Florida Department of Transportation 1109 South Marion Avenue Lake City, Florida

Similar documents
CITY OF CHINO HILLS. Request for Proposals (RFP) for On-Call and Emergency Repair Services Including Water and Sewer Systems

Florida Department of Transportation 605 Suwannee Street Tallahassee, FL

Request for Proposal (RFP) Medical and Dental Supplies RFP No MD-S ADDENDUM NO. 1. July 12, 2016

ADDENDUM No. 1. FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Procurement Section 3800 Commonwealth Boulevard, MS#93 Tallahassee, Florida

AMENDMENT OF SOLICITATION

Maintenance, Repair, and Operations JOC Program

REQUEST FOR BIDS WELL DRILLING & TESTING SERVICES I-77 EXIT 1 WATER SYSTEM PROJECT DESCRIPTION

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

AVIATION AUTHORITY POLICY

Request For Proposal Of Printing and Design Services. Marketing Department

Florida Department of Environmental Protection

INTRODUCTION WORK SCOPE AND PROJECT CONDITIONS

SECTION I: Corrections, Deletions, Revisions to RFP

REQUEST FOR PROPOSAL Engineering Design for Culinary Water Tank and Secondary Water Tank Conversion

***************************************************************************************************************

City of Jacksonville Beach

Project Background. Project Purpose

Job Order Contracting (JOC) ITB JE Overview August 2016

St. Lucie Public Schools

42E? flwt?bl5 TEXAS TRANSPORTATION COMMISSION. ALL Counties MINUTE ORDER Page 1 of 1. ALL Districts. Submitted and reviewed by: R Co t

BID # UTILITY SERVICE CONTRACT SECTION C SPECIFICATIONS OWNER

Electrical System, Maintenance and Repair Services For the PennDOT District 6-0 Office and Lab Buildings Statement of Work

School Risk Assessment

EXHIBIT A SCOPE OF SERVICES MAINTENANCE PERSONNEL SUPPORT

Air Quality Peer Exchange Support Services. From the: American Association of State Highway and Transportation Officials

FLORIDA DEPARTMENT OF TRANSPORTATION

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 2 CONTRACT EXIT 44 SOUTHBOUND ON RAMP IMPROVEMENTS MILE 44.3

January 4, 2016 ADDENDUM NO. 1. For

BID THRESHOLD AND QUOTES

HOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners)

Response 1: Yes. Please see Changes to Solicitation above. The due date for proposal submission has

Florida Department of Transportation 605 Suwannee Street Tallahassee, FL

Questions and Responses DMA-RFP-204

Pennsylvania Department of Transportation District 8-0 Rest Area Site G Specifications for Landscaping and Lawn Maintenance

CITY OF ATLANTIC BEACH BID NUMBER PURCHASING DEPARTMENT 800 SEMINOLE ROAD ATLANTIC BEACH, FLORIDA (904)

FLORIDA DEPARTMENT OF TRANSPORTATION

Stacey Camillo, Contract Administration. As-Needed Construction Contracting

Addendum #4. Addendum No. 4

CITY OF CHINO HILLS. Request for Proposals (RFP) for. On-call Electrical Repair Service. On-call Electrical Repair including Water and Wastewater

Commissioners Mital, Simpson, Helgeson, Manning, and Brown Mel Damewood, Engineering Manager; Mike McCann, Generation Manager

CITY OF LYNWOOD. Specification for Correlator-Based Leak Detection Study

Water Treatment Chemicals Pre-Bid Conference ITB No A October 26, :00 PM

REQUEST FOR CONCEPT PAPERS

Procure to Pay from Start to Finish. Presented by Anna Leddige & Allison Peyton March 2017

SUBJECT: REQUEST FOR QUALIFICATIONS FOR ON-CALL INFORMATION TECHNOLOGY SERVICES

INVITATION TO BID CITY OF HOPKINSVILLE

REQUEST FOR PROPOSAL Audit and Tax Services ISSUED April 24, 2015 RFP No

INVITATION FOR BID Copier ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST.

REQUEST FOR QUOTATION (RFQ # ) FOUR PART FORM ITD 0502 Application For Report Of Sale And Application For Certificate Of Title

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

Remediation of a Hexavalent Chromium Release To Groundwater Using Ion-Specific Resins

SECTION NETWORK ANALYSIS SCHEDULES (NCA)

APPENDIX A STATEMENT OF WORK SCRAP RUBBER/TIRE REMOVAL AND RECYCLING SERVICES

REQUEST FOR PROPOSAL FOR EXECUTIVE SEARCH FIRM

RULE 68. DISPOSAL OF NATURALLY OCCURRING RADIOACTIVE MATERIALS (NORM) ASSOCIATED WITH THE EXPLORATION AND PRODUCTION OF OIL AND GAS

NOTICE OF BOARD ACTION BOARD OF DIRECTORS TOWN OF MANCHESTER, CONNECTICUT

RFP CULVER CITYBUS STOP IMPROVEMENT PROGRAM: BUS SHELTER, BENCH, TRASH RECEPTACLE PROCUREMENT, REMOVAL AND INSTALLATION

REQUEST FOR BIDS BUILDING DEMOLITION 102 W. Main St.

REQUEST FOR PROPOSALS: Addendum #1 30 AND 35 BATTERY ELECTRIC BUSES. VTA Project #:

SAMPLE GUIDE SPECIFICATIONS FOR OSTERBERG CELL LOAD TESTING OF DRILLED SHAFTS

The Florida Drycleaning Solvent Cleanup Program (DSCP)

Commonwealth of Massachusetts DEPARTMENT OF HOUSING & COMMUNITY DEVELOPMENT Deval L. Patrick, Governor Aaron Gornstein, Undersecretary FOR

Questions and Answers for RFP No. 010 for the provision of prefabricated pharmacy storage units

Permit for Construction of an Extension to a JEA Drinking Water Distribution System and/or JEA Wastewater Collection/Transmission System

RFP GMU GRAPHIC DESIGN & MARKETING CONSULTING SERVICES QUESTIONS AND ANSWERS

TEXAS DEPARTMENT OF TRANSPORTATION

REQUEST FOR PROPOSALS (RFP) Design Services for District Heat Distribution System

Selection of Contractor Step 5. June 2013

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL

FREQUENTLY ASKED QUESTION FOR VDOT DESIGN-BUILD PROJECTS. June 1, 2013

~ American Samoa In reply refer to: Power Authority

CITY OF BELLINGHAM, WASHINGTON Purchasing-Vendor Guide

Michigan Works! West Central Request for Proposal Region 4 Offender Success Employment Readiness Service Provider

Monitoring Well Construction

Request for Proposal For: 2018 American Bar Association Temporary Services

X 11/10/2017 NO 1/12/2018

1) Please share the last years expenditure under this contract. Answers: LIPA expects to spend approximately $1.2 million a year.

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

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

RFP Professional Staff Augmentation for Information Technology Addendum #1 dated 01/29/2016

REQUEST FOR PROPOSAL PROFESSIONAL SERVICES AUTOMATION SOLUTION. Submittal Date: April 22, 11:00 AM (PST)

SPECIFICATIONS FOR TENDER # SUPPLY OF MCAFEE ANTIVIRUS RENEWAL AND LICENSES FOR WESTERN HEALTH

Architectural Services

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

ADDENDUM No. 1. Date: January 20, 2017

CITY OF FARGO SPECIFICATIONS SIGNING

House Doctor Consulting Services Application Package

State of Vermont RFP Digital Copiers

REQUEST FOR QUOTATION INVITATION

PUBLIC ANNOUNCEMENT REQUEST FOR DESIGN-BUILD SERVICES STATEMENTS OF QUALIFICATIONS (GREENVILLE CITY SCHOOL DISTRICT)

Petroleum Restoration Program SITE ASSESSMENT PRP Workshop

REQUEST FOR PROPOSAL (RFP) - SUMMARY PAGE

NEW ORLEANS CITY COUNCIL REQUEST FOR QUALIFICATIONS STATEMENTS (RFQ), CABLE, TELECOMMUNICATIONS AND TECHNOLOGY CONSULTING SERVICES ISSUED MAY 18, 2015

Water Well Decommissioning Guidelines

WATER DISTRIBUTION WORKER I WATER DISTRIBUTION WORKER II

Definition of Terms **Non-capitalized references to a state refer to a state other than the State of Michigan.

STATE OF MICHIGAN DEPARTMENT OF ENVIRONMENTAL QUALITY LANSING. November 13, 2017

State Historic Preservation Office. Bidding, Contracting, and Construction Guidelines for the Historic Restoration Fund

Negotiating. Construction. Contracts STANDARD OPERATING PROCEDURES NJSDA NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY TRENTON, NEW JERSEY

Transcription:

RICK SCOTT GOVERNOR March 29, 2017 Florida Department of Transportation 1109 South Marion Avenue Lake City, Florida 32025-5874 RACHEL D. CONE INTERIM SECRETARY RE: RFP-DOT-16/17-2378-DS Environmental and Environmental Construction support Services Contract to Identify, Assess and Remediate Contamination and Provide Required Environmental Support Services for Construction Projects in District Two QUESTIONS & ANSWERS GROUP #3 Below are questions submitted and responded to as follows: Question 1: Answer 1: Question 2: Answer 2: Question 3: Answer 3: Question 4: Will the Department confirm if the submission of price proposals that are significantly below market prices, including bids of $0 or $1 for an individual item, are acceptable and will not result in a price proposal being deemed unresponsive, irregular or materially unbalanced? See advertisement section 20 Additional Terms & Conditions [n]o conditions may be applied to any aspect of this RFP by the Proposer. Any conditions placed on any aspect of the proposal documents by the proposer may result in the proposal being rejected as a conditional proposal (see RESPONSIVENESS OF PROPOSALS ). See advertisement section 30 and 30.3 [i]f any of the pay items are left blank or if N.A. is entered, the solicitation will be found non-responsive. See advertisement and section 1 MyFloridaMarketPlace, section 7 Intended Award, and section 21 Responsiveness of Proposals. How many contracts will be awarded? There will be one intended Awarded Vendor for this RFP. In other FDOT Districts, it has been our experience that FDOT does not allow professional services contract duration greater than 5 years in an effort to allow FDOT to consistently seek best-value for the State of Florida taxpayers. Will a contract of a 7-year duration with an option to renew for another 7 years allow FDOT to actively seek best value for the State of Florida taxpayers? See advertisement, the advertisement is a request for proposal (RFP), not a professional services advertisement. See advertisement section 33 Renewal [a]ny renewal shall specify the renewal price, as set forth in the solicitation response except that the agency may negotiate lower pricing. What type of contract rate escalation will be allowed during the 7-year contract and renewal periods? How frequently will contract rate escalation be allowed? www.fdot.gov

Answer 4: Question 5: Answer 5: Question 6: Answer 6: Question 7: Answer 7: Question 8: Answer 8: Question 9: Answer 9: Question 10: Answer 10 Question 11: Answer 11: Question 12: Answer 12: Question 13: Contract rate escalations are not considered in this request for proposal. See advertisement section 33 Renewal [a]ny renewal shall specify the renewal price, as set forth in the solicitation response except that the agency may negotiate lower pricing. For all labor classifications with overtime, how will overtime be calculated? Is work in excess of 8 hours per day considered overtime? If an individual works greater than 40 hours cumulative in a given week on multiple authorizations or under multiple contracts, can the latter time over 40 hours be invoiced as overtime? Overtime will be paid at the rate of 1.5 times the Straight Time hourly rate of applicable positions as indicated on Exhibit B and upon approval by the Department. What is the minimum time charge under the labor category? 0.25 hours minimum. Item #108, Is this line item intended for Commercially Licensed Truck drivers (CDL It includes a CDL truck driver. Item #112, Is the unit charge for Technical Editor supposed to be per hour? Yes Item #201, What size air compressor should be quoted? Item # 202, What size air stripper, in gallons per minute (GPM), should be quoted? Item #210, Concrete Coring Machine. Bits are typically considered expendable items. Should costs for bits be included in this line item or will they be considered other direct costs with a 12% markup? It s included in the line item price. Item #215, Generator, 7.5 kw 50 kw, the wattage range for this piece of equipment is large. Could the Department specify the intent of the utilization of this equipment in an effort to provide accurate pricing? Addendum #2 amended Exhibit B Line item 215, request bid for 7.5 kw generator. Item #217, What type of hydraulic shear should be quoted (i.e., cable, sheet metal, tank)? What should the shear be designed to attach to?

Answer 13: Question 14: Answer 14: Question 15: scope of services Item #223, What size blower should be included? Should a post-treatment heat exchanger included? Item #224, What size compressor should be quoted? Answer 15: Question 16: Item # 225, What size water tanker should be quoted? Answer 16: Question 17: Item #232, The 2-inch centrifugal pump is specified as electric. What is the electrical rating with regards to phase and voltage of the pump? Answer 17: Question 18: Items #234 and #235 are for Containment Booms. What is the unit of payment for this item, per inch, per foot, etc? Answer 18: Question 19: Answer 19: Question 20: Unit price per foot Item # 236, Is this line item a well point pump or hydraulic pump? What size? Item #240, what size flowmeter should be quoted Answer 20:

Question 21: Part C Sampling & Testing Equipment Rates. Some commonly used equipment appears to be missing from this section: dissolved oxygen meter, oxidation-reduction potential meter, and YSI or Horiba multi-meter. Answer 21: Question 22: Answer 22: Question 23: No response given as no question was asked. A. Part D Drilling Services Rates. Is this section intended only for direct push technology (DPT) drilling? B. If so, will all costs associated with hollow stem auger or mud rotary drilling methods be treated as other direct costs and marked up 12%? C. If not, will you consider adding separate line items for each drilling method, since the associated costs are extremely disparate? A. Yes B. Yes C. No Item #302 This item specifies a man-hole cover with lock. Is a bolt-down manhole considered a lock? Answer 23: Question 24: A bolt-down manhole is not considered a locked well. Item #307 - Is Item 307 intended to be DPT core sample? Answer 24: Question 25: Not limited to DPT Item #308 Is Item 308 intended to be a standard penetration test? Answer 25: Question 26: No Item #313, Should the carbon be priced out as new virgin carbon or will FDOT accept reactivated carbon? Answer 26: Question 27: Rate is for virgin carbon. Item #316, What size or micron mesh bag filter should be quoted? Answer 27: Question 28: Item #329, the text following including is not present. Can FDOT provide the remaining text? Complete text states Answer 28: Full-Face Respirator (including cartridges)

Question 29: Answer 29: Question 30: Answer 30: Question 31: Answer 31: Question 32: Answer 32: Section F Disposal Rates, the note at the end of the section says, Disposal invoices shall not include transportation fees. Please confirm that associated waste transportation fees are a separate item? If so, will waste transportation an other direct cost with 12% markup? The transportation is a non-item. Items #376, #377, and #378 Can we assume the generated residue from lead-based paint cleaning operations are non-hazardous? non-hazardous Items #379 through #384 These items are listed with units of event. Is the reporting also included in these items? Yes Item 413 There are multiple methods for hexavalent chromium that provide differing detection limits. Which method should be quoted? The analytical range should be determined by the FDEP Cleanup Target Levels established for soil, groundwater and surface water cleanup levels as defined in Chapter 62-777, FAC. Question 33: Items # 407 to 435 (pages 24 to 26) are repeated are repeated on pages 27 to 29. Answer 33: This is confirmed, please discard this duplication Question 34: Items # 500 to 503 (page 30) are repeated on page 31. Answer 34: Question 35: Answer 35: Question 36: Answer 36: This is confirmed, please discard this duplication Item #434, Total Recoverable Petroleum Hydrocarbons is typically determined in Florida using the FL-PRO method (Item #424). What method should be quoted for Item #434, since FL-PRO is already included as Line Item #424? Laboratory method for Line Item 434 Total Recoverable Petroleum Hydrocarbons is FL-PRO. Enter the price proposal for FL-PRO in Line Item 434. Section 21.1, page 61, Responsiveness of Proposal. This section states A responsive proposal is an offer receiving seventy (70) points or more on the Technical Proposal. However, Section 30.1, page 66, Evaluation Process, states that 125 points are required are required to be considered responsive. Please clarify which point total results in a responsive Technical Proposal. 125 required points. Question 37: Section 22.2, page 62, specifies 11 point font. Section 22.4, page 64, specifies not less than 10 point font. Please clarify the minimum acceptable font size. Answer 37: Minimum 11 point font.

Question 38: Answer 38: Question 39: Answer 39: Question 40: Answer 40: Question 41: Answer 41: Question 42: Answer 42: Question 43: Answer 43: Question 44: Section 22.2, page 62, specifies aerial font. Are other font types allow in graphics, headers, or figures, as necessary to provide contrast or enhance readability? Yes Section 22.2, Item 2.b, page 62. Identification of a Technical Assistant Contract Manager (CM) and an Administrative Assistant CM are required. To ensure we assign the most appropriate personnel to the Assistant CM roles, please clarify the District s expectations for these two positions in terms of training, degree, and responsibilities The expectation for these Assistant Contract Manager positions is to provide the Department with technical and administrative contract management in the absence of the Contract Manger. The Assistant CMs shall have direct knowledge of the processes and status of the Department s contract and have qualifications equal to the Contract Manager. Section 22.2, Item 4.e, page 64. The item requests actions to remove and dispose of a FDOT bridge containing structural steel coated with heavy metals. Is the heavy metal coating a paint or some other type of coating? The coating in the reference section is the applied paint coating. Section 22.2, Item 4.f, page 64. The item requests actions to support FDOT bridge painting projects. Is the intent of this item for the vendor to provide lead paint abatement for bridge demolition/renovation projects? NO, the intent is for supporting FDOT during the bridge painting contractor s work. A. Item 34 on page 9 specifies an in-house qualified environmental specialist and the pricing form indicates this person should have 5 years of experience. Are there any other necessary qualifications such as a specific degree type or level of degree (AS, BS, MS, PhD) necessary for this position? B. Should the proposed person(s) proposed for this position have any specific State registrations such as Professional Engineer, Professional Geologist, or Licensed Environmental Professional? A. Minimum a BS in an environmental science field of study with a minimum 5 years of experience in contamination and remediation practices (i.e. prepare and interpret contamination impact studies (Phase 1 and 2 Environmental Assessments), knowledge of regulatory agency contamination criteria, experience in remediation processes, ability to interpret engineering plans, etc.) B. None are required. Item 34 on page 9 Is this position intended to be a dedicated position or can more than one qualified staff members, once approved, be utilized in order to ensure full coverage during absences such as vacations or illness? The Department prefers one dedicated position however additional staff would be considered for approval. Item 34 on page 9 Is it the intention of the Department to have this person permanently located in Lake City or will the department pay travel and per diem costs?

Answer 44: This person is located within District 2. Travel is paid, per diem is not, Refer to RFP.