FLORIDA DEPARTMENT OF TRANSPORTATION

Similar documents
Questions from Tampa Machinery:

Bryan Tucker. Florida Fish and Wildlife Conservation Commission DATE: FEBRUARY 20, 2017 ADDENDUM NO.: 1 BID NO.: FWC 16/17-106

FLORIDA DEPARTMENT OF TRANSPORTATION

City of Lawrence Office of the Purchasing Agent

INFORMATION FOR VENDORS DOING BUSINESS WITH THE CITY OF CORAL SPRINGS, FLORIDA FINANCIAL SERVICES DEPT

GRAND BLANC TOWNSHIP

Written lease requirements.

REQUEST FOR PROPOSAL. SEEKING A MANAGEMENT AGENT for the CASA DE LOS ARCOS HOUSING PROJECT. RFP No

FLORIDA POLICY AND PROCEDURES MANUAL REALTY K E D I T I O N

Appraisal Firewall Quick Start Guide

The City of Dayton has received questions relating to our RFP No JL.

City of Milton P.O. Box 909 MILTON, FL Phone: (850) Fax: (850)

Request for Proposals WASTE AND ORGANICS COLLECTION SERVICES RFP# ANM

REQUIREMENTS FOR CONSTRUCTION AND CONSTRUCTION RELATED CONTRACTS WITH VALUES OF LESS THAN $200,000

ADDENDUM #1 TO THE INVITATION TO BID PHASE 1 ENVIROMENTAL SITE ASSESSMENTS

Town of Manchester, Connecticut. General Services Department. Request for Qualifications Approved Real Estate Appraiser List RFQ No.

TEMPORARY EMPLOYMENT SERVICES, OFFICE AND CLERICAL 06-X-37778

UCF FACTS MADE PART OF THIS SOLICITATION

Attachment 8 Mechanical Engineering

Owner Builder Training Guide for the New Home Buyer Protection Public Registry

State of Florida Department of Transportation EXHIBIT A, SCOPE OF SERVICES

PUBLIC TRANSPORTATION VEHICLE LEASING

Informal Bid No: CRP2017 Bid for: City Sheridan 2018 Computer Replacements Bid Due (no later than): September 29, :00 P.M. (MST) Buyer: Kathy

TRIBAL CODE CHAPTER 13 PROCUREMENT AND PROPERTY MANAGEMENT

VOLUNTARY SALES ASSISTANCE PROGRAM CONSISTING OF TWO OPTIONS:

Attachment 10 Structural Engineering

BUILDINGS, LAND AND LAND IMPROVEMENTS

WinTar-Tenant Accts Receivable User' s Guide

Realist: Foreclosure Search Workshop

PUPIL TRANSPORTATION REIMBURSEMENT CLAIM DEPRECIATION SCHEDULE INSTRUCTIONS SCHOOL YEAR (PAYABLE IN FISCAL YEAR 2019)

BASIC RULES OF THE ANNUAL TAX SALE JUNE 20, 2016

IF CURRENT AND/OR PREVIOUS LANDLORD/MORTGAGEE INFORMATION IS THE SAME FOR JOINT APPLICANT PLEASE PROCEED TO EMPLOYMENT SECTION.

All proposals must include a current Business Registration Certificate, W-9 Form and a Certificate of Employee Information Report

Attachment 2 Civil Engineering

Request for Proposals

Contracts and Purchasing. Contracts and Purchasing. Competitive Bid Law Legal Authority for Boards. AASBO Certificate Program April 21 and 22, 2014

Background/Historical Context: The current copier contract between New Hanover County School System and Coeco Office Systems expires June 30, 2012.

HOW TO CREATE AN APPRAISAL

User Manual. Section 2: Implementation and Industry Translations. Created: October Copyright PropertyBoss Solutions, LLC. All Rights Reserved.

County Tax Sale PLEASE MARK YOUR ENVELOPE "SEALED BID # RETURN ONE (1) ORIGINAL AND THREE (3) COPIES TO:

February 22, RFQ No. 1 California WaterFix Real Estate Services ADDENDUM NO. 2

NON-STANDARD (VENDOR ORIGINATED) CONTRACT PROCESSING PROCEDURE

BOARD OF TRUSTEES JEFFERSON TOWNSHIP, MONTGOMERY COUNTY, OHIO RESOLUTION NO 16-38

Request for Proposals HQS Inspection Services May 21,

CONSULTANT AGREEMENT GUIDELINES. Top performing urban school district in Florida

Central Kentucky Educational Cooperative

ADDENDUM #1 Boulder County Housing Authority Housing Quality Standard (HQS) Inspection Services RFP #

CITY OF ROCHESTER, NEW HAMPSHIRE INVITATION TO BID

Administrative Processing

A D D E N D U M # 2. This Addendum is issued to the above referenced to RFP make the following changes, additions, deletions, and/or clarifications:

COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF GENERAL SERVICES

Iran Divestment Act Certification Frequently Asked Questions

3. Question: Please clarify multiple award. Answer: Multiple award means that there is a possibility for more than one award.

Request for Proposals for Professional Services. Affordable Housing Administrative Agent

Neighborhood Stabilization Program Frequently Asked Questions

OPERATIONS MANUAL CHAPTER 3 ACQUISITION AND PROPERTY MANAGEMENT

HOUSING INSPECTION PROGRAM APPLICATION INSTRUCTIONS

Invitation For Bid IFB 2895

New 2017 Fairway Deep Tine Aerifier

REQUEST FOR PROPOSAL (RFP) RFP AS. Appraisal Services Valuation of DBHA Properties

Request for Proposals For Village Assessment Services

1. Question: In regards to the facilities are they all Monday thru Friday cleaning? Any facilities Saturday and or Sunday cleaning?

GULFSTREAM POLO COMMUNITY DEVELOPMENT DISTRICT PALM BEACH COUNTY REGULAR BOARD MEETING APRIL 19, :00 P.M.

Business Personal Property Return (File this tax return between October 1 and December 31 with the above taxing official)

TERMS AND CONDITIONS GOVERNING THE ANNUAL TAX SALE OF JUNE 20, 2016 AND ADJOURNMENTS OR ASSIGNMENTS THEREOF

APPLICATION FOR OCCUPANCY

BASIC RULES OF THE ANNUAL TAX SALE JUNE 17, 2019

Please allow a minimum of two business days for processing, provided the application is complete and payment received.

ADDENDUM NO. 1 January 26, 2018 JOB ORDER CONTRACT FLEET AND FACILTY MANAGEMENT

City of Hays Request for Proposals

CARLSBAD MUNICIPAL SCHOOLS INVITATION TO SUBMIT SEALED BID. BID # SAXON PHONICS NIGP Code: 78587

INVITATION TO BID. Outdoor Slide with Trailer for use at the North Little Rock Parks and Recreation Funland Amusement Park

Waterside Village of Palm Beach Condominium Association Inc. 132 Waterside Drive, Hypoluxo FL Phone: ; Fax:

Keller Williams Listing System (KWLS)

ALFRED TEBBE JR Jackson County Treasurer 201 W Platt St Maquoketa,Iowa 52060

How to Participate. July 24, 2015

Disposition fee Taxable; this fee is part of the taxable gross rental of a lease. [W.S (a)(i)(B)]

Services and Fees. See below for a breakdown of our Full-Service Management Program. Service Costs What s Included.

Please allow a minimum of two business days for processing, provided the application is complete and payment received.

PRESENT EMPLOYER SUPERVISOR: BUSINESS/EMPLOYER PH. #:

ATM OWNER DUTIES AND RESPONSIBILITIES. Copyright 2015 CO-OP Financial Services

AGREEMENT made this day of, 20, by and between AMERATRANS LLC,

APPLICATION PURCHASE OR LEASE

CECIL COUNTY, MARYLAND ADDENDUM #1

H. UNIVERSITY PROCUREMENT CODE

COLORADO POLICY AND PROCEDURES MANUAL REALTY K E D I T I O N

Request For Proposal RFP # Capital Lease Financing for Enterprise Software. City of Greenville, Texas. October 13, 2010

HILLCREST COMMUNITY DEVELOPMENT DISTRICT BROWARD COUNTY REGULAR BOARD MEETING APRIL 19, :00 P.M.

REAL ESTATE BROKER SERVICES : DUPLEXES Request For Proposal # October 30, 2018

2017 BRAXTON COUNTY RFP GENERAL TERMS & CONDITIONS

NOKIA Co-op Program FAQs Table of Contents

Any member who drops or withdraws membership to HLAoR Board and/or MLS and wants to rejoin after 30 calendar days, must pay all joining fees.

ONE (1) New 2018 Model Year or New 2017 Model Year 1 ton 4wd Regular Cab Pickup Truck with Utility Body

Property Management Agreement Vacation Rentals

AUBURN UNIVERSITY PROCEDURES FOR THE MANAGEMENT OF GOVERNMENT PROPERTY

ARLINGTON COUNTY, VIRGINIA. County Board Agenda Item Meeting of February 12, 2011

Homeowner s Exemption (HOE)

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk

PROPERTY MANAGEMENT AGREEMENT

INDIAN RIVER COUNTY/CITY OF VERO BEACH ALTERATIONS AND ADDITIONS Generator INFORMATION/CHECKLIST BUILDING DIVISION

Transcription:

FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO. 4 DATE: September 21, 2016 RE: BID/RFP #: BID/RFP TITLE: RFP-DOT-16/17-4002JR Palm Beach County Road Ranger Service Patrol Notice is hereby given of the following changes to, and answers to questions asked regarding the above-referenced BID/RFP: 1. Question: On Exhibit C, Price Proposal Form, are the estimated hours accurate? Answer: Yes, the estimated number of hours is based on the length of the contract 2. Question: Is the pickup truck also required to be equipped with a message board? Answer: Yes, the pickup truck will need to follow the same specifications for the arrow panel. Refer to Exhibit A Scope of Services section 4.0 SERVICE PATROL VEHICLE REQUIREMENTS Road Ranger Statewide Procedure 750-030-015c section 1.2.1 for arrow board/message board requirements. 3. Question: Section 3.8 of the Scope of Services states: The CONTRACTOR must provide and maintain at all times a radio system that is compatible with the existing radio system utilized within the RTMC operations contract. The definition of compatible means that the contractor radio system must natively interface with all feature sets available with the RTMC operations contract radio system without the use of any third party hardware, or middleware software. Have you identified vendors whose radio systems are presently compatible with the existing radio system utilized within the RTMC? Answer: Currently, Highland Wireless is the radio company that is used for the existing radio system that is utilized in the RTMC. 4. Question: If the Department has identified vendors whose radio systems are presently compatible with the existing radio system utilized within the RTMC, can you identify them and, to the extent possible, give the model name and/or model number or SKU? Answer: Highland Wireless is the current vendor and they use the Kenwood Series radios. 5. Question: Section 3.8 of the Scope of Services also states: The CONTRACTOR shall be required to upgrade or change their radio system to meet any future specifications that the DEPARTMENT may decide to do in the future during the duration of this contract. Does the Department have plans to implement an upgrade to the radio system that is based on Statewide Law Enforcement Radio System ( SLERS ) or which includes a SLERS component? Answer: The Department has the option to change the system should it meet the needs of the RTMC and the Road Ranger contracts. There is no set timeline for this effort. Addendum No. 4, Page 1

6. Question: If the Department anticipates that it will be implementing a SLERS radio system, and given the restrictions on non-law enforcement agencies from utilizing them or obtaining them, will the Department assist the awardee in clearing the bureaucratic hurdles in obtaining the radios? Answer: Please refer to section 5.3 Criminal Record Check in the Scope of Services for clarification on restrictions to non-law enforcement agencies/personnel. As long as security clearance is given, the ability to use the SLERS system is available. 7. Question: Section 3.9 of the Scope of Services calls for the installation of video cameras in the vehicles which have the following requirements: Video camera must be a native IP base camera Video camera must support a minimum 1080p native resolution Video camera must support Pan Tilt Zoom (PTZ) functionalities Video camera must have a minimum of 20 optical zoom rating Video camera must have the ability to transmit sound Video camera must be natively supported to integrate with the existing RTMC operations video management system and hardware used to manage existing cameras within District 4. Has the Department identified a video camera system that meets all of these criteria and, if so, can you disclose the manufacturer and make and model number? Answer: Section 3.9, In-vehicle Video Monitoring was deleted from Exhibit A, Scope of Services in Addendum No. 2. 8. Question: There is currently a sponsor for the Road Ranger program in place who provides a full body wrap of the tow truck cab and bed. Does the contract awardee have to provide truck with the lettering required by Section 4.3 of the Scope of Services if the lettering will have to be immediately removed in order to be covered by the body wrap? Answer: Vehicle logos and markings will not have to be removed to accommodate the sponsorship markings if they are put on before the sponsorship markings. They can be placed around the existing markings. This can all be coordinated with the marketing company responsible for putting the sponsorship markings on the vehicle. 9. Question: Section 4.4 of the Scope of Services states that all tow trucks must be equipped with: A truck mounted flashing arrow panel. An arrow panel shall be (See Appendix B for reference): o Type B and in accordance with other specifications as listed in Part VI, Section 6F.56 of the Manual on Uniform Traffic Control Devices, 2003 Edition, Revision 2. o In-cab remote controlled. o Certified in accordance with DEPARTMENT S Qualified/Approved Products List. Appendix B to the RFP is entitled: "APPENDIX B' Truck Mounted Dynamic Message Sign (2 Line, 10" Character, LED Changeable Message Sign). The board described in Appendix B is not an arrow panel as that term is used in the towing industry. Are tow trucks required to have arrow boards or dynamic messaging signs? Addendum No. 4, Page 2

Answer: Appendix B is a guide to what is approved on the DOT Qualified Products List. The DOT Road Ranger Procedure 750-030-015 section 1.2.1 Letter H allows an arrow panel or a changeable message sign. 10. Question: Anchor Towing and Marine is the current vendor on i-95 in Palm Beach County. We use FDOT approved Class III lime green fluorescent safety vests because they can be seen further in the dark. Section 5.7 requires the use of Orange Class III safety vests. Would the Department accept Class III lime green fluorescent safety vests instead of the orange ones? Answer: If the Lime Green Class III fluorescent safety vests meet the American National Standards Institute (ANSI) requirements, they can be allowed on this contract. 11. Question: Can someone advise us the Truck/Equipment Total for this Contract. How many and the type of Answer: Please refer to section 4.1 MINIMUM NUMBER OF SERVICE PATROL VEHICLES REQUIRED of Exhibit A Scope of Services and section 4.4 TOW TRUCK VEHICLE REQUIREMENTS of Exhibit A Scope of Services and section 4.5, 4.6, and 4.7 for equipment requirements. 12. Question: Please verify proposal due date. Answer: Please refer to the section of the advertisement titled, Downloadable Files for Advertisement. Page 2, section 2) TIMELINE of the attachment titled, Request for Proposal, states the date proposals are due. 13. Question: What is the minimum number of back-up vehicles required? Answer: Please refer to section 4.1 MINIMUM NUMBER OF SERVICE PATROL VEHICLES REQUIRED paragraph 4 and 5. It is up to the vendor to determine how to fulfill the Scope of Services. 14. Question: Are the vehicles allowed to park/turn out of the FDOT yards? Answer: All Road Ranger Service Patrol vehicles need to perform the duties set forth in section 3.1 GENERAL SERVICES TO BE PROVIDED. The vehicles need to leave whatever facility the vendor chooses per the requirement in section 3.4 paragraph 2. FDOT yards are not going to be permitted for use. 15. Question: Upon award, what is the time frame the contractor will have to commence service? Answer: Please refer to section 7.3 METHOD OF COMPENSATION AND TERM bullet 1-Date of Execution and bullet 2-Date of Notice to Begin Work. 16. Question: Is the current workforce affiliated with any union? Answer: The FDOT Project Manager has no knowledge of this to answer. 17. Question: On the Price Proposal Form, is the Proposed Estimated Subtotal amount added to the Sponsorship Optional Services to arrive at the Grand Total? Answer: Yes, that is correct. The Proposed Estimated Subtotal Amount is added to the Sponsorship Optional Services amount to arrive at the Estimated Grand Total on Exhibit C, Price Proposal Form. 18. Question: What is the estimated total weekly billable service patrol hours? Answer: There is not a finite number of hours for weekly billable service patrol hours. Please refer to section 7.4 CONTRACT INVOICE. Addendum No. 4, Page 3

19. Question: Who provides the 2-way Radio? If contractor, is there a specific type or model? Answer: Please refer to section 3.8 RADIO COMMUNICATIONS of Exhibit A Scope of Services. 20. Question: What is the approximate cost of the Comment Cards, as the RFP requires a specific vendor to be used. Answer: Vendors can contact PRIDE Enterprises for a cost estimate on the comment cards. Office Products VENDOR: PRIDE Enterprises 91431608-16-P P.O. BOX: P.O. Box 370 CITY, STATE, ZIP: Cross City, FL. 32628 TELEPHONE: 813-890-2131 TOLL FREE NUMBER: 800-443-7601 ORDERING FAX NUMBER: 813-890-2106 EMAIL: graphicsorders@pride-enterprises.org REMIT TO ADDRESS: PO Box 917362 CITY, STATE, ZIP: Orlando, Florida 32891-7362 URL HOME PAGE ADDRESS: www.pride-enterprises.org Sales and Product Information aacosta@pride-enterprises.org Joaquin Sanchez - Sales Representative Palm Beach Fort Lauderdale area 786-374-9297 21. Question: Is there a Request for Proposal Registration Form? Answer: No, there is not a Request for Proposal Registration Form. 22. Question: How many total service hours are estimated for the contract? Answer: Please refer to Exhibit C Price Proposal Form Proposed Estimated Subtotal Amount of hours. 23. Question: What are hours/ days for supervisor pick up truck? Answer: 24 hours a day 7 days a week. Please refer to section 3.5 Hours of Service and section 4.1 for minimum number of service patrol vehicles required. 24. Question: Is roaming supervisor truck billable hours? Answer: Yes. 25. Question: Is project actual start date 11/1/2016? Answer: Please refer to section 7.3 Exhibit A Scope of Services for the two distinct start dates for this contract. The Date of Execution will take effect when the contract begins and the Date of Notice to Begin Work will be no less than three (3) calendar months after the Date of Execution. 26. Question: If actual start date is 11/1/2016 and intent to award 10/17/2016 there is not enough time for acquiring needed equipment unless you're the incumbent please clarify. Answer: Please reference question 4 above and refer to section 7.3 Exhibit A Scope of Services. Addendum No. 4, Page 4

27. Question: What is the current incumbent price per hour for this project? Answer: $42/hour 28. Question: What radio system is Department currently using? Answer: Highland Wireless. 29. Question: Has Department tested a specific pan & tilt camera system that is compatible with your system? Answer: Please refer to Addendum #2 that has been issued. This requirement has been removed. 30. Question: Will Department facilitate Sharp2 training to drivers? Answer: FDOT will provide the SHRPII Training as required in section 5.5.4 of Exhibit A Scope of Services 31. Question: What GPS system is Department currently using? Answer: The Department is not utilizing a GPS system. 32. Question: Please clarify if required equipment is an arrow board or a DMS. Answer: Please refer to section 4.4 bullet 19 sub-bullets 1-3 in Exhibit A Scope of Services and also refer to Road Ranger Statewide Procedure 750-030-015 section 1.2.1 letter H for additional requirements. 33. Question: How do the camera s in trucks work? Will they stream video live or record then transfer at a late time. Do we pay for the camera s? Is there a monthly service for them, if so, who pays? Answer: Section 3.9, In-vehicle Video Monitoring was deleted from Exhibit A, Scope of Services in Addendum No. 2. 34. Question: Are the Dynamic Message Signs purchased and installed by the vendor? Answer: Yes 35. Question: The Radios are provided by FDOT? Who pays the month service cost? Answer: Please refer to section 3.8 of Exhibit A Scope of Services for all responsibilities required by the vendor, and specifically paragraph 4 for the above question. 36. Question: What is the mileage for the contract? How many miles of coverage? Answer: 45 centerline miles of coverage 37. Question: How much do the drivers currently get paid? Answer: Between $12-13.50 38. Question: Who is responsible for maintenance of fuel records? Answer: The vendor will be responsible for maintaining all records required by the Scope of Services for the duration of the project. Addendum No. 4, Page 5

39. Question: What is justification for additional fuel costs? For example, if AutoBase is sent to an area outside of the normal route, and there is a toll road or significant difference in mileage, who would be responsible for those additional charges. Answer: The Department reimburses for fuel costs on a quarterly basis on an adjusted rate. See section 7.7 and all subsections after that of Exhibit A Scope of Services. There are no excessive mileage that would be allowed on this contract that would have fuel costs incurred by the vendor that are not reimbursable by the Department. There are no toll roads within this contract. No tolls will be paid to the vendor if incurred. 40. Question: Out of Zone is open ended, who is responsible for added cost? Answer: See Question 41 for answer. 41. Question: S.I.R.V. vehicles--who is responsible for them and is there additional training involved? Answer: SIRV vehicles are not a part of this contract or required services throughout this contract. 42. Question: Who is doing the SLERS background checks? Answer: RTMC Operations Manager is responsible for the SLERS background checks once paperwork is completed from vendor. 43. Question: What are the performance measures and what are their basis? Answer: Please refer to section 7.5 of Exhibit A Scope of Services. 44. Question: Can the facility be a Tow yard? If so, can a towing company operate out of the same location? Answer: Please refer to section 3.4 of Exhibit A Scope of Services. As long as all criteria set forth in the Scope of Services is met, it is up to the vendor to determine the best way to do that. 45. Question: Can the uniforms and vests be ANSI 3 lime green? Answer: If the Lime Green Class III fluorescent safety vests meet the American National Standards Institute (ANSI) requirements, they can be allowed on this contract. Exhibit A, Scope of Services will be revised. 46. Question: Do the Road Rangers wreckers have to be inspected by FHP and meet the same requirements as the Tow list? Answer: No. FHP does not have any part of this contract. All Road Ranger tow trucks have to meet the requirements set forth in section 4.4 of Exhibit A Scope of Services. 47. Question: Based on our experience, we have found the recommended arrow board to be of average quality. Is there an approved alternate? Answer: For approved alternates, refer to FDOT s Approved Products List. 48. Question: Are Road Rangers required to have Palm Beach County Tow certification or ID? Answer: No that is not a requirement. Towing is not a part of this contract. 49. Question: Is a computer/cad system used in the RRSP vehicles? Answer: No computer/cad system is used in this Road Ranger Service Patrol contract. Addendum No. 4, Page 6

50. Question: Can you verify the Service Patrol Supervisor is a billable rate hours needed to run or is it to be absorbed by Contractor? Answer: Service Patrol Supervisor is a billable rate hours that are needed. Please see Exhibit C Price Proposal Form. 51. Question: How did you compute the estimated hours for Service Patrol Operator? Answer: Estimated hours for Service Patrol Operator is based on the number of weeks for the duration of this contract. 52. Question: How did you compute the estimated hours for Service Patrol Supervisor? Answer: Estimated hours for Service Patrol Supervisor is based on the number of weeks for the duration of this contract. 53. Question: Are the estimated hours calculated for the Service Patrol Operator & Supervisor on a yearly basis or based on the entire length of contract? Answer: The entire length of contract from when Notice to Begin work is given. 54. Question: Are the requirements for the 8 tow truck vehicles and 1 pickup truck min requirments as seen in bid min? extra tow trucks to be purchased for contractor at there disretion in bid are spares over 8 this is extra to not include 8 min ask for in bid minium? Answer: Minimum number of trucks required to perform the services requested in the Scope of Services Exhibit A is what is required. If the vendor feels they can keep the requirement met with or without spares that is up to the vendor. 55. Question: Also in bid it says sling and extendable boom im ok with this just verifying this is minium requirments? I see trucks running now no sling no boom extendable? Answer: This is a requirement and must be met. 56. Question: What is the exact radio requirements? Is Highland radio acceptable vender? Answer: Highland Wireless is the FDOT vendor currently. 57. Question: supervisor pick up can i get requiremnts needed to have push bumper arrow board exc? Answer: Requirements are per section 4.3 and also Road Ranger Statewide Procedure 750-030- 015 section 1.1 58. Question: in bid also can you specify if trucks should have message board or arrow board for clarity contract says both so witch one do you prefer? Answer: Please refer to section 4.4 bullet 19 sub-bullets 1-3 and also Road Ranger Statewide Procedure 750-030-015 section 1.2.1 letter H 59. Question: Vehicle camera and in-vehicle monitoring equipment are to be on what system? Is there a preferred vendor to use? Answer: Section 3.9, In-vehicle Video Monitoring was deleted from Exhibit A, Scope of Services in Addendum No. 2. 60. Question: Any requirements for facility capabilities? Answer: Please refer to section 3.4 Project Area of Exhibit A Scope of Services. Addendum No. 4, Page 7

61. Information: The information for the previous contract, BDR20, is public record and can be accessed on the Florida Accountability Contract Tracking System (FACTS). You can access FACTS at the following link: https://facts.fldfs.com/search/contractsearch.aspx To access those documents in FACTS: 1. Enter the contract number into the Agency Assigned Contract ID field 2. Click Search 3. Once the next screen loads, scroll down and click on the contract number 4. Once on the contract s page, click the Documents tab. 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. Joe Ricardo Procurement Agent Bidder/Proposer Address Submitted by (Signature) 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. Addendum No. 4, Page 8