|
|||||||||||||||||||||||||||||||||||||||||||||||||||
|
Advertisement Detail Request for Proposal Specialty Towing and Roadside Repair (STARR) Services Advertisement Number: RFP-DOT-18/19-8002-WS Version Number: 003 Advertisement Begin Date/Time: 08/21/2018 - 02:30 P.M. Advertisement End Date/Time: 10/09/2018 - 02:30 P.M. Mod: 09-20-2018 01:51:29 Last Edit: Thursday, September 20, 2018 at 01:52:19 P.M.
Group No. 1 Questions & Answers; Posted 9/20/2018 Addendum No. 2; Posted 9/12/2018 Addendum No. 1; Posted 9/10/2018 ADVERTISEMENT REQUEST FOR PROPOSAL STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION FLORIDA'S TURNPIKE ENTERPRISE Sealed Proposal Packages will be received by the Department of Transportation, Florida's Turnpike Enterprise, Contractual Services Office, Building 5315 on Florida's Turnpike, Milepost 263.0, Turkey Lake Service Plaza, Ocoee, Florida, 34761, until 2:30 P.M. (local time) on Tuesday, September 25, 2018 for the following project: RFP-DOT-18/19-8002-WS SPECIALTY TOWING AND ROADSIDE REPAIR (STARR) SERVICES FOR FLORIDA’S TURNPIKE ENTERPRISE SCOPE OF SERVICES: The Florida Department of Transportation, Florida’s Turnpike Enterprise (FTE), seeks the services of qualified Proposers to facilitate expedient, safe and efficient towing services for wrecked or disabled motor vehicles and for the removal of abandoned vehicles, spilled motor vehicle fluids, and debris or cargo from the Turnpike Right-of-Way. Vendor Requirements The principle owner(s) of the Vendor/Companies must have been in the towing and recovery business for a minimum of three (3) years prior to application. The Vendor shall perform a majority of the work with its own equipment and personnel. Sublet work cannot account for more than forty-nine percent (49%) of roadside service calls or charges. No change in personnel, equipment and/or facilities may be made without prior FTE approval. Background and Experience The prospective Vendor shall provide descriptions of: • Number of employees • Location, number and size of offices, yards, garages and storage facilities • Specific experience with public entity clients • Relevant projects of similar size and scope performed over the past four (4) years As part of the description, Vendor shall identify associated results or impacts of the work performed. Equipment The prospective Vendor shall provide a complete inventory of owned or leased equipment that will be used to provide the services of the STARR Program. Equipment lists shall include sufficient descriptions to indicate conformance with the requirements herein. Equipment lists will be verified through inspection. The prospective Vendor should also provide information on any additional specialized equipment that may be used in this Program. Tow Yard Location There shall be clearly defined routes to and from Florida’s Turnpike sector access points and the Vendor’s yard or garage and the storage facility. When service vehicles are not required to be positioned at the service plazas or other Turnpike facilities, they may respond from the this location. The location of the Vendor’s yard /office and storage facility is a qualifying factor for award of a STARR Contract. Storage Facility Features The Vendor shall maintain a fenced and adequately sized storage facility that is secure against theft and damage. The storage area shall be fully enclosed by a commercial grade fence at least six (6) feet tall and shall include a completely enclosed permanent structure for inside storage of vehicles involved in fatal crashes, or other vehicles as directed by FHP. The outside secure storage area shall be gravel or pavement and at least one-half (0.5) acre in area. There shall be a designated office of at least two hundred (200) square feet. Neither the inside storage area nor the outside secure lot shall be shared by or with another towing vendor. There shall be a large sign legible from the street on the office and/or the gate that clearly states the Vendor name and the twenty-four (24) hour phone number. The sign shall also include the hours of operation. The minimum normal office hours of operation required under this Contract are Monday - Friday 7:00 a.m. until 7:00 p.m., and from 8:00 a.m. to 1:00 p.m. on Saturday. Vehicles are to be released on a twenty-four (24) hours per day, seven (7) day-per-week basis (see Exhibit “A,” Scope of Services, Section 4.4.6 Release of Vehicles). Failure to comply with the storage facility requirements may result in suspension or dismissal from the program. Management and Staffing Tow Operator Competency and Certification All Tow Operators working on Florida’s Turnpike shall be fully trained by a tow industry training company and capable of providing roadside assistance and professional towing and recovery services. In addition, each Tow Operator shall have, or obtain within six (6) months of Contract execution, National Driver Certification from the Towing and Recovery Association of America (TRAA) for Level I Light Duty Towing and Recovery. Failure to obtain and maintain certification may result in Tow Operator disqualification. The Vendor shall provide effective and ongoing supervision and periodic performance and safety practices reviews of all Tow Operators. Tow Operator Qualifications Each Tow Operator shall: • Be licensed to drive the assigned service vehicle in accordance with the State of Florida Motor Vehicle Code. • Be a minimum of eighteen (18) years of age. • Have a safe driving record in accordance with FDOT “Driver’s Records Requirements” Procedure No. 250-000-010. • Be drug free in accordance with Section 112.0455, F.S. prior to beginning operations. • Provide a current FDLE background check. o FDLE background checks with criminal history are subject to FHP review and recommendation. o The Vendor shall notify FTE immediately of any known changes to FDLE background or Driver License status for any tow operator. • Tow Operator participation in the program is dependent upon compliance with FHP wrecker rules and policies. • Be a legal resident and approved to work in the United States. Tow Operators shall also: • Speak and understand English fluently and be able to clearly communicate with FTE’s customers using the English language. • Exercise sound judgment in carrying out their duties. • Exhibit conduct in a manner that will reflect favorably on FTE. No Tow Operator shall work or train on this Program without obtaining prior approval from FTE. The Vendor shall submit a current FDLE background check (subject to FHP review and recommendation) and valid driver license for each approved Tow Operator annually. Training All Tow Operators shall be fully trained in proper vehicle positioning and safety procedures for high speed limited access roadways as outlined in Exhibit “A,” Scope of Services, Section 5, Program Operational Requirements prior to starting work on FTE facilities. All Tow Operators shall also be trained in up-righting vehicles, proper loading/securing, and axle weight distribution. Within six (6) months of hiring, all Tow Operators are also required to complete the Federal Highway Administration’s National Traffic Incident Management Responder Training; and in addition, receive basic instruction in emergency light use, traffic control devices, and Traffic Incident Management - including quick clearance practices. This training should be provided by an instructor designated by the FTE. The Vendor shall contact FTE to schedule this training. Tow Operators from the Vendor may also be required to participate in periodic training or exercise sessions provided by FTE that cover Florida’s Open Roads Policy, traffic incident management best practices and expedited vehicle removal related to towing procedures. FTE training sessions will be scheduled at times and locations determined by FTE. The Vendor will be responsible for scheduling their personnel and maintaining records of the completion of these training classes. Fees and expenses associated with training/certification and training updates/recertification are the responsibility of the Vendor i.e. travel, lodging, etc. Failure to meet the training requirements may result in Tow Operator disqualification. The Department will review carefully to determine if the Vendor is responsive, responsible, and qualified in the area of work contemplated by this Contract. All Bidders, Proposers, and Respondents must be registered in the State of Florida’s MyFloridaMarketPlace system. All prospective bidders, proposers, and respondents that are not registered, should go to https://vendor.myfloridamarketplace.com/ to complete on-line registration, or call 1-866-352-3776 for assisted registration. For services contracts, all out-of-State corporations, out-of-State limited liability companies, and out-of-State limited partnerships must be authorized to do business in the State of Florida. For authorization, contact: Florida Department of State Tallahassee, Florida 32399 (850) 245-6051 For services contracts, all Bidders, Proposers, and Respondents must be properly licensed if the business being provided requires that individuals be licensed by the FL Department of Business and Professional Regulation. For licensing, contact: Florida Department of Business and Professional Regulation Tallahassee, Florida 32399-0797 (850) 487-1395 NOTE: In accordance with Section 287.057(23), Florida Statutes, respondents to this solicitation or persons acting on their behalf may not contact, between the release of the solicitation and the end of the seventy-two (72) hour period following the agency posting the notice of intended award, excluding Saturdays, Sundays, and state holidays, any employee or officer of the executive or legislative branch concerning any aspect of this solicitation, except in writing to the procurement officer or as provided in the solicitation documents. Violation of this provision may be grounds for rejecting a response. Public Meeting Notices and Meeting Agendas: Notice of the public meetings scheduled for this solicitation is provided in the timeline of the attached solicitation, with agendas for the public meetings. MFMP Transaction Fee: Effective July 1, 2018, through June 30, 2019, in accordance with House Bill 5003, the Transaction Fees imposed for use of the State of Florida's eProcurement systems will be seven-tenths of one percent (0.7 percent) of the payment issued. The Transaction Fees imposed shall be based upon the date of issuance of the payment. Scrutinized Companies Lists Section 287.135, Florida Statutes, prohibits a company from bidding on, submitting a proposal for, or entering into or renewing a contract for goods or services of any amount if, at the time of contracting or renewal, the company is on the Scrutinized Companies that Boycott Israel List, created pursuant to Section 215.4725, Florida Statutes, or is engaged in a boycott of Israel. Section 215.4725, Florida Statutes, also prohibits a company from bidding on, submitting a proposal for, or entering into or renewing a contract for goods or services of $1,000,000 or more, that are on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector Lists which were created pursuant to section 215.473, Florida Statutes. Title VI of the Civil Rights Act of 1964 COMPLIANCE WITH NONDISCRIMINATION STATUTES AND AUTHORITIES: Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); and 49 CFR Part 21; The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal-aid programs and projects); Federal-Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), (prohibits discrimination on the basis of sex); Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR Part 27; The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age); Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms “programs or activities” to include all of the programs or activities of the Federal-aid recipients, sub-recipients and contractors, whether such programs or activities are Federally funded or not); Titles II and III of the Americans with Disabilities Act, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131 - 12189) as implemented by Department of Transportation regulations at 49 C.F.R. parts 37 and 38; The Federal Aviation Administration’s Non-discrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low-Income Populations, which ensures non-discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq). INSPECTOR GENERAL The Contractor/Consultant/Vendor agrees to comply with s.20.055(5), Florida Statutes, and to incorporate in all subcontracts the obligation to comply with s.20.055(5), Florida Statutes. MANDATORY PRE-BID CONFERENCE: The Department will convene a MANDATORY PRE-PROPOSAL MEETING for this Request for Proposal (RFP) on Wednesday, September 5, 2018 at 10:30 a.m. in two (2) locations. The meeting will be in Room 1176, at the Eleanor Register Turnpike Operations Center, Pompano Beach Service Plaza, Milepost 65.0, on Florida’s Turnpike in Broward County, Florida. The telephone number is (954) 975-4855. The meeting will also be held at Florida’s Turnpike Enterprise, Turnpike Headquarters, MP 263, Building 5317, Rooms 3136 & 3137, Ocoee, Florida 34761, (407) 532-3999. FAILURE OF A BIDDER TO ATTEND THE MANDATORY PRE-BID CONFERENCE WILL RESULT IN REJECTION OF THE BID. Bring a copy of the full advertisement package to the meeting. HOW TO APPLY: Prospective bidders may obtain a complete Invitation to Bid (ITB), including specifications and general bid conditions for the above-referenced project by copying the link below into your browser: http://www.myflorida.com/apps/vbs/!vbs_www.search_r2.matching_ads The Department reserves the right to reject any or all bids. NOTE: All of the Department’s ITB/RFP/ITN ADVERTISEMENTS appear on the Internet at website: www.myflorida.com Scroll to the bottom of the page Click on “MyFlorida Legacy Website,” Click on "Business" Click on "Doing Business with the State" Under "Everything for Vendors and Customers" Click on "Vendor Bid System (VBS)" Under "Vendor Bid System" Click on "Search Advertisements" Drop menu for Agency and Select "Department of Transportation" Scroll down and Click on "Initiate Search" We encourage all vendors to regularly check this site.
|
||||||||||||||||||||||||||||||||||||||||||||||||||
|