Natural Disaster Pre-Event Contract for District 4, District-wide Emergency Transportation and Evacuation by Buses

Similar documents
State of Florida Department of Transportation

FLORIDA DEPARTMENT OF TRANSPORTATION

District Five Intelligent Transportation System (ITS) Software Integration and Maintenance Services

FLORIDA DEPARTMENT OF TRANSPORTATION

State of Florida Department of Transportation REQUEST FOR PROPOSAL

FLORIDA DEPARTMENT OF TRANSPORTATION

Title: RIGHT OF WAY ASBESTOS ABATEMENT FOR STATE ROAD 7

State of Florida Department of Transportation

HVAC WATER TREATMENT SERVICES

FLORIDA DEPARTMENT OF TRANSPORTATION

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

State of Florida Department of Transportation

FLORIDA DEPARTMENT OF TRANSPORTATION

FLORIDA DEPARTMENT OF TRANSPORTATION

State of Florida Department of Transportation District One Procurement Office 801 North Broadway Avenue Bartow, FL 33830

INVITATION TO NEGOTIATE FLORIDA'S TURNPIKE ENTERPRISE BUSINESS DEVELOPMENT, MARKETING, CUSTOMER SERVICE AND PUBLIC RELATIONS SERVICES

State of Florida Department of Transportation

FLORIDA DEPARTMENT OF TRANSPORTATION

District Five Quick Copy Center Services and Walk-up Convenience Copiers

District Five Janitorial Services

REQUEST FOR PROPOSAL REGISTRATION

State of Florida Department of Transportation District Six Procurement Office 1000 Northwest 111 Avenue, Room 6202-B Miami, Florida 33172

Central Florida Rail Corridor (CFRC) Maitland Bridge Cleaning & Painting

EXHIBIT 1. PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED GENERAL CONTRACTORS or LICENSED PAINTING CONTRACTORS BY THE

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

FLORIDA DEPARTMENT OF TRANSPORTATION

State of Florida. Division of Emergency Management

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

EXHIBIT 1. PROJECT NAME & LOCATION: NTC Orlando NGA Wall Stabilization, 8385 Daetwyler Drive, Orlando, Florida,

State of Florida Department of Transportation District One Procurement Office 801 N. Broadway Ave Bartow, FL 33830

State of Florida Department of Transportation District Three, Procurement Services 1074 Highway 90 Chipley, Florida 32428

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

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

Telephone: ( ) Fax Number: ( ). Internet Address:

FLORIDA DEPARTMENT OF TRANSPORTATION

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

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

State of Florida Department of Transportation

REQUEST FOR PROPOSALS FOR ASSET MAINTENANCE CONTRACT

COMPLETE AND RETURN THIS FORM

State of Florida Department of Transportation

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

Telephone: Fax: Internet Address:

FLORIDA DEPARTMENT OF TRANSPORTATION

STATE OF FLORIDA DEPARTMENT OF MILITARY AFFAIRS DMA-ITB-210 BID LIST REGISTRATION

FLORIDA DEPARTMENT OF TRANSPORTATION

INVITATION TO NEGOTIATE REGISTRATION

District Five Gopher Tortoise Relocation and Wildlife Monitoring Services

STATE OF FLORIDA DEPARTMENT OF MILITARY AFFAIRS DMA-ITB-215 BID LIST REGISTRATION

Ft. Lauderdale, FL July 14, 2017 Advertisement No. 1

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

THE INVITATION TO BID DOCUMENT YOU RECEIVED IS SUBJECT TO CHANGE.

STATE OF FLORIDA DEPARTMENT OF EDUCATION. Request for Proposal. Intent To Submit Proposal

BIDS WILL BE OPENED: NOVEMBER 15, 2:00 P.M. and may not be withdrawn within 90 days after such date and time.

State of Florida Division of Emergency Management

BID REGISTRATION TITLE: CLASSROOM ASSESSMENT SCORING ASSESSMENT (CLASS ) MATERIALS

FLORIDA DEPARTMENT OF TRANSPORTATION

FLORIDA DEPARTMENT OF TRANSPORTATION

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

State of Florida Division of Emergency Management

ITN-DOT-10/ DC

BID REGISTRATION TELEPHONE: ( ) FAX NUMBER: ( )

SATELLITE COMMUNICATIONS SYSTEM TECHNOLOGY ENHANCEMENT

Title: Florida Safe Routes to School D3 Campaign Spiral Bound Notebooks

FLORIDA DEPARTMENT LAW ENFORCEMENT INVITATION TO BID Acknowledgement Form

SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR QUALIFICATIONS NO. 12/ LR APPROVED SURVEYOR LIST. Table of Contents

State of Florida Department of Transportation

EXHIBIT 1. PROJECT NAME & LOCATION: Brooksville National Guard Armory Renovation, Spring Hill Drive, Brooksville, Florida

State of Florida Department of Transportation Procurement Services 1074 Highway 90 Chipley, Florida 32428

REQUEST FOR PROPOSAL REGISTRATION

State of Florida. Division of Emergency Management

SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSALS NO. 09/ LAM APPROVED REAL ESTATE BROKERS. Table of Contents

One Time Preventive & Remedial Service of Evapco Cooling Towers

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#

BUYER: Alicia Waymack, Senior Buyer ESTIMATED BID TAB POSTING DATE: February 1, 2017

State of Florida Department of Transportation

EXHIBIT 1 PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED GENERAL CONTRACTORS BY THE

BID REGISTRATION TITLE: TRANSMITTERS & CONVERTERS FOR THE SATELLITE OPERATIONS CENTER

Request For Proposal (RFP) for

Proposal No:

HILLSBOROUGH COUNTY AVIATION AUTHORITY

STATE OF FLORIDA FLORIDA DEPARTMENT OF LAW ENFORCEMENT

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

Notice of Intent to Participate Solicitation DMA-ITB-176

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #09-04 MOLE CRICKET BAIT PRODUCT, DELIVERY AND APPLICATION

INVITATION TO BID (ITB)

Invitation To Bid. for PURCHASE OR LEASE OF CARDIOVASCULAR EQUIPMENT 2016

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM

Invitation To Bid. for

REQUEST FOR PROPOSALS FLOOD DEBRIS REMOVAL

Invitation To Bid. for

Invitation To Bid. for

State of Florida Department of State REQUEST FOR PROPOSALS FOR

FLORIDA STATE FAIR AUTHORITY INVITATION TO BID CONTRACTUAL SERVICES

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID

Cover Sheet. State of Florida Department of State. Invitation to Bid

STATE DEPARTMEN DEP BID. Project Location: Ft. Myers, Florida NO C DEP

THE INVITATION TO BID DOCUMENT YOU RECEIVED IS SUBJECT TO CHANGE.

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES

Invitation to Bid RFP-VISITOR MANAGEMENT SYSTEM

Transcription:

State of Florida Department of Transportation District 4 Office of Procurement 3400 West Commercial Boulevard Ft. Lauderdale, Florida 33309-3421 INVITATION TO BID REGISTRATION ****************************************************************************** COMPLETE AND RETURN THIS FORM TO THE ABOVE ADDRESS OR FAX TO 954-777-4602 ****************************************************************************** Bid Number: Title: ITB-DOT-12/13-4020 EB Natural Disaster Pre-Event Contract for District 4, District-wide Emergency Transportation and Evacuation by Buses Date & Time of Bid Opening: 11:00 AM Local Time on Friday, April 12, 2013 Potential bidders should notify our office by returning this Bid Registration Form as soon as possible after downloading. Complete the information below and fax this sheet only to the Florida Department of Transportation Procurement Office at the fax number above, or mail to the address noted above. THE INVITATION TO BID DOCUMENT YOU RECEIVED IS SUBJECT TO CHANGE. Notice of changes (addenda), will be posted on the Florida Vendor Bid System at www.myflorida.com, under this bid number (click on BUSINESS, click on Doing Business with the State, under Everything for Vendors and Customers, click on Vendor Bid System (VBS),then click on Search Advertisements, click on the drop-down arrow beside the box under Advertisement Type, select Competitive Solicitation, click on the drop down arrow beside the box under Agency, select DEPARTMENT OF TRANSPORTATION, then go to the bottom of the same page and click on Initiate Search ). It is the responsibility of all potential bidders to monitor this site for any changing information prior to submitting your bid. Company Name: Contact Person: Address: City, State, Zip: Telephone: ( ) Fax Number: ( ) Internet E-Mail Address: Signed: Date: For further information on this process, you may contact Esther Brandt at 954-777-4620 or by email to esther.brandt@dot.state.fl.us. Page 1 of 17

State of Florida Department of Transportation INVITATION TO BID Natural Disaster Pre-Event Contract for District 4, District-wide Emergency Transportation and Evacuation by Buses ITB-DOT-12/13-4020 EB BIDS ARE DUE BY 11:00 AM LOCAL TIME ON FRIDAY, APRIL 12, 2013 POSTING BEGINS AT 11:00 AM LOCAL TIME ON TUESDAY, APRIL 23, 2013 POSTING ENDS AT 5:00 PM LOCAL TIME ON FRIDAY, APRIL 26, 2013 CONTACTS FOR QUESTIONS Esther Brandt 954-777-4620 or Fax 954-777-4602 Esther.brandt@dot.state.fl.us ADDRESS TO MAIL BIDS TO: State of Florida Department of Transportation District 4, Office of Procurement Esther Brandt, Contract Coordinator 3400 West Commercial Boulevard Fort Lauderdale, Florida 33309-3421 Cut off for questions is 11:00 pm local time on Thursday, April 4, 2013 Page 2 of 17

MINIMUM QUALIFICATIONS STATEMENT BID SUBMITTAL ITB-DOT-12/13-4020 EB Natural Disaster Pre-Event Contract District 4, District-wide Company Name FEID # How many years has your business conducted transport services? WORK REFERENCES List the names of three references for which your business has provided transport services. Note: you may attach a separate sheet containing this information. 1. 2. 3. BUSINESS NAME ADDRESS CONTACT PERSON PHONE NO. Page 3 of 17

CONTRACTOR/VENDOR DATA SHEET BID SUBMITTAL Bid Number: ITB-DOT-12/13-4020 EB Title: Natural Disaster Pre-Event Contract for District 4, District-wide Emergency Transportation and Evacuation by Buses FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): VENDOR NAME ADDRESS: CITY, STATE, ZIP: TELEPHONE: TOLL FREE NO.: (800) FAX NO.: / INTERNET E-MAIL ADDRESS: Will you accept the State of Florida Purchasing Card (VISA)? Yes No Page 4 of 17

1) INVITATION (ITB-DOT-11/12-4007 EB) The State of Florida Department of Transportation (hereinafter referred to as the "Department") is soliciting written bids from qualified bidders to establish a contract to provide for Natural Disaster Pre- Event Contract for District 4, District-wide Emergency Transportation and Evacuation by Buses. It is anticipated that the term of the contract will begin on or about June 1, 2013 and be effective until May 31, 2016. The work will begin upon written authorization and an encumbrance by the Department s Engineer. No guarantee of minimum or maximum amounts per bid item is made by the Department under this Contract. The Department intends to award this contract to the responsive and responsible bidder that submits the lowest responsive bid. After the award, said bidder will be referred to as the "Vendor". For the purpose of this document, the term "bidder" means the bidder acting on their own behalf and those individuals, partnerships, firms, or corporations comprising the bidder team. The term "bid package" means the complete response of the bidder to the Invitation To Bid, including properly completed forms and supporting documentation. 1.1 ADDITIONAL TERMS & CONDITIONS No conditions may be applied to any aspect of the ITB by the bidder. Any conditions placed on any aspect of the bid documents by the bidder may result in the bid being rejected as a conditional bid (see RESPONSIVENESS OF BIDS ). DO NOT WRITE IN CHANGES ON ANY ITB SHEET. The only recognized changes to the ITB prior to bid opening will be a written addenda issued by the Department. 2) TIMELINE Provided below is a list of critical dates and actions. These dates are subject to change. Notices of changes (addenda) will be posted on the Florida Vendor Bid System at www.myflorida.com (click on BUSINESS, click on Doing Business with the State, under Everything for Vendors and Customers, click on Vendor Bid System (VBS), click on Search Advertisements ) under this bid number. It is the responsibility of all potential bidders to monitor this site for any changing information prior to submitting your bid. ACTION / LOCATION DATE TIME NO PRE-BID CONFERENCE NOT APPLICABLE DEADLINE FOR TECHNICAL QUESTIONS - There is no deadline for administrative questions. Thursday, April 4, 2013 11:00 AM BIDS DUE & OPENED Florida Department of Transportation Office of Procurement 3400 West Commercial Blvd, Ft. Lauderdale, FL 33309 Friday, April 12, 2013 11:00 AM POSTING OF INTENDED AWARD Tuesday, April 23, 2013 11:00 AM Page 5 of 17

3) SPECIAL ACCOMMODATIONS Any person with a qualified disability requiring special accommodations at a pre-bid conference, public meeting, and/or opening shall contact the contact person at the phone number, e-mail address or fax number provided on the title page 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). 4) DIVERSITY ACHIEVEMENT 4.1 MINORITY BUSINESS ENTERPRISE (MBE) UTILIZATION The Department encourages MBE firms to compete for Department contracts, and also encourages non-mbe and other minority vendors to use MBE firms as subcontractors. The Department, its vendors, suppliers, and consultants should take all necessary and reasonable steps to ensure that minority businesses have the opportunity to compete for and perform contract work for the Department in a nondiscriminatory environment. Bidders are requested to indicate their intention regarding MBE participation on the MBE Planned Utilization form and to submit the completed form with their Bid. The contract vendor will be asked to submit payment certification for MBE subcontractors used. To request certification or to locate certified MBEs, call the Office of Supplier Diversity, Department of Management Services at (850) 487-0915, or access their MBE directory on the Internet at www.osd.dms.state.fl.us/. 4.2 DISADVANTAGED BUSINESS ENTERPRISE (DBE) UTILIZATION The Department encourages DBE firms to compete for Department contractual services projects, and also encourages non-dbe and other minority contractors to use DBE firms as subcontractors. The Department, its contractors, suppliers, and consultants shall take all necessary and reasonable steps to ensure that disadvantaged businesses have an opportunity to compete for and perform contract work for the Department in a nondiscriminatory environment. The Department shall require its contractors, suppliers, and consultants to not discriminate on the basis of race, color, national origin, religion, gender, age, or disability in the award and performance of its contracts. Bidders are requested to indicate their intention regarding DBE participation on the Anticipated DBE Participation Statement and to submit that Statement with their Bid Sheet. Federal law requires states to maintain a database of all firms that are participating or attempting to participate in DOT-assisted contracts. To assist the Department in this endeavor, Bidders are requested to submit Bidder s Opportunity List with their Bid Sheet. The list should include yourself as well as any prospective sub-contractor that you contacted or who has contacted you regarding the project. Page 6 of 17

To request certification or to locate DBEs, call the Department of Transportation s Equal Opportunity Office at (850) 414-4747, or access an application or listing of DBEs on the Internet at www.dot.state.fl.us/equalopportunityoffice. 5) MyFloridaMarketPlace Since July 1, 2003, the Department has been using the State of Florida s web-based electronic procurement system, MyFloridaMarketPlace. BIDDERS MUST BE REGISTERED IN THE STATE OF FLORIDA S MYFLORIDAMARKETPLACE SYSTEM BY THE TIME AND DATE OF THE BID OPENING OR THEY WILL BE CONSIDERED NON-RESPONSIVE (see Special Condition 19). All prospective bidders 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. 6) BID QUESTIONS & ANSWERS In accordance with section 287.057(24), 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. Any technical questions arising from this Invitation to Bid must be forwarded, in writing, to the procurement agent identified below. Questions must be received no later than the time and date reflected on the Timeline. The Department s written response to written inquiries submitted timely by bidders will be posted on the Florida Vendor Bid System at www.myflorida.com (click on BUSINESS, click on Doing Business with the State, under Everything for Vendors and Customers, click on Vendor Bid System (VBS), click on Search Advertisements ), under this bid number. It is the responsibility of all potential bidders to monitor this site for any changing information prior to submitting their bid. WRITTEN TECHNICAL QUESTIONS should be submitted to: Florida Department of Transportation, District Four Headquarters Procurement Office, Attention: Esther Brandt 3400 West Commercial Blvd, Ft. Lauderdale, FL 33309 Fax 954-777-4602 or E-mail to esther.brandt@dot.state.fl.us Questions regarding administrative aspects of the bid process should be directed in writing or by E-mail to the Procurement Agent at the address above. Page 7 of 17

7) ORAL INSTRUCTIONS / CHANGES TO THE INVITATION TO BID (ADDENDA) No negotiations, decisions, or actions will be initiated or executed by a bidder as a result of any oral discussions with a State employee. Only those communications which are in writing from the Department will be considered as a duly authorized expression on behalf of the Department. Notices of changes (addenda) will be posted on the Florida Vendor Bid System at www.myflorida.com (click on BUSINESS, click on Doing Business with the State, under Everything for Vendors and Customers, click on Vendor Bid System (VBS), click on Search Advertisements ) under this bid number. It is the responsibility of all potential bidders to monitor this site for any changing information prior to submitting your bid. All addenda will be acknowledged by signature and subsequent submission of addenda with bid when so stated in the addenda. 8) NO PRE-BID CONFERENCE WILL BE HELD 9) PROTEST OF INVITATION TO BID SPECIFICATIONS Any person who is adversely affected by the contents of this Invitation to Bid must file the following with the Clerk of Agency Proceedings, Florida Department of Transportation, Mail Station 58, Room 550, 605 Suwannee Street, Tallahassee, Florida 32399-0458, telephone number (850) 414-5393. 9.1. A written notice of protest within seventy-two (72) hours after posting of the solicitation, and 9.2. A formal written protest in compliance with Section 120.57(3), Florida Statutes, within ten (10) days of the date on which the written notice of protest is filed. 10) REQUIREMENTS Failure to file a notice of protest or failure to file a formal written protest within the time prescribed in Section 120.57(3), Florida Statutes, shall constitute a waiver of proceedings under Chapter 120, Florida Statutes. 10.1 GENERAL Bidder must meet the following minimum requirements as noted in Exhibit A, Scope of Services: The following listed services shall be performed by the contracted Vendor: 10.1.1. Provide buses, equipment, labor, and materials necessary to perform emergency transportation and evacuation services. Emergency transportation and evacuation involves the mass transportation of evacuees from affected routes to locations designated by the Department. Page 8 of 17

10.1.2. Contracted Vendor to provide a manifest of proposed and in use equipment with the following minimum information: make, model, age, and current inspection records (as required by law) at time of bid. Any piece of equipment found to have incomplete or substandard inspection records shall be removed from service under this contract 10.1.3. Contracted Vendor shall ensure that all drivers providing service under this contract shall be properly licensed in accordance with the commercial driver s license requirements under Chapter 322, Florida Statutes. The Contracted Vendor to provide upon request a copy of driver s licenses, driving history, and any other applicable license or qualifications. 10.1.4. Contracted Vendor must provide and maintain proof of current commercial vehicle insurance throughout the term of the contract. 10.1.5. Ensure all contracted Vendors and Sub-contractor personnel have and utilize personal protective safety gear in accordance with OSHA requirements and company safety policies. 10.1.6. The Contracted Vendor shall assign a home office liaison with the full authority to coordinate and provide for crew needs including but not limited to equipment, tools and personnel. The liaison shall be a senior manager whose name and all contact information including cell phone number will be provided to the Engineer in order to expedite assignments and conflict resolution. This individual must be available for contact 24 hours, 7 days a week. 10.1.7. Contracted Vendor shall have available a minimum of FOUR (4), FORTY (40) passenger vehicles with drivers available for exclusive service under this contract. 10.1.8. The Contracted Vendor will be fully responsible for cost of fuel. 10.1.9. Buses provided must be in compliance with Americans with Disabilities Act standards. 10.1.10. Contracted Vendor shall require its drivers to maintain a log of the names of all passengers; the locations and times of pick up and drop off. 10.1.11 Contracted Vendor shall make provisions to accommodate small domestic pets being evacuated with their owners. At no time should a pet compromise safety of other passengers, animals, or the evacuation operations. Pets must be contained and/or continuously under control by their owner (cages, leashes, etc), or the Contractor will not be required to transport them. 10.2 NO BID GUARANTY REQUIRED Page 9 of 17

10.3 AUTHORIZED TO DO BUSINESS IN THE STATE OF FLORIDA In accordance with sections 607.1501, 608.501, and 620.169, Florida Statutes, foreign corporations, foreign limited liability companies, and foreign limited partnerships must be authorized to do business in the State of Florida. Such authorization should be obtained by the bid due date and time, but in any case, must be obtained prior to posting of the intended award of the contract. For authorization, contact: Florida Department of State Tallahassee, Florida 32399 (850) 245-6051 10.4 LICENSE TO CONDUCT SERVICES IN THE STATE OF FLORIDA If the services being provided require that individuals be licensed by the Department of Business and Professional Regulation, such licenses should be obtained by the bid due date and time, but in any case, must be obtained prior to posting of the intended award of the contract. For licensing, contact: Florida Department of Business and Professional Regulation Tallahassee, Florida 32399-0797 (850) 487-1395 10.5 REVIEW OF BIDDER'S FACILITIES & QUALIFICATIONS After the bid due date and prior to contract execution, the Department reserves the right to perform or to have performed, an on-site review of the bidder's facilities and qualifications. This review will serve to verify data and representations submitted by the bidder and may be used to determine whether the bidder has adequate facilities, equipment, qualified and experienced staff, and overall management capabilities to perform the required services. The review may also serve to verify whether the bidder has financial capabilities adequate to meet the contract requirements. Should the Department determine that the bid package has material misrepresentations or that the size or nature of the bidder's facilities, equipment, management capabilities, or the number of experienced personnel (including technical staff) are not adequate to ensure satisfactory contract performance, the Department has the right to reject the bid. 11) DEPARTMENT RESERVATIONS AND RESPONSIVENESS OF BIDS 11.1 GENERAL The Department reserves the right to accept or reject any or all bids received and reserves the right to make an award without further discussion of the bids submitted. Therefore, the bidder should make sure that the bid package submitted is complete and accurate and submitted to ensure delivery on or before the bid opening time and date specified in this solicitation. It is understood that the bid will become a part of the Department's official file, without obligation to the Department. Page 10 of 17

11.2 RESPONSIVENESS OF BIDS Bids will not be considered if not received by the Department on or before the date and time specified as the due date for submission. All bids must be typed or printed in ink. A responsive bid is an offer to perform the scope of services called for in this Invitation to Bid in accordance with all requirements of this Invitation to Bid. Bids found to be non-responsive will not be considered. Bids may be rejected if found to be irregular or not in conformance with the requirements and instructions herein contained. A bid may be found to be irregular or nonresponsive by reasons that include, but are not limited to, failure to utilize or complete prescribed forms, modifying the bid requirements, submitting conditional bids or incomplete bids, submitting indefinite or ambiguous bids, or executing forms or the bid sheet with improper and/or undated signatures. 11.3 SPECIAL CONDITIONS The Department, at its sole discretion, may award one or more contracts based on the bids received and the impact of disasters encountered. If more than one award is made, such award will be to the lowest bidder, and then to the next lowest bidder(s) based on availability of the bidders and the bidder s ability to satisfy the needs of the Department at the time contacted. 11.4 OTHER CONDITIONS Other conditions which may cause rejection of bids include, evidence of collusion among bidders, obvious lack of experience or expertise to perform the required work, failure to perform or meet financial obligations on previous contracts, or in the event an individual, firm, partnership, or corporation is on the United States Comptroller General's List of Ineligible Contractors for Federally Financed or Assisted Projects. 12) CONTRACTUAL OBLIGATIONS The Vendor will be required to ensure that each individual, partnership, firm, corporation or subcontractor that performs on this contract, will be subject to, and comply with, the contractual requirements. 12.1 UNAUTHORIZED ALIENS The employment of unauthorized aliens by any contractor is considered a violation of Section 274A(e) of the Immigration and Nationality Act. If the contractor knowingly employs unauthorized aliens, such violation shall be cause for unilateral cancellation of the contract. Page 11 of 17

12.2 LIABILITY INSURANCE The Vendor shall not commence any work until they have obtained the following types of insurance, and certificates of such insurance have been received by the Department; nor shall the Vendor allow any subcontractor to commence work on this project until all similar insurance required of the subcontractor has been so obtained. The Vendor shall submit the required Certificates of Insurance to the Florida Department of Transportation, Procurement Office, Attention: Esther Brandt, 3400 West Commercial Boulevard, Fort Lauderdale, Florida 33309-3421 within ten (10) days after the ending date of the period for posting the intended award decision. ( X ) The Vendor must carry and keep in force during the period of this contract a general liability insurance policy or policies with a company authorized to do business in the state of Florida, affording public liability insurance with combined bodily injury limits of at least $100,000 per person and $300,000 each occurrence, and property damage insurance of at least $50,000 each occurrence, for the services to be rendered in accordance with this contract. The vendor shall also provide the endorsement page of the General Liability Insurance policy stating The State of Florida Department of Transportation is endorsed as additional insured with regards to general liability. The endorsement must also contain the Contract Number, the Vendor s company name and insurance policy number. (X) Vendor shall provide proof of current minimum commercial carrier motor vehicle insurance with their bid. All insurance policies shall be with insurers qualified and licensed to do business in the state of Florida. Such policies shall provide that the insurance is not cancelable except upon thirty (30) days prior written notice to the Department. The Department shall be exempt from, and in no way liable for, any sums of money which may represent a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the Vendor or subcontractor providing such insurance. 12.3 STANDARD WRITTEN AGREEMENT The Department s Standard Written Agreement is attached hereto and made a part hereof. The terms and conditions contained therein will become an integral part of the contract resulting from this solicitation. In submitting a bid, the bidder agrees to be legally bound by these terms and conditions. 12.4 PERFORMANCE BOND The bid bond and performance bonds have been waived. Page 12 of 17

12.5 METHOD OF COMPENSATION Method of compensation shall be in accordance with Exhibit B. 12.5.1 Payment will be made in accordance with the Fee Rates shown on Exhibit C. Such payment will be made for each event. 12.5.2 The bid items listed in Exhibit C include compensation for all work required under this contract. 12.6 SCOPE OF SERVICES Details of the services, information and items to be furnished by the Vendor are described in Exhibit A, Scope of Services, Exhibit B, Method of Compensation, and Exhibit C, Fee Rates, attached hereto and made a part hereof. 12.7 AWARD OF THE CONTRACT The awarded Contractor shall execute a written Agreement issued by the Department. The work will begin upon written authorization by the Department. No guarantee of minimum or maximum amounts per bid item is made by the Department under this Contract. SEE Exhibit A. 12.7.1 The awarded Contractor/Vendor must execute documents within 10 days of Award. 12.7.2 Work cannot begin until written authorization is given by the Department. 12.7.3 Contractor must provide properly licensed drivers for all forms of transportation provided by the Contractor/Vendor under this contract, i.e., Commercial Drivers License, Limousine License, etc. Contractor to provide upon request s copy of the driver s licenses, driving history, and any other applicable license or qualification. 13) COSTS INCURRED IN RESPONDING This Invitation to Bid does not commit the Department or any other public agency to pay any costs incurred by the bidder in the submission of a bid or to make necessary studies or designs for the preparation thereof, nor to procure or contract for any articles or services. Page 13 of 17

14) BID SUBMISSION 14.1 GENERAL Sealed bids will be received until 11:00 am on Friday, April 12, 2013 Bids received after that time and date will not be considered. By submitting a bid, the bidder represents that it understands and accepts the terms and conditions to be met and the character, quality and scope of services to be provided. The bidder must use the attached Bid Sheet to submit their bid. All bids and associated forms must be signed and dated in ink by a duly authorized representative of the bidder. Each bidder must fully acquaint themselves with the conditions relating to the performance of services under the conditions of this bid. This may require an on-site observation. 14.2 MAIL OR DELIVER BIDS TO: (DO NOT FAX) MARK ENVELOPE SEALED BID. Florida Department of Transportation Procurement Office 3400 West Commercial Blvd Fort Lauderdale, Florida 33309-3421 Attn: Esther Brandt Phone: 954-777-4620 14.3 MODIFICATIONS, RESUBMITTAL AND WITHDRAWAL Bidders may modify submitted bids at any time prior to the bid due date. Requests for modification of a submitted bid shall be in writing and must be signed by an authorized signatory of the bidder. Upon receipt and acceptance of such a request, the entire bid will be returned to the bidder and not considered unless resubmitted by the due date and time. Bidders may also send a change in a sealed envelope to be opened at the same time as the bid. The ITB number, opening date and time should appear on the envelope of the modified bid. 14.4 ATTACHMENT TO ITB SUBMITTAL - CONFIDENTIAL MATERIAL The Bidder must include any materials it asserts to be exempted from public disclosure under Chapter 119, Florida Statutes, in a separate bound document labeled "Attachment to Invitation to Bid, Number ITB-DOT-12/13-4020EB- Confidential Material". The Bidder must identify the specific Statute that authorizes exemption from the Public Records Law. Any claim of confidentiality on materials the Bidder asserts to be exempt from public disclosure and placed elsewhere in the proposal will be considered waived by the Bidder upon submission, effective after opening. Page 14 of 17

14.5 ADDITIONAL TERMS & CONDITIONS No conditions may be applied to any aspect of the ITB by the bidder. Any conditions placed on any aspect of the bid documents by the bidder may result in the bid being rejected as a conditional bid (see RESPONSIVENESS OF BIDS ). DO NOT WRITE IN CHANGES ON ANY ITB SHEET. The only recognized changes to the ITB prior to bid opening will be a written addenda issued by the Department. 14.6 BID SHEETS 15) BID OPENING The bidder must use the attached Bid Sheets to submit its bid. The Bid Sheets must be signed and dated in ink by a representative who is authorized to contractually bind the bidder. All bid sheets and other documentation submitted in response to this solicitation must be executed and submitted in a sealed envelope. Indicate the bid number, with the time and date of the bid opening on the envelope. The sealed bids will be opened by the Department's Procurement Office personnel at the State of Florida Department of Transportation, District 4 Procurement Office, 3400 West Commercial Blvd, Fort Lauderdale, Florida 33309-3421 at 11:00 AM ON FRIDAY, APRIL 12, 2013. All bid openings are open to the public. 16) "DRUG-FREE WORK PLACE" PREFERENCE Whenever two or more bids, which are equal with respect to price, quality, and service are received, a bid received from a business that certified that it has implemented a drug-free work place program in accordance with Section 287.087, F.S., will be given preference in the award process. The "Drug-Free Workplace Program Certification" must be completed for this preference. 17) POSTING OF INTENDED AWARD 17.1 GENERAL The Department s decision will be posted on the Florida Vendor Bid System at www.myflorida.com, (click on BUSINESS, click on Doing Business with the State, under Everything for Vendors and Customers, click on Vendor Bid System (VBS), at 11:00 AM local time on TUESDAY, APRIL 23, 2013, and will remain posted for a period of seventy-two (72) hours. Any bidder who is adversely affected by the Department's recommended award or intended decision must file the following with the Department of Transportation, Clerk of Agency Proceedings, Florida Department of Transportation, Mail Station 58, Room 550, 605 Suwannee Street, Tallahassee, Florida 32399-0458, telephone number (850) 414-5393. 17.1.1. A written notice of protest within seventy-two (72) hours after posting of the intended award, and Page 15 of 17

17.1.2. A formal written protest and protest bond in compliance with Section 120.57(3), Florida Statutes, within ten (10) days of the date on which the written notice of protest is filed. At the time of filing the formal written protest, a bond (a cashier s check or money order may be accepted) payable to the Department must also be submitted in an amount equal to one percent (1%) of the estimated contract amount based on the contract price submitted by the protestor. 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. If the notice advises of the bond requirement but a bond or statutorily authorized alternate is not posted when required, the agency shall summarily dismiss the petition. 17.2 INABILITY TO POST If the Department is unable to post as defined above, the Department will notify all bidders by electronic notification on the Florida Vendor Bid System (see special condition 18.1, above) or by mail, fax, and/or telephone. The Department will provide notification of any future posting in a timely manner. 17.3 REQUEST TO WITHDRAW BID 18. WAGE RATES Requests for withdrawal will be considered if received by the Department, in writing, within seventy-two (72) hours after the bid opening time and date. Requests received in accordance with this provision will be granted by the Department upon proof of the impossibility to perform based upon obvious error on the part of the bidder. Bidders that do not withdraw as stated above will forfeit their bid bond, if applicable. Wage rates provisions do not apply to this contract. Page 16 of 17

19) AWARD OF THE CONTRACT The awarded Contractor/Vendor shall execute a written Agreement issued by the Department. The work will begin upon written authorization and an encumbrance by the Department. No guarantee of minimum or maximum amounts per bid item is made by the Department under this Contract. SEE Exhibit A. 19.1 The awarded Contractor/Vendor must execute documents within 10 days of Award. 19.2 Work cannot begin until written authorization and an encumbrance is given by the Department. 19.3 Contracted Vendor must provide properly licensed drivers for all forms of transportation provided by the Contractor/Vendor under this contract, i.e., Commercial Drivers License, Limousine License, etc. Contracted Vendor to provide upon request s copy of the driver s licenses, driving history, and any other applicable license or qualification. 20. ATTACHMENTS 1. EXHIBIT A, Scope of Services 2. Exhibit B, Method of Compensation 3. EXHIBIT C " Fee Rates 4 DBE Bid Package Information 5. Bid Opportunity List 6. MBE Planned Utilization 7. MBE Payment Certification 8. Drug-Free Workplace Program Certification 9. Standard Written Agreement 21. LIST OF BID SUBMITTAL FORMS 1. Minimum Qualification Statement 2. Contractor / Vendor Data Sheet 3. EXHIBIT C Fee Rates 4 Bid Opportunity List 6. MBE Planned Utilization 7. Drug-Free Workplace Program Certification 8. Current minimum commercial carrier motor vehicle insurance 22. Awarded Vendor/Contractor must provide current liability insurance certificates within 10 days of posting of intent to award. Insurance shall have a 30 notice of cancellation. Page 17 of 17