Similar documents
ADDENDUM NO. 1 Kansas City Area Transportation Authority 1350 E. 17 th Street Kansas City, Missouri 64108

Failure of a bidder to submit their bid using the attached revised bid form, page D-2 shall result in their bid being found non-responsive.

This Addendum consists of:

Invitation for Bids for Armed and Unarmed Security Guard Services ADDENDUM NO. 1 ACKNOWLEDGEMENT NOTICE

REQUEST FOR PROPOSALS SOLID WASTE COLLECTION AND LANDFILL MANAGEMENT STUDY CRISP COUNTY GEORGIA

Beaverton School District Capital Program Purchasing SW Merlo Road, Beaverton, OR Phone:

ADDENDUM NUMBER ONE. for BOLDEN STADIUM RENOVATIONS & BUILDING ADDITIONS PHASE 2 RICHLAND COUNTY SCHOOL DISTRICT ONE COLUMBIA, SOUTH CAROLINA

Addendum 3 publishes and answers questions related to the Request for Qualifications ( RFQ ) issued on November 24, 2014:

CITY OF PUNTA GORDA, FLORIDA

RFP SA 1804-Recruitment Services. Addendum #2

SUBJECT: ITB , Oxford Road Complete Street Improvements Project ADDENDUM #1

ADDENDUM NO. 2. Kansas City Area Transportation Authority (KCATA) 1350 E. 17 th Street Kansas City, Missouri 64108

The Bid Date has changed to 03/16/2010 at 2:30 PM.

PAWLEYS ISLAND TOWN HALL

STUDIO 2LR ARCHITECTURE + INTERIORS

Page 1 of 2 AMENDMENT - REQUEST FOR QUALIFICATIONS (RFQ)

VILLAGE COMMUNITY DEVELOPMENT DISTRICTS PURCHASING DEPARTMENT 1071 CANAL STREET THE VILLAGES, FLORIDA PHONE: (352) * FAX:

DEPARTMENT OF PROCUREMENT SERVICES CITY OF CHICAGO. January 2, 2018 ADDENDUM NO. 1 FOR

FLORIDA DEPARTMENT OF TRANSPORTATION

SOLICITATION SCHEDULE RFP #91286

FLORIDA DEPARTMENT OF TRANSPORTATION

Invitation for Bid - Standard Office Furniture / Task Chair

ADDENDUM #1 Construction Support Services for the Water Treatment Plant Project PW

March 28, Addendum #4 IFB SA 1713 POTOMAC MILLS T23 WATER TANK REHABILITATION

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

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

Invitation to Bid Duplin County Refrigeration Project for Villari Brothers Foods 1012 US Hwy 117 South Warsaw NC 28398

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

REQUEST FOR PROPOSALS. (Safety Management Database) BID NO: Addendum 1

Cypress Walk, Orangewood, Hunters Creek, Oak Meadows Water Supply Facilities Chemical Feed System Upgrade. Bid Opening Date: July 21, 2016

ADVERTISEMENT FOR SUBCONTRACTOR QUALIFICATION AND ADVERTISEMENT FOR PROPOSALS OF DESIGN BUILD SUBCONTRACTORS (DB SUBCONTRACTORS)

ADDENDUM NO. 1. Date: January 11, for. RFQ for Design-Build Entity, Health Center/ Concession Project at Irvine Valley College. BID No.

Eric Pfister Assistant Director, Technology Procurement

City of Frederick PURCHASING DEPT.

Missoula County Public Schools Missoula, Montana REQUEST FOR PROPOSALS FOR LARGE COMMERCIAL COPY MACHINES FOR THE MISSOULA COUNTY PUBLIC SCHOOLS

Invitation to Bid (ITB) Document Management Services ITB No U ADDENDUM NO. 2. Questions and Answers ITB Revisions.

ADDENDUM NO. 1. City of Fort Worth

INVITATION FOR BID (IFB):

ADDENDUM TO REQUEST FOR IFB 5234-BC. UNLV Wright Hall Build Out. University of Nevada, Las Vegas. Purchasing Department Maryland Parkway

PORTLAND COMMUNITY COLLEGE SW 49 th Avenue Portland, Oregon ADDENDUM NO. 4

ADDENDUM #3. GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4

FLORIDA DEPARTMENT OF TRANSPORTATION

Byron K. Jones, Chief Financial Officer 100 North Davis Road, Building C LaGrange, GA 30241

REQUEST FOR COMPETITIVE PROPOSALS FOR ARCHITECTURAL SERVICES CITY OF PERRIS

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

CITY OF MARSHALL, MINNESOTA

ADDENDUM NO. 2 TO THE BID DOCUMENTS FOR THE ATCT RENOVATIONS PHASE II- GLASS REPLACEMENT BOCA RATON AIRPORT BOCA RATON, FLORIDA

SECTION BID FORM

RPQ ADDENDUM. Project Manager Frank Ramirez

ADDENDUM No. 1 August 14, 2018

INVITATION FOR BID. December ,

August 31, To Whom It May Concern:

SECTION I: Corrections, Deletions, Revisions to RFP

Selection of Contractor Step 5. June 2013

Aircraft Auto Docking Contract No /16/07 ADDENDUM No. 2 Page 1 of 11

REQUEST FOR PROPOSAL For CEO Search Listening Sessions Bid Number: March 22, 2019

ADDENDUM No. 1. Date: January 20, 2017

PREQUALIFICATION OF PROSPECTIVE BIDDERS

THE METROPOLITAN WATER DISTRICT OF SOUTHERN CALIFORNIA REQUEST FOR PROPOSAL TO PROVIDE PRINTING AND RELATED SERVICES ADDENDUM NUMBER 2

INVITATION FOR BID December 11, 2018

REQUEST FOR QUALIFICATIONS AND PROPOSALS. On Behalf of the Crawford County Board of Commissioners. for

DOCUMENT BID FORM. Village of Middle Point

CMU COLORADO MESA UNIVERSITY REQUEST FOR QUALIFICATIONS FOR

ADDENDUM NO. 1 REQUEST FOR CLARIFICATIONS/INTERPRETATIONS FOR. RFQ No. 16P3

ADDENDUM NO. 1. Bidders are hereby informed that the construction Plans and/or Specifications are modified as follows:

1. Bid Form The Bid Form has been revised. All Bidders shall utilize the Bid Form attached to this Addendum for the submission of Bids.

FC-9403, Street Resurfacing and Associated Street Maintenance Activities - Group A Addendum No. 3 January 24, 2017 Page 2

ADDENDUM No. 1. RFP No. 937 Sanitary and Stormwater Systems Asset Management Plan. Due: February 2, 2016 at 2:00 P.M.

MOTION NO. M Paper Ticket Stock for Ticket Vending Machines PROPOSED ACTION

FLORIDA DEPARTMENT OF TRANSPORTATION

City of Santaquin REQUEST FOR PROPOSALS For Engineering Services for the East Side Booster Pump Station

City of Raleigh ADDENDUM NO. 1 ISSUE DATE: DECEMBER 12, 2018

REQUEST FOR PROPOSAL For Legal Services Bid Number:

ADDENDUM #001. July 25, 2018 at 2:00 p.m. Eastern Time (E.T.)

CHARLES COUNTY GOVERNMENT ITB NO MATTAWOMAN WATER RECLAMATION FACILITY (MWRF) PRIMARY CLARIFIER NO. 1 IMPROVEMENTS

Sr. Buyer, Goods and Non-Technology Services

ADDENDUM #2. Design/Build Contractor RFP Bid # for the. Joint-Use 21 st Century Post-Century Education Center.

CHARLES COUNTY GOVERNMENT ITB NO WHITE PLAINS FAILING SEPTIC SYSTEM IMPROVEMENTS

GILA RIVER INDIAN COMMUNITY GEORGE WEBB VILLAGE SUBDIVISION INFRASTRUCTURE IFB # ADDENDUM NO. 2 September 14, 2011

ADVERTISEMENT FOR QUALIFICATION AND PROPOSALS OF DESIGN/BUILD TRADE PARTNERS

I INVITATION TO BID City of Fort Morgan Water Distribution Department Waterline Isolation Project

MARYLAND STADIUM AUTHORITY

ADDENDUM TO BID DOCUMENTS SCCD RFP: # Vacaville Classroom Building (Annex) Renovation. Date: 11/15/2017

ADDENDUM TO RFP DOCUMENTS

CITY OF FULTON, MISSOURI INVITATION FOR BID

MOBILE WEBSITE AND APPLICATIONS CONTRACT RFP # BC P ADDENDUM # 1 Page 1 of 7

FLORIDA DEPARTMENT OF TRANSPORTATION

REQUIREMENTS FOR PROCUREMENT BY THE COLORADO DEPARTMENT OF TRANSPORTATION OF DESIGN-BUILD CONTRACTS FOR TRANSPORTATION PROJECTS

REQUEST FOR PROPOSALS Garfield Charter Township Hall Sidewalk Snowmelt Heating System Repairs Garfield Township, Grand Traverse County

ADDENDUM # 2 LOUISA COUNTY PUBLIC LIBRARY ROOF REPLACEMENT PROJECT IFB# GS-18-02

NOTICE OF ADDENDUM TO RFQ DOCUMENTS ADDENDUM NO. 01 August 29, 2018 ENGINEERING SERVICES FOR VARIOUS KERN COMMUNITY COLLEGE DISTRICT PROJECTS

Generator for Maintenance/Police Complex

The bid is being postponed to comply with State rules requiring 4 calendar days for receipt of bids after an addendum.

TRANSFER AND IMPLEMENTATION OF DATA RECORDS TO GIS READY FILES

MONTGOMERY STREET. Construction Manager at Risk (CMAR) Services

ADDITIONAL TYPES OF WORK REQUIRED

CITY OF VENICE PROCUREMENT- FINANCE DEPARTMENT 401 W. VENICE AVE. - ROOM # 204 VENICE, FL (941) FAX (941) ADDENDUM NO.

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

3. Delete Sales Contract Exhibit 1-1, Price Proposal Page, and replace with the attached Revised Exhibit 1-1, Price Proposal Page.

The following clarifications, changes, additions, and/or deletions are hereby made part of the Contract Documents

Transcription:

March 6, 2015 BOARD OF COUNTY COMMISSIONERS ORANGE COUNTY, FLORIDA Addendum No. 1/RFP Y15-1023-CH DISASTER DEBRIS MONITORING SERVICES Proposal Opening Date: March 17, 2015 This addendum is hereby incorporated into the bid documents of the project referenced above. The following items are clarifications, corrections, additions, deletions and/or revisions to and shall take precedence over the original documents. Underlining indicates additions, deletions are indicated by strikethrough. 1. The Proposal Opening Date shall remain March 17, 2015 at 2:00 P.M. 2. Note the following REVISION to the 1 st Paragraph under Instruction to Proposers, on Page 1 as follows: Firms or companies desiring to provide services, as described in the Scope of Services, shall submit sealed proposals, one (1) original, nine (9) eight (8) copies and one (1) electronic copy on CD or USB drive not later than 2:00 PM local time, March 17, 2015, to the Orange County Procurement Division, Internal Operations Centre II, 400 E. South Street, 2nd Floor, Orlando, Florida 32801, (407) 836-5635. 3. The following are responses to questions received by interested proposers: a. Question: The RFP states that the consultant s Project Manager is to be physically located in the EOC or other location specified by the County within two hours of notice to proceed. Does this apply only to incidents, such as a hurricane, that can be reasonably predicted? Or does this timing requirement apply to all incidents including those that cannot be anticipated in advance? If the County requires the arrival of the Project Manager within two hours from any notice to proceed regardless if the activation can be anticipated or not, please describe how the County will evaluate and score proposals from submitters who cannot verify that their Project Manager is at all times in a location that that allows arrival in Orlando in 120 minutes or less? Answer: The Consultant shall have a Project Manager that can meet the two hour window from the Notice to Proceed. Y15-1023-CH Page 1 of 3 Addendum #1 March 6, 2015

b. Question: The County encourages use of disadvantaged business enterprises in consideration of subcontracting needs. No scoring criteria is applied to DBE utilization. Will the County be using any DBE utilization, or lack of utilization, in proposal scoring, evaluation or tie-breaking decisions? Answer: The Scoring Criteria for the Disaster Debris Monitoring Services is as follows: CRITERIA WEIGHT Qualifications of Firm 25 Qualification of Staff 25 Technical Approach 15 Fee Schedule 35 TOTAL 100 c. Question: During the pre-bid it was mentioned that all firms are to be registered with the FDOT Equal Opportunity Office. Do large businesses need to be registered with this particular FDOT office? Answer: No, that is not a requirement. d. Question: Can you provide guidance on how to complete Exhibit A, Leased Employee Affidavit? We do not use an employee leasing company, and all of our employees are covered under workman s compensation provided by the company. Answer: Exhibit A, Leased Employee Affidavit is applicable when an employee leasing company provides the workers compensation coverage. e. Question: Does the County currently have a Disaster Debris Management Plan that could be shared with potential bidders. Answer: A disaster debris management plan will be shared with the selected contractors/consultants at the annual kick off meeting. 4. All other terms and conditions of the IFB remain the same. Y15-1023-CH Page 2 of 3 Addendum #1 March 6, 2015

5. The Proposer shall acknowledge receipt of this addendum by completing the applicable section in the solicitation or by completion of the acknowledgement information on the addendum. Either form of acknowledgement must be completed and returned not later than the date and time for receipt of the proposal. Receipt acknowledged by: Authorized Signature Date Signed Title Name of Firm Y15-1023-CH Page 3 of 3 Addendum #1 March 6, 2015