FLORIDA DEPARTMENT OF TRANSPORTATION

Similar documents
FLORIDA DEPARTMENT OF TRANSPORTATION

FLORIDA DEPARTMENT OF TRANSPORTATION

FLORIDA DEPARTMENT OF TRANSPORTATION

FLORIDA DEPARTMENT OF TRANSPORTATION

FLORIDA DEPARTMENT OF TRANSPORTATION

Florida Department of Transportation 719 S. Woodland Boulevard DeLand, Florida Addendum 2

ADDENDUM NO. 1 DATE: August 7, 2017

FLORIDA DEPARTMENT OF TRANSPORTATION

FLORIDA DEPARTMENT OF TRANSPORTATION

ADDENDUM NO: 2 DATE: February 14, 2014

FLORIDA DEPARTMENT OF TRANSPORTATION

FLORIDA DEPARTMENT OF TRANSPORTATION

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

BID SHEET BID #: FOB: Florida Department of Transportation Transportation Systems Management & Operations 1001 NW 111 th Ave., Miami, FL BID TIT

FLORIDA DEPARTMENT OF TRANSPORTATION

State of Florida Department of Children and Families

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

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

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

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

FLORIDA DEPARTMENT OF TRANSPORTATION

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

FLORIDA DEPARTMENT OF TRANSPORTATION

ADDENDUM NO. 1 DATE: June 11, 2014

COTULLA-LA SALLE COUNTY AIRPORT TERMINAL BID FORM

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

As a state agency, the College administration is required to develop procedures for Construction Manager selection.

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

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

SUBMIT BIDS TO: Procurement and Contracts University Parkway Building 20E, Room 101 Pensacola, FL 32514

Invitation to Negotiate

FLORIDA DEPARTMENT OF TRANSPORTATION Procurement Office 605 Suwannee Street, MS 20 Tallahassee, Florida Phone: (850)

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

Addendum #1 BID NO.: RFP

REQUEST FOR QUALIFICATIONS LEGAL SERVICES FOR THE SOUTHEAST OVERTOWN/PARK WEST COMMUNITY REDEVELOPMENT AGENCY RFQ NUMBER 17-01

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

FLORIDA DEPARTMENT OF TRANSPORTATION

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

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

St. Lucie Public Schools

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


Florida Department of Transportation 1000 Northwest 111 th Avenue, Room 6202 Miami, FL 33172

08/09 RIGHT OF WAY AND UTILITIES DIVISION PROCEDURES FOR THE PROCUREMENT OF RIGHT OF WAY ACQUISITION CONSULTANTS

State of Florida Department of Transportation

SECTION BID FORM

Addendum #2 DFS OIT ITN Enterprise Financial System Support Services

Appendix B - Minimum Qualification Form #96295 SaaS Training and Onboarding Tool GENERAL

Appendix A Technical Specifications ITN Managed Services Provider (MSP) and Vendor Management Solution (VMS)

ATTACHMENT F- CROSS REFERENCE TABLE THE COMPLETION OF THIS TABLE IS A MANDATORY REQUIREMENT

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

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department

Request for Letter of Interest (Electronic Submittal Required)

Operational Procedures Supplementing the JEA Procurement Code

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

Addendum 2 Questions & Answers

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

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: August 10, DUE DATE: August 23, 2017.

Appendix A - Pictorial overhead view of work area. See drawings and technical specifications for actual work scope

Anticipated Completion Date and Contact. No. Finding Recommendations Previous Management Response(s) Status Update. Page 1 of 9

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

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

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

Management Consulting and Auditing Services Pre-Response Conference. ITN No A August 23, :00 AM

NOTICE OF ADVERTISEMENT FOR BIDS. Furnishing and Delivery of 5kV Switchgear for Panora Municipal Electrical Utility Panora, Iowa, 50216

INVITATION FOR BIDS CCK ADDENDUM # 2 10/12/2018

Advanced Topics for RFP Procurements

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 11, DUE DATE: December 28, 2017

City of Eagle Point 2017 Paving Instruction to Bidders

DOCUMENT BID FORM. Village of Middle Point

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

REQUEST FOR QUALIFICATIONS

REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY

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

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

RFP SA 1804-Recruitment Services. Addendum #2

Subject: Solicitation Number: DHSMV-ITB Telecommunications Cabling and Related Services Addendum No. 1

ANNEX III - BID FORMS

REQUEST FOR QUALIFICATION STATEMENTS FOR PROFESSIONAL ENGINEERING DESIGN SERVICES PROPOSAL NO

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

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

Minority/Women Business Enterprise (M/WBE) Compliance Guidelines and Forms

FLORIDA DEPARTMENT OF TRANSPORTATION

Part I List below all dates for receipt of each Addendum received in connection with this solicitation.

For Golf Course Architectural Services

CITY OF PASCO REQUEST FOR PROPOSAL TO PROVIDE SERVICES FOR THE Urban Forestry Plan and Urban Forest Inventory

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

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders

RFQ CM16-01 Page 1 of 5

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature:

REQUEST FOR SEALED, COMPETITIVE QUOTES FOR TEMPORARY PERSONNEL SERVICES COMPOST SITE GATEKEEPERS. January 23, 2018 UPDATE: JANUARY 29, 2017

Procurement Department Bid Office Customer Center 1 st Floor, Room W. Church Street Jacksonville, Florida 32202

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO.

BID FORM. TxDOT CSJ No. 1507JNCTN. Project Description: T-Hangar Development Project. Bid by: Name of Bidder. Address: Address:

Addendum No. 1. Joliet Junior College 1215 Houbolt Road Joliet, IL DATE: October 11, 2017

BID ADDENDUM NO. 1 COVER SHEET. All Bidders of Record. Seamus Doran, Project Manager. DATE: June 29, 2017

Gila River Indian Community Utility Authority

Addendum No. 2 February 19, 2014 City University Construction Fund Engineering Design Services Requirements Contracts RFQ Project No.

MARYLAND STADIUM AUTHORITY

Transcription:

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 is hereby given of the following changes to the above-referenced ITN: 1. Revised Responses to Questions 2, 7, 17, 20, 21, 24 and 25 2. CHANGE: Revised Special Condition 12 Performance Bond 3. Vendors can provide an optional two page single-sided letter of interest (Font 12 pts Arial, Margins 0.5 top and bottom, 1 right and left). If provided, please ensure the team details are included in this letter along with information regarding sub-consultants. 4. Sample Price Sheet is attached. Bidders/Proposers must acknowledge receipt of this Addendum by completing and returning to the Procurement Office, by no later than the time and date of the bid/proposal opening. Failure to do so may subject the bidder/proposer to disqualification. Bidder/Proposer Address Submitted by (Signature) _Lillian Graham Procurement Agent Failure to file a protest within the time prescribed in Section 120.57(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. 1

QUESTIONS AND RESPONSES ITN-DOT-09/10-9017-LG SunGuide Software Support, Maintenance, and Development QUESTION 2 The ITN states on Page 7 INTRODUCTION SECTION paragraph 2) TIMELINE that REPLIES DUE February 23, 2010. Later within the same section on Page 8 paragraph 3) PUBLIC MEETING AGENDA states Shortlist qualified vendors to provide Technical and Price Proposals. Would you please clarify: RESPONSE 2 The vendors do not have to provide Technical and Price Proposals prior to February 23, 2010. Only the vendors that are short listed on Feb 23 will be required to provide this additional information. QUESTION 7 How is the price proposal accounted for in the selection process? RESPONSE 7 ITN s are not ranked using numerical weights but on the overall response to all items. As a result, it is difficult to determine the weight for specific criteria. Price is one of the factors that will be considered in determining which Vendor will provide the best value to the Department. The Department intends to contract with the responsive and responsible Vendor whose proposal is determined by the Technical Review Team to provide the best value to the Department. "Best value", as defined in Section 287.012(4), F.S., means the highest overall value to the state based on objective factors that include, but are not limited to, price, quality, design, and workmanship. QUESTION 17 Special Condition 26) Evaluation Criteria - What are the evaluation criteria for the initial short listing of vendors? How is the criteria weighted? Similarly, what are the evaluation criteria for the technical and price proposal, should we be short-listed? RESPONSE 17 The evaluation criteria are indicated by the questions on the Qualifications Questionnaire and the replies to those questions and the information provided by the vendors in their submittals will be reviewed and evaluated to determine the short-list of vendors that are best able to meet the requirements of the Department. The Department intends to contract with the responsive and responsible Vendor whose proposal is determined by the Technical Review Team to provide the best value to the Department. "Best value", as defined in Section 287.012(4), F.S., means the highest overall value to the state based on objective factors that include, but are not limited to, price, quality, design, and workmanship. 2

QUESTION 20 Regarding Bonding, given the maintenance and support based nature of the relevant contract, would FDOT be willing to consider altering the bonding requirements specified ITN-DOT-09/10-9017-LG to allow a firm to provide a bond that is in the amount of roughly a single years worth of work (projected), instead of the full (multi-year) value of the contract? RESPONSE 20 QUESTION 21 Regarding Bonding, given the maintenance and support based nature of the relevant contract, would FDOT be willing to consider altering the bonding requirements specified ITN-DOT-09/10-9017-LG to allow a firm to provide (a) a bond that is in the amount of roughly a single years worth of support and maintenance work, and (b) a second bond that is in the amount the development work that will be performed over the course of the contract (projected), instead of the full (multi-year) value of the contract? RESPONSE 21 QUESTION 24 It states on page 12 that bonding for the full proposal amount is required, but also says in Exhibit B that this is an Indefinite Quantities Contract. Are the two concepts compatible? RESPONSE 24 QUESTION 25 Is a performance and payment bond required over the life of the project? A PPB can be costly and difficult to obtain over long periods of time. RESPONSE 25 3

12) PERFORMANCE BOND The intended award vendor shall provide the Department with a Performance Bond in the amount of $1,000,000.00 annually for the term of the contract. The Performance Bond shall be provided by a surety company authorized to do business in the State of Florida. The Performance Bond shall be executed and furnished to the Department prior to contract execution and no later than ten (10) days after the ending date of the period for posting the intended award decision, unless the Department extends the time period in writing. Failure to provide the required Performance Bond to the Department within the aforementioned timeframe will void the Intended Award s proposal and the Department will proceed in contracting with the next highest responsive vendor. The vendor must submit, with their Technical Proposal, a current letter from a surety company or bonding agent authorized to do business in the state of Florida and written on company letterhead, to document the vendor's present ability to obtain a Performance Bond in the amount of $1,000,000.00 annually for the term of the contract. Failure by the vendor to provide this letter with its response will constitute a nonresponsive determination for its proposal. Proposals found to be non-responsive will not be considered. 4

EXHIBIT C PRICE PROPOSAL The hourly Billing Rates shall include the costs of salaries, overhead, fringe benefits and operating margin. The Hourly Billing Rate shall be used for the initial term of the agreement period and for any renewal periods thereafter. Personnel Classification Project Manager $ Assistant Project Manager $ Support Technician $ Sr. System Analyst $ Hourly Billing Rate NOTE: In submitting a response, the bidder acknowledges they have read and agree to the solicitation terms and conditions and their submission is made in conformance with those terms and conditions. ACKNOWLEDGEMENT: I certify that I have read and agree to abide by all terms and conditions of this solicitation and that I am authorized to sign for the bidder. I certify that the response submitted is made in conformance with all requirements of the solicitation. Bidder: FEID# Address: City, State, Zip: Phone: Fax: E-mail: Authorized Signature: Date: Printed/Typed: Title 5