Skip to Banner Skip to Left Nav Skip to Content
Navigation Table Top Image
Task Table Left Side Images Clear Dot Image VBS Home
Clear Dot Image
VBS Search
Clear Dot Image Task Table Right Side Image
Task Table Bottom Image
Next Generation Vendor Information Portal (VIP)
 
The Next Generation Vendor Information Portal (VIP) is live! State of Florida solicitations are now advertised in Next Gen VIP at https://vendor.myfloridamarketplace.com. The Vendor Bid System now only serves as a historical record of advertisement information posted prior to March 28, 2022.
 
For training materials and more information on the Next Gen MyFloridaMarketPlace project, visit our webpage at https://dms.myflorida.com/nextgenmfmp.
 


Advertisement Detail

 
Department of Transportation
Request for Proposal
Road Ranger Safety Service Patrol
Advertisement Number: RFP-DOT-17/18-8001-RM
Version Number: 000
Advertisement Begin Date/Time: 07/21/2017 - 02:30 P.M.
Advertisement End Date/Time: 08/08/2017 - 02:30 P.M.

Mod: 07-21-2017 03:48:36
Last Edit: Friday, July 21, 2017 at 03:48:36 P.M.


 
Commodity:
78141505 Towing service for commercial and private vehicles

 
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 (FTE), 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 12, 2017, for the following project:

RFP-DOT-17/18-8001-RM

SCOPE OF SERVICES: The Florida Department of Transportation (FDOT), Turnpike Enterprise seeks the services of qualified Proposers to provide Road Ranger Safety Service Patrol (RRSSP) operators and vehicles to patrol FTE roadway facilities providing incident management and motorist assistance services.

Proposer’s Qualifications:

General

Unless otherwise specified, the Vendor shall be responsible for providing and maintaining all required resources for full-function RRSSP services in accordance with the requirements of FDOT Road Ranger Program Procedure No: 750-030-015 Road Ranger Operations (current version) and as described herein including, furnishing all personnel, supervision, expertise, training, certifications, vehicles, technical computerized equipment, communication devices, equipment, tools, materials, maintenance, expendables, parts, licenses, supplies and incidentals.

The services to be provided by the Vendor shall include a combination of patrolling, roving and staging for response on Florida’s Turnpike facilities up to twenty-four (24) hours per day, seven (7) days per week. Services to be provided include, but are not limited to:

• Detecting, verifying, reporting and providing all necessary assistance with traffic incidents to insure safe, quick clearance.

• Rendering assistance to FTE customers as directed by appropriate supervisor, law enforcement agencies or as provided for in the Standard Operating Guidelines (SOGs).

• Assisting FTE, the Florida Highway Patrol (FHP) and other law enforcement agencies, Fire Rescue/EMS, and other agencies as needed or requested, per the SOGs.

• Safely and expeditiously removing debris and minor non-¬hazardous spills from the highway, or assisting with removing vehicles or other incidents per the SOGs.

• Specialized response activities for Express Lanes, including establishing traffic controls for hard closures of the Express Lane for incident management; facilitating emergency egress from the Express Lane; and directing traffic to or from the Express Lane for incident management purposes (as described in the SP SOG Express Lane Supplement).

• Taking actions to maintain and/or improve safe and efficient flow of traffic.

• Daily monitoring of intelligent transportation systems devices.

• Identifying, verifying and reporting property damage to infrastructure owned by or located on the Florida’s Turnpike Enterprise right-of-way.

RRSSP Operators need a working knowledge of maintenance of traffic (MOT), traffic incident management (TIM), the National Incident Management System (NIMS), hazardous materials awareness, and need to be able to provide incident status and traffic condition reports to the Traffic Management Center (TMC).

The RRSSP fleet will consist of incident response trucks (IRT), tow trucks, flatbed wreckers, and/or pickup trucks as described in Section 13.1. It is anticipated that:

• Tow trucks, designated IRTs and pickup trucks will be patrolling,

• Flatbed wreckers will be staged, and

• Designated IRTs, operated by Incident Response Lead Operators, will be staged and roving as needed.

The Vendor shall initially provide vehicles, equipment and personnel to patrol designated portions of:

• Homestead Extension of Florida’s Turnpike, Milepost (MP) 0.0 to 46.5

• Florida’s Turnpike Mainline, MP 46.5 to 308.9 and 0X to 3.34X

• Sawgrass Expressway, MP 0.0 to 22.5

Effective on or about September 8, 2018, it is expected that coverage of the following roadways will be added:

• East-West Expressway (SR 408), MP 0 to 1

• Southern Connector (SR 417), MP 0 to 6

• Seminole Expressway (SR 417), MP 37 to 55

• Beachline Expressway (SR 528), MP 0 to 8

• Western Beltway (SR 429), MP 0 to 11

Current Express Lane Corridor and General Purpose Lane Patrol zones are listed in Appendix G. Future Express Lane Corridor patrol zones will be determined in conjunction with the Vendor and Florida Highway Patrol. Patrol zones may be modified by FTE to provide the best response and customer service.

Additional roadways/zones may be added in the future.

Patrol zones and hours of patrol are subject to the availability of funds.

The Vendor shall maintain and keep in force throughout the life of the Contract, renewals, and extensions, the requirements specified below. Failure of the Vendor to comply with these requirements will be sufficient grounds for the Department to declare the Contract in default, subject to the terms of Section 6, Termination and Default, of the Standard Written Agreement.

RRSSP operators and road supervisors are in direct contact with FTE customers daily and therefore are required to perform their duties at a high standard. The following requirements are to ensure a high level of service to our customers.

Upon hiring, each operator and road supervisor shall:

• Be licensed to drive the assigned RRSSP vehicle in accordance with the 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.

• Successfully pass the Joint Task Force (JTF) on State Agency Law Enforcement Communications background check, including requirements to be a legal resident and approved to work in the United States (see Appendix F).

Required Experience

RRSSP operators shall be knowledgeable in the proper and safe discharge of their duties.

RRSSP operators shall have a minimum of two (2) years’ experience in automotive mechanics. Experience may be a demonstrated combination of training, work experience, aptitude or other automotive repair and maintenance experience.

RRSSP operators operating Tow Rigs shall be capable, skilled and shall have received light duty tow operator training and certification as specified in Section 7.1.1 of Exhibit “A,” Scope of Services.

Vendor Responsibilities

The Vendor shall provide resumes of proposed staff for approval by FTE prior to assigning staff to RRSSP tasks.

The Vendor shall perform both driving record and criminal history record checks on all staff prior to proposing the drivers to FTE for consideration. The criminal history record check must be conducted by the Florida Department of Law Enforcement and shall go back to the driver’s date of birth.

The Vendor shall provide FTE with driving record checks every six (6) months.

The Vendor shall provide proof, by a licensed medical practitioner or technician, that all staff is drug free (in accordance with Florida Statutes Section 112.0455) prior to beginning operations. Additional testing will be in concurrence with FDOT “Drug-Free Workplace and Testing Policy” Topic No. 001-250-013 and at a minimum of every six (6) months.

Fees and expenses associated with these checks and tests are the responsibility of the Vendor.

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 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:

All payment(s) to the Vendor resulting from this competitive solicitation WILL be subject to the MFMP Transaction Fee in accordance with the referenced Form PUR 1000 General Condition #14. The Transaction Fees imposed shall be based upon the date of issuance of the payment.

Scrutinized Companies Lists

Section 287.135, Florida Statutes, prohibits agencies from contracting with companies, for goods or services over $1,000,000, that are on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. Both lists are created pursuant to section 215.473, Florida Statutes. A vendor on either Scrutinized List may not bid on, submit a proposal for, or enter into or renew a contract for commodities and/or contractual services of $1 million or more.

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.

HOW TO APPLY: Prospective proposers may obtain a complete Request for Proposal, (RFP) package, including specifications and general proposal conditions for the above-referenced project at no cost, by placing the link below in their browser. Then scroll down and click on RFP-DOT-17/18-8001-RM and open the attached document.

http://www.myflorida.com/apps/vbs/!vbs_www.search_r2.matching_ads

PRE-PROPOSAL MEETING: The Department will convene a MANDATORY PRE-PROPOSAL MEETING for this Request for Proposal (RFP) on Tuesday, August 8, 2017 at 10:30 a.m. The meeting will be in Conference Room 2167, at the Florida’s Turnpike Headquarters, MP 263, Turkey Lake Service Plaza, Building 5315 Room 2167. FAILURE OF A PROPOSER TO ATTEND THE MANDATORY PRE-PROPOSAL MEETING WILL RESULT IN REJECTION OF THE PROPOSAL.

The Department reserves the right to reject any or all proposals.

NOTE: All of the Department’s ITB/RFP/ITN ADVERTISEMENTS appear on the Internet at website:

http://myflorida.com

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.


 
Request for Proposal will be opened at the below address at 02:30 P.M., August 08, 2017.
 
Please direct all questions to:
Robin Morgan
Phone: (407) 264-3697
FAX: (407) 234-3058
 
Florida's Turnpike MP 263
Turkey Lk Svc Plaza, Bldg 5315
Ocoee FL, 34761
 
Email: robin.morgan@dot.state.fl.us
 
Any person with a disability requiring special accommodations at the pre-solicitation conference and/or bid/proposal opening shall contact purchasing at the phone number above at least five (5) working days prior to the event. If you are hearing or speech impaired, please contact this office by using the Florida Relay Services which can be reached at 1 (800) 955-8771 (TDD).
 
The Department reserves the right to reject any and all bids or accept minor irregularities in the best interest of the State of Florida.
 
Certified Business Enterprises are encouraged to participate in the solicitation process.
 

Downloadable Files for Advertisement
Version Description Type Required
Original Complete RFP Package (Open/Save/View) Complete Document
indicates a required (not withdrawn) file
 


For questions on a specific bid advertisement, contact the agency advertisement owner. Advertisements include the contact information for the agency advertisement. The agency advertisement owner is the point of contact for vendors with specific questions.

      Copyright © State of Florida
Privacy Statement