearing on the actual quantities that may be utilized under this contract. A-19

21 Item No. EXHIBIT C PRICE PROPOSAL FORM (2 Year Estimated Quantities) DISTRICT- WIDE MAINTENANCE RATING PROGRAM (MRP), SIGN, GUARDRAIL, AND ATTENUATOR INSPECTION SUPPORT SERVICES AND ROADWAY CHARACTERISTIC INVENTORY (RCI) EVALUATION FPN: Services Unit (A) Estimated Quantity (B) Unit Rate 001 D/W MRP Survey (1 report=200 Report 6 $ $ pts.) 002 Federal Aid Secondary MRP Report 2 $ $ Survey (1 report=5 pts.) 003 Guardrail Inspection Mile 80 $ $ 004 MRP Citrus County Asset Management Contract (1 report=60 pts.) Report 6 $ $ 005 Attenuator Inspection Type I Each 200 $ $ Attenuator 006 Attenuator Inspection Type II Each 200 $ $ Attenuator 007 MRP Evaluation for Asset Management Contracts (1 report=15 pts.) Report 12 $ $ 008 RCI Evaluations for all areas Mile 12 $ $ 009 Sign Inspection, Critical Component, Sign Size less than 30 SQFT., using Cartegraph Signview Software Location 20,641 $ $ 010 Sign Inspection, Critical Component, Sign Size greater than 30 SQFT., using Cartegraph Signview Software 011 Sign Inspection Reflectivity; Sign Size less than 30 SQFT., using Cartegraph Signview Software 012 Sign Inspection Reflectivity; Sign Size greater 30 SQFT., using Cartegraph Signview Software 013 D/W Sign Inventory less than 30 SQFT. using Cartegraph Location 925 $ $ Panel 59,416 $ $ Panel 5,750 $ $ Panel 29,708 $ $ (AxB) Total C-1

22 Signview Software 014 D/W Sign Inventory greater than 30 SQFT. using Cartegraph Signview Software Location 925 $ $ Grand Total: $ The unit rates shall contain all costs to include travel, labor, materials, equipment, maintenance of traffic, overhead, general and administrative, incidental expenses, operating margin and subcontractor costs, if any. A Unit Rate must be submitted for each Item Number unless otherwise specified. Submission of a No Bid for any item number will result in the proposal being declared Non-Responsive and will not be considered for award (Reference Section 19.1 of the Request for Proposal). The estimated quantities are for determining the low proposal and have no bearing on the actual quantities that may be utilized under this contract (Reference Exhibit B, Section II). The Department may consider yearly fuel cost adjustments not to exceed five (5) percent due to abnormal increases in fuel cost. The Department price adjustments due to fuel cost increases shall utilize the Federal Government s Official US Endegy Information Administration website On the webpage Gasoline and Diesel Fuel Update for the Lower Atlantic states in the categories of Regular Gasoline Conventional Area ( The purpose of this adjustment is to prevent loss to the vendor and shall not be used as a means to increase profit levels. It is the vendor s responsibility to provide evidence that in increase is justified. NOTE: In submitting a response, the proposer 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 proposer. I certify that the response submitted is made in conformance with all requirements of the solicitation. Proposer: FEID # Address: City, State, Zip Authorized Signature: Date: Printed / Typed: Title: Vendor FEID Number: C-2

FLORIDA DEPARTMENT OF TRANSPORTATION

FLORIDA DEPARTMENT OF TRANSPORTATION FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO. 1 DATE: 4/16/2015 RE: BID #: ITB-DOT-14/15-7013LV BID/RFP TITLE: District Seven Storm Drain Video Inspection Services OPENING DATE: April 27, 2015 @ 12:00

More information

EXHIBIT A SCOPE OF SERVICES MAINTENANCE PERSONNEL SUPPORT

EXHIBIT A SCOPE OF SERVICES MAINTENANCE PERSONNEL SUPPORT EXHIBIT A SCOPE OF SERVICES I. PURPOSE: MAINTENANCE PERSONNEL SUPPORT The Department is requesting Personnel Support Services to augment the Department s Maintenance personnel in the administration of

More information

FLORIDA DEPARTMENT OF TRANSPORTATION

FLORIDA DEPARTMENT OF TRANSPORTATION FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO. 2 DATE: 2/15/10 RE: BID/RFP #: ITN-DOT-09/10-9017-LG BID/RFP TITLE: SunGuide Software Support, Maintenance, and Development OPENING DATE: 2/23/2010 Notice

More information

EXHIBIT "A" SCOPE OF SERVICES FOR DISTRICT 7 AREAWIDE LIGHTING DATABASE & ASSESSMENT CONTINUING SERVICES FINANCIAL PROJECT NO.

EXHIBIT A SCOPE OF SERVICES FOR DISTRICT 7 AREAWIDE LIGHTING DATABASE & ASSESSMENT CONTINUING SERVICES FINANCIAL PROJECT NO. EXHIBIT "A" SCOPE OF SERVICES FOR DISTRICT 7 AREAWIDE LIGHTING DATABASE & ASSESSMENT CONTINUING SERVICES FINANCIAL PROJECT NO. 443787 1 72 01 Revised: 07/05/18 06/29/18 TABLE OF CONTENTS PAGE NO. I. PURPOSE...

More information

FLORIDA DEPARTMENT OF TRANSPORTATION

FLORIDA DEPARTMENT OF TRANSPORTATION FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO. 2 DATE: December 28, 2011 RE: RFP NUMBER: RFP TITLE: ITS Equipment Replacement in Broward County OPENING OF TECHNICAL PROPOSAL DATE: January 5, 2012 Notice

More information

FLORIDA DEPARTMENT OF TRANSPORTATION

FLORIDA DEPARTMENT OF TRANSPORTATION FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO. 2 DATE: 5/30/2018 RE: BID/RFP #: ITB-DOT-18/19-1263DR-RB2 BID/RFP TITLE: Generator Owner Protection Plan & Maintenance Services for the SWIFT Sun Guide

More information

FLORIDA DEPARTMENT OF TRANSPORTATION

FLORIDA DEPARTMENT OF TRANSPORTATION FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO. 1 DATE: May 16, 2017 RE: BID/RFP #: BID/RFP TITLE: Intelligent Transportation Systems (ITS) Field Device Replacement in Broward County OPENING DATE: May

More information

FLORIDA DEPARTMENT OF TRANSPORTATION

FLORIDA DEPARTMENT OF TRANSPORTATION FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO. 4 DATE: March 30, 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

EXHIBIT A SCOPE OF SERVICES FOR. FINANCIAL PROJECT ID(S). Various Projects DISTRICT 2 VARIOUS COUNTIES

EXHIBIT A SCOPE OF SERVICES FOR. FINANCIAL PROJECT ID(S). Various Projects DISTRICT 2 VARIOUS COUNTIES EXHIBIT A SCOPE OF SERVICES FOR FINANCIAL PROJECT ID(S). Various Projects DISTRICT 2 VARIOUS COUNTIES 1 PURPOSE... 3 2 PROJECT DESCRIPTION... 5 3 PROJECT COMMON AND PROJECT GENERAL TASKS... 6 4 ROADWAY

More information

EXHIBIT A SCOPE OF SERVICES FOR DISTRICTWIDE CONSULTING ENGINEERNG SERVICES STRUCTURES DESIGN

EXHIBIT A SCOPE OF SERVICES FOR DISTRICTWIDE CONSULTING ENGINEERNG SERVICES STRUCTURES DESIGN EXHIBIT A SCOPE OF SERVICES FOR DISTRICTWIDE CONSULTING ENGINEERNG SERVICES STRUCTURES DESIGN Financial Project ID: 417069-1-32-04 Work Program Item No.: N/A Federal Aid Project ID: County/Section No.:

More information

FLORIDA DEPARTMENT OF TRANSPORTATION

FLORIDA DEPARTMENT OF TRANSPORTATION FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO. 1 DATE: June 20, 2016 RE: BID/RFP #: BID/RFP TITLE: ITB-DOT-15/16-4016JR District-Wide Board-Up, Locksmith, and Fencing Services OPENING DATE: June 28,

More information

FLORIDA DEPARTMENT OF TRANSPORTATION

FLORIDA DEPARTMENT OF TRANSPORTATION FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO. 1 DATE: 2/2/2016 RE: ITB-DOT-15/16-9030-GH RFP TITLE: FDOT Chiller Plant: Painting and Re-Roofing Subject: Bid Due Date, Scope and Bid Sheet Revisions

More information

ADDENDUM NO. 1 DATE: August 7, BID TITLE: Calibrations, Maintenance, Repair, Leak Tests, and Trade0In of Nuclear Gauges- Statewide

ADDENDUM NO. 1 DATE: August 7, BID TITLE: Calibrations, Maintenance, Repair, Leak Tests, and Trade0In of Nuclear Gauges- Statewide FLORIDA DEPARTMENT OF TRANSPORTATION Procurement Office 605 Suwannee Street, MS 20 Tallahassee, Florida 32399-0450 Phone: (850) 414-4568 Fax: (850) 414-4951 ADDENDUM NO. 1 DATE: August 7, 2014 BID#: ITB-DOT-13/14-9051-JP

More information

ADDENDUM NO: 2 DATE: February 14, 2014

ADDENDUM NO: 2 DATE: February 14, 2014 FLORIDA DEPARTMENT OF TRANSPORTATION Procurement Office 605 Suwannee Street, MS 20 Tallahassee, Florida 32399-0450 Phone: (850) 414-4381 - Fax: (850) 414-4951 ADDENDUM NO: 2 DATE: February 14, 2014 RE:

More information

TRANSPORTATION SYSTEM JURISDICTION AND NUMBERING

TRANSPORTATION SYSTEM JURISDICTION AND NUMBERING Approved: Effective: October 19, 2016 Review: September 1, 2016 Office: Transportation Statistics Topic Number: 525-020-010-h Department of Transportation TRANSPORTATION SYSTEM JURISDICTION AND NUMBERING

More information

FLORIDA DEPARTMENT OF TRANSPORTATION

FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO. 1 RFP-DOT-15/16-4006PM FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO. 1 DATE: December 2, 2015 RE: RFP Number: RFP-DOT-15/16-4006PM Description: Districtwide Storm Sewer Inspection QUESTION:

More information

ADDENDUM NO. 1 DATE: August 7, 2017

ADDENDUM NO. 1 DATE: August 7, 2017 FLORIDA DEPARTMENT OF TRANSPORTATION Procurement Office 605 Suwannee Street, MS 20 Tallahassee, Florida 32399-0450 Phone: (850) 414-4381 ADDENDUM NO. 1 DATE: August 7, 2017 RE: BID No.: BID/RFP TITLE:

More information

Request for Proposals (RFP) Information Technology Independent Verification and Validation RFP No IVV-B ADDENDUM NO.

Request for Proposals (RFP) Information Technology Independent Verification and Validation RFP No IVV-B ADDENDUM NO. Request for Proposals (RFP) Information Technology Independent Verification and Validation ADDENDUM NO. 2 Questions and Answers RFP Amendments September 2015 Contained herein are the responses to the questions

More information

CORVALLIS SCHOOL DISTRICT

CORVALLIS SCHOOL DISTRICT RFP 003-2018 Testing & Inspection Services CORVALLIS SCHOOL DISTRICT Request for Proposals RFP 003-2018 Testing & Inspecting Services For 2018-2021 Bond Projects Issued: October 09, 2018 Due: By 4:00 PM,

More information

FLORIDA DEPARTMENT OF TRANSPORTATION

FLORIDA DEPARTMENT OF TRANSPORTATION FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO. 2 DATE: August 15, 2016 RE: BID/RFP #: BID/RFP TITLE: ITB-DOT-16/17-4001JR District-Wide Board-Up, Locksmith, and Fencing Services REVISED OPENING DATE:

More information

FLORIDA DEPARTMENT OF TRANSPORTATION

FLORIDA DEPARTMENT OF TRANSPORTATION FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO. 1 DATE: February 18, 2013 RE: Description: CHANGE: RFP Number: ITB-DOT-12/13-4014TB Districtwide Mowing, Debris Removal and Tree Services. 1. Revised Exhibit

More information

Exhibit 5 Page 1 of 12 TRANSIT VEHICLE INVENTORY MANAGEMENT PROCEDURES

Exhibit 5 Page 1 of 12 TRANSIT VEHICLE INVENTORY MANAGEMENT PROCEDURES Page 1 of 12 TRANSIT VEHICLE INVENTORY MANAGEMENT PROCEDURES 725-030-025 114 Page 2 of 12 115 Page 3 of 12 Approved: Department of Transportation Secretary PURPOSE:

More information

VIRGINIA DEPARTMENT OF TRANSPORTATION MATERIALS DIVISION MEMORANDUM. Charles A. Babish, PE State Materials Engineer Approved:

VIRGINIA DEPARTMENT OF TRANSPORTATION MATERIALS DIVISION MEMORANDUM. Charles A. Babish, PE State Materials Engineer Approved: VIRGINIA DEPARTMENT OF TRANSPORTATION MATERIALS DIVISION MEMORANDUM GENERAL SUBJECT: Revisions to Chapter VII of Manual of Instructions Materials Acceptance and Materials Notebook Program NUMBER: MD 407-17

More information

FLORIDA DEPARTMENT OF TRANSPORTATION

FLORIDA DEPARTMENT OF TRANSPORTATION FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO. 1 DATE: May 3, 2016 RE: RFP #: RFP-DOT-15/16-7009RM RFP TITLE: District-Wide Contamination Assessment, Remediation and Environmental Support Services OPENING

More information

Florida Department of Transportation 605 Suwannee Street Tallahassee, FL

Florida Department of Transportation 605 Suwannee Street Tallahassee, FL RICK SCOTT GOVERNOR Florida Department of Transportation 605 Suwannee Street Tallahassee, FL 32399-0450 MIKE DEW SECRETARY REQUEST FOR INFORMATION (RFI) from the Florida Department of Transportation INTRODUCTION

More information

ITN-DOT-15/ PM EXHIBIT A SCOPE OF SERVICES D4 RAPID INCIDENT SCENE CLEARANCE (RISC)

ITN-DOT-15/ PM EXHIBIT A SCOPE OF SERVICES D4 RAPID INCIDENT SCENE CLEARANCE (RISC) EXHIBIT A SCOPE OF SERVICES RAPID INCIDENT SCENE CLEARANCE (RISC) FOR DISTRICT FOUR 1. PROJECT OBJECTIVE 1.1 In an effort to provide the traveling public of the State of Florida a cost effective, high

More information

EXHIBIT "A" GENERAL SCOPE OF SERVICE FOR 2019/2020 DISTRICT VI OVERHEAD SIGN INSPECTION SERVICES FM NO.: PROJECT MANAGER: Oscar Sosa

EXHIBIT A GENERAL SCOPE OF SERVICE FOR 2019/2020 DISTRICT VI OVERHEAD SIGN INSPECTION SERVICES FM NO.: PROJECT MANAGER: Oscar Sosa EXHIBIT "A" GENERAL SCOPE OF SERVICE FOR 2019/2020 DISTRICT VI OVERHEAD SIGN INSPECTION SERVICES FM NO.: 410568-1-72-07 PROJECT MANAGER: Oscar Sosa Stage I Update Prepared by Oscar Sosa Date: 02.18.2018

More information

Section F Deliveries and Performance

Section F Deliveries and Performance Section F Deliveries and Performance 1. 52.252-2, CLAUSES INCORPORATED BY REFERENCE (JUN 1988). This contract incorporates one or more clauses by reference, with the same force and effect as if they were

More information

INVITATION TO BID FOR TRAFFIC COUNT SERVICES

INVITATION TO BID FOR TRAFFIC COUNT SERVICES INVITATION TO BID FOR TRAFFIC COUNT SERVICES Notice is hereby given that the Berkshire Regional Planning Commission will receive bids for services to perform vehicle traffic counts. All bids must be original

More information

FLORIDA DEPARTMENT OF TRANSPORTATION

FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO. 2 FLORIDA DEPARTMENT OF TRANSPORTATION RFP-DOT-12/13-4014TB ADDENDUM NO. 2 DATE: February 19, 2013 RE: Description: RFP Number: ITB-DOT-12/13-4014TB Districtwide Mowing, Debris Removal and

More information

PROPOSER INFORMATION

PROPOSER INFORMATION PROPOSER INFORMATION Vendor Name: Mailing Address: City, State, Zip Code: Federal ID or Social Security Number: Contact Person: Email Address: Telephone Number: Toll-Free Telephone Number: Fax Number:

More information

Ground Transportation Management Services

Ground Transportation Management Services ONE (1) HARDCOPY ORIGINAL AND ONE (1) ELECTRONIC COPY FLASH DRIVE MUST BE SUBMITTED REQUEST FOR INFORMATION - RFI #PGT-2018-002 Ground Transportation Management Services Department of Ground Transportation

More information

ASPHALT CONCRETE COLD PLANING THROUGH DECEMBER 2017

ASPHALT CONCRETE COLD PLANING THROUGH DECEMBER 2017 FOR ASPHALT CONCRETE COLD PLANING THROUGH DECEMBER 2017 Date Prepared: March 2017 TABLE OF CONTENTS SECTION 1 GENERAL... SP-1 1-1.01 Terms and Definitions... SP-1 SECTION 2 BIDDING... SP-1 2-1.01 General...

More information

ADDENDUM NO. 1 DATE: June 11, 2014

ADDENDUM NO. 1 DATE: June 11, 2014 FLORIDA DEPARTMENT OF TRANSPORTATION Procurement Office 605 Suwannee Street, MS 20 Tallahassee, Florida 32399-0450 Phone: (850) 414-4381 - Fax: (850) 414-4951 ADDENDUM NO. 1 DATE: June 11, 2014 RE: BID

More information

GUARDRAIL & CABLE BARRIER INSPECTION AND MAINTENANCE

GUARDRAIL & CABLE BARRIER INSPECTION AND MAINTENANCE Approved: Effective: April 19, 2017 Review: February 13, 2017 Office: Maintenance Topic No.: 850-050-003-g Department of Transportation GUARDRAIL & CABLE BARRIER INSPECTION AND MAINTENANCE PURPOSE: To

More information

SECTION BID FORM

SECTION BID FORM Attachment 1 Contract 13 Addendum 3 ARTICLE 1 BID RECIPIENT 1.01 This Bid is submitted to: SECTION 00300 BID FORM CITY OF CAPE CORAL NORTH 2 UTILITIES EXTENSION PROJECT CONTRACT 13 City of Cape Coral,

More information

Request for Proposal for Annual Financial Audit Services

Request for Proposal for Annual Financial Audit Services Request for Proposal for Annual Financial Audit Services RFP # 19_001 Jan 10, 2019 Page 1 I. RFP Timeline The following Timeline has been defined to efficiently solicit multiple competitive proposals,

More information

AGENDA. PRE-BID / SITE VISIT MEETING Tuesday, August 7, 2018, 9:00 am

AGENDA. PRE-BID / SITE VISIT MEETING Tuesday, August 7, 2018, 9:00 am AGENDA PRE-BID / SITE VISIT MEETING Tuesday, August 7, 2018, 9:00 am Project #217090 & 218041 Britt Place Washout / Precinct Road Washout CBJTC, Starke, FL 1. SIGN-IN OF ALL ATTENDEES: 2. INTRODUCTIONS:

More information

CITY OF HOMESTEAD Utility Rights-of-Way Use Permit Application

CITY OF HOMESTEAD Utility Rights-of-Way Use Permit Application CITY OF HOMESTEAD Utility Rights-of-Way Use Permit Application Good for 90 days from the Date Issued This permit is only required if the work location is owned or controlled by the City of Homestead and

More information

ADMINISTRATIVE DIRECTIVE #CS-04

ADMINISTRATIVE DIRECTIVE #CS-04 HILLSBOROUGH COUNTY Office of the County Administrator ADMINISTRATIVE DIRECTIVE #CS-04 SUBJECT: EFFECTIVE DATE: UTILITY COORDINATION PROCEDURES FOR HILLSBOROUGH COUNTY CONSTRUCTION PROJECTS WITHIN COUNTY

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL September 20, 2016 REQUEST FOR PROPOSAL Design/Build Services for Wood Frame, Metal Siding, Open Front Storage Building for Sewer Department RFP Due October 12, 2016 @ 2:00 pm (local time) BIDDER NAME:

More information

REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY

REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY June 1, 2018 The City of Rhome is now accepting sealed Request for Proposals and Statement of Qualifications (RFQ) for New Water &

More information

CONTRACT PROVISIONS. 1. The Contract will become effective beginning July 1, 2014 and will expire on July 1, 2015.

CONTRACT PROVISIONS. 1. The Contract will become effective beginning July 1, 2014 and will expire on July 1, 2015. CONTRACT PROVISIONS 1. The Contract will become effective beginning July 1, 2014 and will expire on July 1, 2015. 2. Guardrail repairs will be limited to Interstate and State Highways located in the Aberdeen

More information

revisions to project manual Bid Form: Added deduct alternate 07. Refer to written responses below for explanation.

revisions to project manual Bid Form: Added deduct alternate 07. Refer to written responses below for explanation. a r c h i t e c t u r e d e s i g n p l a n n i n g m a n a g e m e n t 27 March 2019 27 March 2019 Addendum 01 Sumner County Administration Building Reroof To All Holders of the Contract Documents: The

More information

Design-Build. Authorization. Criteria Selection/Award Process. Design-Build Construction Engineering and Inspection

Design-Build. Authorization. Criteria Selection/Award Process. Design-Build Construction Engineering and Inspection DESIGN-BUILD Design-Build Authorization Project Selection Criteria Selection/Award Process Warranties Design-Build Construction Engineering and Inspection Materials Acceptance DESIGN-BUILD AUTHORIZATION

More information

Invitation to Negotiate

Invitation to Negotiate Invitation to Negotiate Programming, Design, and Consulting Services Lisa Daws 4/3/2012 CLERKS OF COURT OPERATIONS CORPORATION Table of Contents Agency Background... 3 Statement of Purpose... 3 Scope of

More information

Facility Emergency Power Plan

Facility Emergency Power Plan Facility Emergency Power Plan 1. What is your facility type? {Nursing Home or Assisted Living) Nursing Home 2. Facility Name? Apollo Health & Rehabilitation Center 3. Facility Address and Phone Number?

More information

PURCHASING DEPARTMENT. Project # Addendum # # of pages Original Issue Date April 24, 2015

PURCHASING DEPARTMENT. Project # Addendum # # of pages Original Issue Date April 24, 2015 PURCHASING DEPARTMENT The bid listed below has had addenda issued. Documents are available over the Internet at http://www.norwalkct.org Adobe Acrobat reader is required to view this document. If you do

More information

Notice is hereby given of the following changes to the above-referenced SOLICITAITON:

Notice is hereby given of the following changes to the above-referenced SOLICITAITON: FLORIDA DEPARTMENT OF TRANSPORTATION Procurement Office 605 Suwannee Street, MS 20 Tallahassee, Florida 32399-0450 Phone: (850) 414-4381 Fax: (850) 414-4951 ADDENDUM NO. 2 DATE: May 10, 2016 RE: BID #:

More information

SECTION CONTRACTOR QUALITY CONTROL

SECTION CONTRACTOR QUALITY CONTROL SECTION 01 40 00 PART 1 - GENERAL 1.1 SUMMARY A. This section covers the establishment and operation of the Contractor s Quality Control (CQC) system as specified by the General Conditions of the Contract.

More information

FLORIDA DEPARTMENT OF TRANSPORTATION

FLORIDA DEPARTMENT OF TRANSPORTATION FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO. 2 May 12, 2016 RE: ITB#: ITB-DOT-15/16-9049-JP ITB TITLE: Furnish and Install FDOT Tower Replacement: FTE Site x Notice is hereby given of the following

More information

INVITATION FOR BIDS (IFB)

INVITATION FOR BIDS (IFB) P a g e 1 INVITATION FOR BIDS (IFB) Summer Camp T-Shirts IFB #: 17-004 Deadline for Responses: 2:00 PM 04/13/2017 Children s Services Council of Palm Beach County (CSC) 2300 High Ridge Road Boynton Beach,

More information

SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD

SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD TO BIDDER OF RECORD: SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No. 12-6002 Solicitation No. B-14-002-DD ADDENDUM NO. 1 February 17, 2014 The following changes, additions,

More information

Schedule Guidance Document

Schedule Guidance Document Schedule Guidance Document Version: 1.2 Effective Date: August 20, 2013 Contents 1. Purpose... 1 2. Applicability and Basic Requirements... 2 3. Baseline Schedule... 3 3.1. General... 3 3.2. Schedule Work

More information

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CONSULTANT SELECTION PROCEDURES FOR ENGINEERING AND DESIGN RELATED SERVICES

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CONSULTANT SELECTION PROCEDURES FOR ENGINEERING AND DESIGN RELATED SERVICES ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CONSULTANT SELECTION PROCEDURES FOR ENGINEERING AND DESIGN RELATED SERVICES Section I Application (These procedures do not apply to Design-Build Contracts.)

More information

TEXAS DEPARTMENT OF TRANSPORTATION

TEXAS DEPARTMENT OF TRANSPORTATION TEXAS DEPARTMENT OF TRANSPORTATION SPECIFICATION NO. PREVENTIVE MAINTENANCE AND REPAIR SERVICES FOR APOGEE BUILDING AUTOMATION MANAGEMENT SYSTEM PUBLICATION This specification is a product of the Texas

More information

FLORIDA DEPARTMENT OF TRANSPORTATION

FLORIDA DEPARTMENT OF TRANSPORTATION FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM #: 2 DATE: May 27, 2015 BID #: ITB-DOT-14/15-9044-RC TITLE: WOOD CHIPPER, DISC-TYPE, TRAILER MOUNTED OPENING DATE: JUNE 10 @ 3:00 EST *NOTICE IS HEREBY GIVEN

More information

Addendum 2 Questions & Answers

Addendum 2 Questions & Answers Addendum 2 Questions & Answers State of Florida Office of the Attorney General Request For Proposals (RFP) No. 13/14-10 COURT REPORTING SERVICES Contained herein are the responses to the Questions submitted

More information

SECTION QUALITY CONTROL

SECTION QUALITY CONTROL SECTION 01 45 00 QUALITY CONTROL PART 1 - GENERAL 1.1 DESCRIPTION This section specifies requirements for Contractor Quality Control (CQC) for Design-Bid-Build (DBB) or Design-Build (DB) construction projects.

More information

UTILITIES COMMISSION CITY OF NEW SMYRNA BEACH, FLORIDA 200 CANAL STREET P.O. BOX 100 NEW SMYRNA BEACH, FL

UTILITIES COMMISSION CITY OF NEW SMYRNA BEACH, FLORIDA 200 CANAL STREET P.O. BOX 100 NEW SMYRNA BEACH, FL DATE: January 5, 2018 UTILITIES COMMISSION CITY OF NEW SMYRNA BEACH, FLORIDA 200 CANAL STREET P.O. BOX 100 NEW SMYRNA BEACH, FL 32170-010 ITB# 04-18 REPLACE 12 WATER MAIN AT TURNBULL BAY (DAMAGED DURING

More information

Appendix A - Technical Specifications

Appendix A - Technical Specifications 035-19 Appendix A - Technical Specifications Scope of Work The JEA is seeking to engage a qualified consultant to perform Professional Geotechnical and Material Field Laboratory Testing and Inspection

More information

Facilities Planning and Construction (FP&C)

Facilities Planning and Construction (FP&C) Appendix 8.4a Facilities Planning and Construction (FP&C) UAA FP&C Quality Assessment Checklist (A) Project: PM: Project ID: Updated:

More information

NOTIFICATION OF ADDENDUM ADDENDUM NO. 1 DATED 1/14/2005

NOTIFICATION OF ADDENDUM ADDENDUM NO. 1 DATED 1/14/2005 NOTIFICATION OF ADDENDUM ADDENDUM NO. 1 DATED 1/14/2005 Control 6124-93-001 Project RMC - 612493001 Highway US0075 County GRAYSON Ladies/Gentlemen: Attached please find an addendum on the above captioned

More information

REQUEST FOR PROPOSAL NO. 1004/KB/08 For INFORMATION TECHNOLOGY SERVICES ADDENDUM NO. 2

REQUEST FOR PROPOSAL NO. 1004/KB/08 For INFORMATION TECHNOLOGY SERVICES ADDENDUM NO. 2 Alameda County Flood Control and Water Conservation District, Zone 7 100 North Canyons Parkway, Livermore, CA 94551 925.454.5000 Fax: 925.454.5725 REQUEST FOR PROPOSAL NO. 1004/KB/08 For INFORMATION TECHNOLOGY

More information

NOTICE TO DESIGN PROFESSIONALS / CONTRACTORS REQUEST FOR LETTERS OF INTEREST S.R. 408/ S.R. 417 INTERCHANGE IMPROVEMENTS PHASE 2 PROJECT NO.

NOTICE TO DESIGN PROFESSIONALS / CONTRACTORS REQUEST FOR LETTERS OF INTEREST S.R. 408/ S.R. 417 INTERCHANGE IMPROVEMENTS PHASE 2 PROJECT NO. NOTICE TO DESIGN PROFESSIONALS / CONTRACTORS REQUEST FOR LETTERS OF INTEREST S.R. 408/ S.R. 417 INTERCHANGE IMPROVEMENTS PHASE 2 PROJECT NO. 253G, CONTRACT NO. 001266 The Central Florida Expressway Authority

More information

Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee

Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee 38105-5029 ADDENDUM NO. 2 Issued: March 6, 2018 This addendum shall become and form a part of the

More information

The purpose of this addendum is to respond to RFI s submitted to the County and issue a revised SECTION BID FORM.

The purpose of this addendum is to respond to RFI s submitted to the County and issue a revised SECTION BID FORM. HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS (HCBCC) PURCHASING DEPARTMENT DATE: 6/19/15 BID NO. ITB 15-044 ADDENDUM No. 2 Project.: Owner: Lake Josephine Drive resurfacing Highlands County BCC Attn:

More information

NOTICE TO BIDDERS FOR

NOTICE TO BIDDERS FOR CITY OF SAN LEANDRO STATE OF CALIFORNIA ENGINEERING AND TRANSPORTATION DEPARTMENT NOTICE TO BIDDERS FOR MONARCH BAY DRIVE BRIDGE REPAIR PROJECT NO. 12-144-38-324 BID NO. 12-13.013 1. BID OPENING: The bidder

More information

2060 Florida Transportation Plan

2060 Florida Transportation Plan 2060 Florida Transportation Plan Tampa Bay Regional Planning Council March 14, 2011 Huiwei Shen Office of Policy Planning Florida Department of Transportation What Is the Florida Transportation Plan? Florida

More information

Addendum #2 DFS OIT ITN Enterprise Financial System Support Services

Addendum #2 DFS OIT ITN Enterprise Financial System Support Services A. Responses to Section 3.2.2 Question and Answer Period of the ITN: Please see the Department s response to questions received by 3:00 p.m. on November 2, 2017, provided below. Question Number Q1 Q2 Question

More information

TRUCK HAULING SERVICES FOR ASPHALT CONCRETE AND ASPHALT CONCRETE GRINDINGS THROUGH DECEMBER 2017

TRUCK HAULING SERVICES FOR ASPHALT CONCRETE AND ASPHALT CONCRETE GRINDINGS THROUGH DECEMBER 2017 FOR TRUCK HAULING SERVICES FOR ASPHALT CONCRETE AND ASPHALT CONCRETE GRINDINGS THROUGH DECEMBER 2017 Date Prepared: March 2017 TABLE OF CONTENTS SECTION 1 GENERAL... SP-1 1-1.01 Terms and Definitions...

More information

WAREHOUSING AND DISTRIBUTION OPERATING INSTRUCTIONS

WAREHOUSING AND DISTRIBUTION OPERATING INSTRUCTIONS Approved: Effective: October 15, 2018 Review: May 4, 2018 Office: Maintenance Warehouse Operations Topic No.: 175-010-001- j Department of Transportation WAREHOUSING AND DISTRIBUTION OPERATING INSTRUCTIONS

More information

SCOPE OF SERVICES TRAFFIC SIGNAL MAST ARMS & HIGH MAST LIGHT POLE INSPECTIONS IN MIAMI DADE COUNTY

SCOPE OF SERVICES TRAFFIC SIGNAL MAST ARMS & HIGH MAST LIGHT POLE INSPECTIONS IN MIAMI DADE COUNTY TRAFFIC SIGNAL MAST ARMS & HIGH MAST LIGHT POLES INSPECTONS IN MIAMI DADE COUNTY FM #410568-4-72-02 SCOPE OF SERVICE Table of Contents 1.0 GENERAL DESCRIPTION 2~3 2.0 PERSONNEL REQUIREMENTS.3~4 3.0 FIELD

More information

Village of Algonquin Request for Proposals Accounting Services

Village of Algonquin Request for Proposals Accounting Services Village of Algonquin Request for Proposals Accounting Services Issue Date: February 1, 2018 Submission Deadline: March 2, 2018 5:00 p.m. CST PROPOSALS RECEIVED AFTER THE SUBMISSION DEADLINE WILL BE RETURNED

More information

Title and Summary. Title and Summary Page 1 Invitation to Bid FY

Title and Summary. Title and Summary Page 1 Invitation to Bid FY Title and Summary Invitation to Bid: Invitation to Bid Title: Invitation to Bid Publication: Invitation Composition: Invitation Amendments: Contracting Entity: Procurement Coordinator: No. FY10-0601 Playground

More information

STATE OF FLORIDA DEPARTMENT OF HIGHWAY SAFETY AND MOTOR VEHICLES REQUEST FOR INFORMATION (RFI) DHSMV-RFI PRINT ON DEMAND REGISTRATION DECALS

STATE OF FLORIDA DEPARTMENT OF HIGHWAY SAFETY AND MOTOR VEHICLES REQUEST FOR INFORMATION (RFI) DHSMV-RFI PRINT ON DEMAND REGISTRATION DECALS STATE OF FLORIDA DEPARTMENT OF HIGHWAY SAFETY AND MOTOR VEHICLES REQUEST FOR INFORMATION (RFI) DHSMV-RFI-008-18 PRINT ON DEMAND REGISTRATION DECALS 1.0 INTRODUCTION The Florida Department of Highway Safety

More information

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT 2018.04 CLEANING AND PAINTING STEEL STRUCTURES - CIDER HILL ROAD UNDERPASS BRIDGE - MILE 6.2, CAPTAIN THOMAS ROAD UNDERPASS BRIDGE - MILE 14.8, ROUTE 126

More information

Invitation to Negotiate (ITN) Statewide Travel Management System ITN No D. Questions and Answers ITN Amendments

Invitation to Negotiate (ITN) Statewide Travel Management System ITN No D. Questions and Answers ITN Amendments Invitation to Negotiate (ITN) ADDENDUM NO. 1 Questions and Answers ITN Amendments September 2016 Contained herein are the responses to the questions submitted to the Department of Management Services (Department).

More information

REQUEST FOR QUOTES (RFQ) # Horseback Riding Lessons Issue Date: May 1, 2018

REQUEST FOR QUOTES (RFQ) # Horseback Riding Lessons Issue Date: May 1, 2018 Procurement Division Public Services Building 2051 Kaen Road Oregon City, OR 97045 (503) 742-5444 (Office) REQUEST FOR QUOTES (RFQ) #2018-38 Horseback Riding Lessons Issue Date: May 1, 2018 Project Name:

More information

Review of FMMIS and DSS Assessment Project Procurement Divisions of Operations and Medicaid

Review of FMMIS and DSS Assessment Project Procurement Divisions of Operations and Medicaid Report No. 13-08 February 2013 Office of the Inspector General Bureau of Internal Audit Review of FMMIS and DSS Assessment Project Procurement Divisions of Operations and Medicaid Executive Summary At

More information

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado REQUEST FOR PROPOSAL HRIS Human Resources Information Software Fort Morgan, Colorado October 7, 2014 Michael Boyer Director, Human Resources and Risk Management CITY OF FORT MORGAN P.O. BOX 100 FORT MORGAN,

More information

ATTACHMENT D SCOPE OF SERVICES

ATTACHMENT D SCOPE OF SERVICES ATTACHMENT D SCOPE OF SERVICES OBJECTIVE Owner s Capital Improvement Program (major capital, minor construction, repair, and rehabilitation projects) includes numerous construction and renovation projects.

More information

Amity School District 4J

Amity School District 4J Amity School District 4J Code: DJCA-AR Adopted: 10/11/00 Revised/Readopted: 06/22/05 Personal Services Contracts I. Personal Services Contracts Defined A. Personal services contracts include, but are not

More information

International Registration Plan, Inc. IRP Records Review Best Practice Document

International Registration Plan, Inc. IRP Records Review Best Practice Document International Registration Plan, Inc. IRP Records Review Best Practice Document IRP Records Review Best Practice Table of Contents Introduction Purpose and Scope Limits of a Records Review Requirements

More information

VILLAGE OF GLENDALE, OHIO REQUEST FOR QUALIFICATIONS CIVIL ENGINEERING SERVICES JULY 2015

VILLAGE OF GLENDALE, OHIO REQUEST FOR QUALIFICATIONS CIVIL ENGINEERING SERVICES JULY 2015 VILLAGE OF GLENDALE, OHIO REQUEST FOR QUALIFICATIONS CIVIL ENGINEERING SERVICES I. INVITATION JULY 2015 The Village of Glendale requests firms submit proposal and qualifications for ongoing Civil Engineering

More information

Township of Severn REQUEST FOR PROPOSAL. Architectural & Professional Services Fire Station Replacement

Township of Severn REQUEST FOR PROPOSAL. Architectural & Professional Services Fire Station Replacement Township of Severn REQUEST FOR PROPOSAL Architectural & Professional Services Fire Station Replacement Deadline for proposal submission is June 15, 2017 at 2:00 p.m. Contact Person: Tim Cranney Director

More information

A D D E N D U M N O. 1

A D D E N D U M N O. 1 A D D E N D U M N O. 1 TO: PROJECT: All Prospective Bidders (LVJ) Signage, Gate and Pavement Marking Improvements TxDOT CSJ No. Project No. 007250 (0500.051.000) ISSUE DATE: October 25, 2017 The following

More information

INVITATION FOR BID FORM May 20, 2014 BID NO. 32F-14

INVITATION FOR BID FORM May 20, 2014 BID NO. 32F-14 INVITATION FOR BID FORM May 20, 2014 BID NO. 32F-14 CADDO PARISH SCHOOL BOARD Scott Sullivan, Chief Buyer PO BOX 32000 1961 MIDWAY STREET PH: 318-603-6477 SHREVEPORT, LA 71130-2000 ssullivan@caddo.k12.la.us

More information

REQUEST FOR PROPOSALS AUDIT

REQUEST FOR PROPOSALS AUDIT REQUEST FOR PROPOSALS 2017-18 AUDIT PROFESSIONAL AUDIT SERVICES ANNUAL FINANCIAL STATEMENT PROPOSAL DEADLINE DATE Tuesday, February 6, 2018 at 3:00pm SUBMIT PROPOSAL TO: Ahmad Sheikholeslami Chief Business

More information

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCES

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCES July 23, 2012 NOTICE OF PRE-QUALIFICATION OF CONTRACTORS FOR THE PRESTRESSED CONCRETE CYLINDER PIPE (PCCP) PRESSURIZED WATER MAINS 48 AND LARGER AND APPURTENANCES Gwinnett County is soliciting applications

More information

BID FORM This Bid is submitted to: City of Glasgow 126 East Public Square Glasgow, KY 42141

BID FORM This Bid is submitted to: City of Glasgow 126 East Public Square Glasgow, KY 42141 BID FORM PROJECT DESCRIPTION Ellis Avenue Stream Improvements City of Glasgow, KY PROJECT NUMBER GRW Project No.: 4339 ARTICLE 1 BID RECIPIENT 1.01 This Bid is submitted to: City of Glasgow 126 East Public

More information

NOTIFICATION OF ADDENDUM ADDENDUM NO. 2 DATED 10/31/2018

NOTIFICATION OF ADDENDUM ADDENDUM NO. 2 DATED 10/31/2018 NOTIFICATION OF ADDENDUM ADDENDUM NO. 2 DATED 10/31/2018 Control 6331-53-001 Project BPM - 633153001 Highway US0067 County TITUS Ladies/Gentlemen: Attached please find an addendum on the above captioned

More information

MAINTENANCE MANAGEMENT SYSTEM

MAINTENANCE MANAGEMENT SYSTEM Approved: Effective: November 15, 2017 Review: October 29, 2017 Office: Maintenance Topic No.: 325-010-001-l Department of Transportation MAINTENANCE MANAGEMENT SYSTEM PURPOSE: To provide a management

More information

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL DOCUMENT 00 41 13 BID PROPOSAL TO: SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT, a California Community College District, acting by and through its Board of Trustees ("the District"). FROM: (Name of

More information

DOCUMENT BID PROPOSAL

DOCUMENT BID PROPOSAL DOCUMENT 00 41 13 BID PROPOSAL TO: SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT, a California Community College District, acting by and through its Board of Trustees ("the District"). FROM: (Name of

More information

John Barton Architect, LLC

John Barton Architect, LLC John Barton Architect, LLC Bid Addendum # One Via email, please confirm receipt Re: RIO RANCHO HIGH SCHOOL WINDOWS AND EXTERIOR IMPROVEMENTS PROJECT #: 083006-15- 001 ITB #: 2016-001- FAC RIO RANCHO PUBLIC

More information

130A Alternative process for wastewater system approvals. (a) Engineered Option Permit Authorized. A professional engineer licensed under

130A Alternative process for wastewater system approvals. (a) Engineered Option Permit Authorized. A professional engineer licensed under 130A-336.1. Alternative process for wastewater system approvals. (a) Engineered Option Permit Authorized. A professional engineer licensed under Chapter 89C of the General Statutes may, at the direction

More information

Contract Administration: Tips for Improving your Contract Administration Process. Jennifer Adling Director of Procurement Services

Contract Administration: Tips for Improving your Contract Administration Process. Jennifer Adling Director of Procurement Services Contract Administration: Tips for Improving your Contract Administration Process Jennifer Adling Director of Procurement Services Contract Administration Following the award of a contract, the management

More information

Request for Proposals CONTRACTED LANDSCAPE ARCHITECTURE SERVICES

Request for Proposals CONTRACTED LANDSCAPE ARCHITECTURE SERVICES Request for Proposals CONTRACTED LANDSCAPE ARCHITECTURE SERVICES Issued October 18, 2017 DEADLINE Noon Wednesday, November 15, 2017 CONTACT: KRISTINA HANDT CITY ADMINISTRATOR 3800 Laverne Ave N Lake Elmo,

More information

CONSTRUCTION MANAGEMENT SERVICES

CONSTRUCTION MANAGEMENT SERVICES DrAFTDRAFTdd EXHIBIT 1 CONSTRUCTION MANAGEMENT SERVICES REQUEST FOR QUALIFICATIONS () SELECTION PROCESS School District of Lee County, Florida TABLE OF CONTENTS 1. INTRODUCTION 1 Lobbying 2 2. REQUEST

More information