Addendum No.3 to ITB Wakulla County Fire and EMS Station Issued: November 1, 2017

Similar documents
Membrane Pre-Selection Request For Proposal

CITY OF MIAMI SECTION 3 ECONOMIC OPPORTUNITY PLAN QUESTIONS

KDOT Procurement Guidelines for STP/CMAQ Funded Planning, Education, and Outreach Projects Effective 10/1/12

DOING BUSINESS WITH THE. Orange County Board of County Commissioners. Orange County Procurement Division

Disadvantaged Minority/Disadvantaged Women Business Enterprise Good Faith Effort Determination Form Instructions

Informational Workshop How to do Business with the City of Irvine March 31, 2011

Florida Department of Transportation (FDOT) Business Participation Plan FY 13/14

CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS

Addendum No. 2 April 15, 2015 Architectural Design Services Requirements Contracts Request for Qualifications Project No.

ADDENDUM # /JSW Professional Engineering Services to Test, Adjust, and Balance HVAC Systems

INVITATION TO BID (ITB) RESIDENTIAL NOISE MITIGATION PROGRAM(P676A) ITB NO. H27-RNMP

OCTOBER 1, 2015 ADDENDUM NO. 1 FOR REQUEST FOR QUALIFICATIONS ( RFQ ) FOR DESIGN CONSULTING SERVICES (TARGET MARKET) SPECIFICATION NO.

INVITATION TO BID (ITB) WIFI MAINTENANCE SERVICES Solicitation No.: HBH-WIFI

ADDENDUM NUMBER 02 TO THE BID DOCUMENTS. BID NUMBER: SJCC Parking Garage LED Lighting Retrofit EVERGREEN VALLEY COLLEGE

8, 2018 REQUEST FOR PROPOSALS (RFP): G

Request for Qualifications. Construction Management at Risk Services - William J. Rish Recreational Park Improvements RFQ-REDM17/ ADDENDUM #1

San Francisco Unified School District 135 Van Ness Avenue, Room 215 San Francisco, California, Phone

SECTION 9: FORMAL PROCEDURES

The DBE Program is an outreach, education, and objectives program designed to increase the participation of DBEs in the CWSRF Program.

Welcome to the City of Chicago. Department of Procurement Services

REQUEST FOR SEALED PROPOSAL. ADVERTISEMENT for STREET CONSTRUCTION SERVICES. RFP STREET WIDENING and TRAFFIC SIGNAL INSTALLATION

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

CITY OF FRESNO AIRPORTS DEPARTMENT REQUEST FOR QUALIFICATIONS (RFQ) FOR CONSULTING SERVICES FRESNO YOSEMITE INTERNATIONAL AIRPORT

SCDOT MINORITY BUSINESS ENTERPRISE UTILIZATION PLAN

ORANGE & ROCKLAND UTILITIES, INC. REQUEST FOR INFORMATION FOR ENTITIES WISHING TO SUBMIT DISTRIBUTED GENERATION PROPOSALS February 2003

LABAVN LOS ANGELES BUSINESS ASSISTANCE VIRTUAL NETWORK ADMINISTRATIVE FUNCTIONS

Notice to Bidders Page 1 of 5

PRE-BID CONFERENCE. Invitation for Bids (IFB) 8-18-C001. Design/Build Dulles Airport Metrorail Station Windscreens Package G.

UNION COUNTY MINORITY AND SMALL BUSINESS GUIDELINES AND OUTREACH PLAN

REQUEST FOR PROPOSALS

ADDENDUM NO. 1 Date of Issue: 1/15/2010 CONSTRUCTION PROPOSAL LAKE CHARLES HARBOR AND TERMINAL DISTRICT. for PLC PROJECT NO.

SAN ANTONIO WATER SYSTEM NACO PUMP STATION IMPROVEMENTS PROJECT SAWS PROJECT NO SOLICITATION NO. B DD ADDENDUM NO.

Pre-Bid Conference RCC Employee Parking Lot Contract Number /22/18

City of Georgetown, SC REQUEST FOR PROPOSAL

BUSINESS DIVERSITY OUTREACH PROGRAM

REQUEST FOR STATEMENTS OF QUALIFICATIONS FLORIDA DEPARTMENT OF AGRICULTURE AND CONSUMER SERVICES DIVISION OF ANIMAL INDUSTRY

Florida Department of Transportation 605 Suwannee Street Tallahassee, FL

Below are five basic procurement methods common to most CDBG projects:

PRE-BID CONFERENCE FOR BID NO SOUTH MAIN STREET MILLING AND RESURFACING IMPROVEMENTS TOWN OF WINDERMERE, FLORIDA

STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES DIVISION OF REAL ESTATE DEVELOPMENT AND MANAGEMENT PUBLIC ANNOUNCEMENT FOR CONSTRUCTION CONTRACTORS

State of Florida Department of Transportation District Four, Procurement Office 3400 West Commercial Boulevard Fort Lauderdale, FL 33309

REQUEST FOR QUALIFICATIONS FOR A PROFESSIONAL ARCHITECTURAL FIRM TO PROVIDE ARCHITECTURAL SERVICES FOR THE BZN YELLOWSTONE INTERNATIONAL AIRPORT

CONTRACTING AND PURCHASING

REQUEST FOR QUALIFICATIONS (RFQ) AIRPORT ARCHITECTURAL AND ENGINEERING SERVICES AGREEMENT MINOT INTERNATIONAL AIRPORT

City of Mount Rainier

STANDARD PROCEDURE Number: S410.10

Consultant Focus. Nov. 20, :45pm-5:30pm

All proposals must be received by August 30, 2016 at 2:00 PM EST

Disadvantaged Business Enterprise (DBE) Program for Federally-Assisted Projects. Federal Fiscal Years

Exhibit B - Office of Civil Rights - Good Faith Efforts Consolidated Form (Includes Parts A-I)

Exhibit A. Purchasing Department School District of Osceola County, Florida

Contract Compliance Program

Request for Qualifications. North Broward Regional Service Center, Replace Columnade Roof Membrane RFQ-REDM17/ ADDENDUM #1

FDOT Support Services Programs. FDOT Supportive Services Programs

REQUEST FOR QUALIFICATIONS FOR Energy Services Master Agreement

Massachusetts Bay Transportation Authority. POLICIES & PROCEDURES Design Build Procurement Procedures April 2016

RFP No.1-17-C033 Hydrant Fueling Cathodic Protection Phase I March 30, :00 PM

Within the context of this policy, the following definitions apply:

SOLANO COMMUNITY COLLEGE DISTRICT GOVERNING BOARD AGENDA ITEM REVISIONS TO MEASURE Q SMALL, LOCAL, AND DIVERSE BUSINESS PROGRAM PILOT PROGRAM

Dakota County Technical College. Pod 6 AHU Replacement

REQUEST FOR QUALIFICATIONS TO PROVIDE ON-CALL ENGINEERING SERVICES FOR CONSTRUCTION MANAGEMENT AND INSPECTION

Florida Department of Transportation 1109 S. Marion Avenue Lake City, Florida

SUBCONTRACTING ON CDOT CONSTRUCTION PROJECTS Ramp Up Ridgway!

TOPIC: CONTRACTS STATE OF MISSISSIPPI DEPARTMENT OF EDUCATION SECTION 17.0 PAGE 1 OF 38 EFFECTIVE DATE: MAY 1, 2017 REVISION #4: MARCH 1, 2017

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

MONTGOMERY COUNTY, OHIO SECTION 3 CONTRACTING POLICY & PROCEDURES

October 6, The proposal due date and time scheduled for Friday, November 3, at 04:30 P.M. remains unchanged.

Florida Minority Business Enterprise (MBE) Utilization Report

Request for Qualifications. Continuing Contracts Mechanical/Electrical/Plumbing Engineering Services, Central Florida Region RFQ-REDM17/18-001

Request for Qualifications for Selected San Francisco Public Utilities Commission Construction Projects

RESOLUTION NUMBER 2877

Summer School Nurse (LPN or RN)

Dated: 8/29/17. IFB No. B For Purchase & Installation of Manufactured Home

REQUEST FOR PROPOSALS. Design-Build of General Aviation Terminal Building. RFP# AIR/17-012, page 1

CITY OF BELL REQUEST FOR PROPOSALS FOR ARCHITECTURAL SERVICES FOR TREDER PARK RESTROOM AND STORAGE FACILITY

INVITATION TO BID (ITB) SUBWAY TRAIN SYSTEM OPERATIONS & MAINTENANCE SERVICES SOLICITATION NO. HWC-ITT

REQUEST FOR PROPOSALS (RFP)

HILLSBOROUGH COUNTY AVIATION AUTHORITY THREE YEAR OVERALL DISADVANTAGED BUSINESS ENTERPRISE GOAL Federal Fiscal Years 2017, 2018 and 2019

BALTIMORE CITY PUBLIC SCHOOLS MINORITY AND WOMEN BUSINESS ENTERPRISE PROGRAM AND PROCEDURES MANUAL FOR STATE FUNDED PROJECTS

September 14, 2016 ADDENDUM NO. 1 SPECIFICATION NO FOR REPAIR SERVICES FOR VEHICLE IMMOBILITY DEVICES ( BOOTS )

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK

PRE-PROPOSAL MEETING TUESDAY, JULY 17, 2018

Instructions to Bidders Asbestos Abatement

REQUEST FOR QUALIFICATIONS TO PROVIDE ON-CALL ENGINEERING SERVICES FOR CONSTRUCTION MANAGEMENT AND INSPECTION

REQUEST FOR STATEMENT OF QUALIFICATIONS FOR PROFESSIONAL SERVICES FLORIDA FISH AND WILDLIFE CONSERVATION COMMISSION. RFSOQ No.

STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION REQUEST FOR QUALIFICATIONS NOTICE NUMBER 03A2139

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

MEETING AGENDA. Meeting Time: 9:30 AM Project Name: Chicago Park District Group A

REQUEST FOR SEALED PROPOSAL. ADVERTISEMENT for SIDEWALK INSTALLATION

UMBC On Call Electrical Maintenance Contract RFP #BC K

NOTICE OF PRE-QUALIFICATION OF CONTRACTORS FOR THE INSTALLATION, REPLACEMENT AND/OR RELOCATION OF STORMWATER CULVERTS, PIPES AND APPURTENANCES

REPORT TO THE DULLES CORRIDOR COMMITTEE RECOMMENDATION TO AWARD A CONTRACT FOR CLAIMS CONSULTING SERVICES FOR THE DULLES CORRIDOR METRORAIL PROJECT

STATE UNIVERSITY CONSTRUCTION FUND P R O G R A M D I R E C T I V E S

Procedure Manual. Minority/Women Business Enterprise Program

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES. Substance Abuse and Mental Health Program Office. Certified Recovery Peer Specialist Training

CHARLES COUNTY GOVERNMENT RFP NO ECONOMIC DEVELOPMENT WEBSITE REDESIGN

Tallahassee Community College

Request for Proposal (RFP) Architectural Services for Interior Renovations

REQUEST FOR QUALIFICATIONS

SOUTHERN UTE INDIAN TRIBE REQUEST FOR PROPOSALS (RFP) FOR ENVIRONMENTAL CONSULTING SERVICES FOR

Transcription:

Addendum No.3 to ITB 2017-33 Wakulla County Fire and EMS Station Issued: November 1, 2017 MANDATORY PRE-BID CONFERENCE RFI 1. ITB Section 2.0 Schedule of Events Bids are due November 20, 2017 @ 2:00 P.M. Event Date/Time Bid Advertisement Date October 19, 2017 Release of Invitation to Bid October 19, 2017 Mandatory Pre-Bid Conference October 31, 2017 @ 10:00 A.M. Technical Questions Due from Prospective Bidder November 6, 2017 @ 5:00 P.M. Responses to Technical Questions Due November 13, 2017 @ 5:00 P.M. BIDS DUE TO BOCC November 20, 2017 @ 10:00 A.M. November 20, 2017 @ 2:00 P.M. Posting of Intended Award November 21, 2017 Board Consideration of Intended Award December 4, 2017 Posting of Notice of Award December 5, 2017 2. ITB Section 5.3 Bid Construction Tab 2 Experience for Similar Projects (Qualification) Please provide a list of three to five similar projects completed. Projects can be older than 5 years specified in the original ITB. 3. Appendix A Bid Proposal Form - #4 Information Added To accomplish the work in accordance with the Contract Documents and to commence such work on or before the date specified by the Architect in the written Notice to Proceed and to substantially complete the Project within 240 consecutive calendar days and to completion within 30 consecutive calendar days thereafter. (revised Proposal form included Attachment 1) 4. The Work RFI 1 - Who is responsible for power line removal? Response - See note on sheet C5

RFI 2 - Paving on the south side of the Public Works Facility is not included in this scope of work. Response - See civil sheets for site work limits RFI 3 - Is a geotechnical report available? Response - Yes, geotechnical report is included in the addendum as Attachment 2 RFI 4 - Sheet C2 of civil plans defines the scope of the earth work. Response - Refer to civil drawings for scope of earth work RFI 5 - Will the county direct purchase materials? Response No, all necessary materials need to be included in bid proposal RFI 6 - Do building permit fees need to be included in the bid proposal? Response Pending 5. Minority, Women, and Small Business Enterprise A. The purpose of the Minority, Women, and Small Business Enterprise Program is to provide guidance in the outreach of W/MBE s to ensure awareness and opportunities of doing business with Wakulla County. The Minority, Women, and Small Business Enterprise Program shall only apply to those projects, services or commodities funded by a federal or state grant/contract/agreement having W/MBE requirements and, not otherwise covered by a W/MBE or Disadvantaged Business Enterprise program. B. The Procurement Office will ensure compliance with this purpose by ensuring its requirements are included in Competitive Procurements as it applies to both primary and sub-contractors. C. The County will accept certification of W/MBE status from the City of Tallahassee, Leon County and State of Florida, Office of Supplier and Diversity as well as the Florida Department of Transportation (FDOT), DBE Program in lieu of creating its own Certification Program. The County may also consider and accept certification from other State of Florida, county or city programs on a case by case basis. D. W/MBE requirements: 1. The County will utilize the State of Florida, City of Tallahassee, Leon County, and FDOT directories to notify certified W/MBE firms of procurement opportunities in Wakulla County. The efforts of such outreach shall be maintained in the original procurement solicitation file. 2. Each primary contractor that intends to use subcontractors shall also use the State of Florida, City of Tallahassee, Leon County and FDOT directories of W/MBE to solicit W/MBE s for sub-contracting opportunities under a primary contract. 3. Each primary contractor that intends to use subcontractors shall be responsible for documenting outreach activities in accordance with the Competitive Procurement document.

4. Each Competitive Procurement document shall have a W/MBE goal determined by the amount of project as follows: 6. Local Preference Does not apply. 5% for Projects $50,000 or less 10% for Projects $50,000-$100,000 12% for Projects $100,001 or greater

Attachment 1 APPENDIX A-1: BID PROPOSAL FORM (TO BE COPIED BY THE BIDDER ON THE BUSINESS LETTERHEAD AND SUBMITTED IN ACCORDANCE WITH THE INSTRUCTIONS TO BIDDERS) BID TO: BID FROM: (Name of Firm) (Address) PROJECT: PROJECT #: ITB 2017-33 I have received the Instructions to Bidders, Bidding Documents and Specifications of the Project. I have received Addenda Numbers and have included their provisions in my Bid. I have examined both the Bidding Documents and the site and submit the following Bid. In submitting this Bid, I agree: 1. To hold my Bid in full force and effect for a period of thirty (30) calendar days after the date of the opening of this Bid. 2. To abide by the provisions of the Instructions to Bidders regarding disposition of the Bid Security. 3. To enter into and execute a Contract within ten (10) calendar days after the Contract is delivered to me, if awarded, and to furnish Performance Bonds and Public Payments Bonds in accordance with the General Conditions. 4. To accomplish the work in accordance with the Contract Documents and to commence such work on or before the date specified by the Architect in the written Notice to Proceed and to substantially complete the Project within 240 consecutive calendar days and to completion within 30 consecutive calendar days thereafter. 5. To pay as liquidated damages, the sum of $500. for each consecutive calendar day after the date for substantial completion as specified in the Contract. 6. To allow to be withheld three (3) times the installed market value of any item on punch list, as determined by the Architect, that has not been completed at the time of final completion. I will construct this Project for the lump sum price as listed below: $

Attachment 1 BID PROPOSAL FORM Florida Construction Industries Licensing Board Certification: (Name of Holder) (Certificate No.) FIRM: (Name of Firm) BY: (Signature of Bidder) (Name of Bidder) TITLE: (Title of Bidder) DATE: