Florida Department of Transportation 605 Suwannee Street Tallahassee, FL

Similar documents
SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR BID NO. 15/16-003AO FIRE ALARM SYSTEM INSTALLATION AND MONITORING.

PIKES PEAK REGIONAL BUILDING DEPARTMENT Fire Alarm Contractor License Application

BOARD OF EXAMINERS OF LANDSCAPE ARCHITECTS

NOTICE TO CONTRACTORS

IOWA STATE FIRE MARSHAL DIVISION Attn: Licensing Administrator

Public Notice of Amendment to New Shoreham General Ordinances Chapter 5 Fire Prevention and Protection New Article IV Fire Alarm Ordinance

1. Delete BID FORM in its entirety and replace with the BID FORM attached to this Addendum.

Exemptions Interprofessional practice: Architects and engineers are exempt for work which is incidental to their practice.

Tennessee Code/TITLE 62 PROFESSIONS, BUSINESSES AND TRADES/CHAPTER 32 FIRE PROTECTION/PART 1 FIRE PROTECTION SPRINKLER SYSTEMS

ARTICLE 4-13 ALARM SYSTEMS * Division 1. Generally

BID PROPOSAL-REVISED

City of Regina Alarm Bylaw

CITY OF LOCKPORT FIRE SPRINKLER & FIRE ALARM SYSTEM INSTALLATION ASSISTANCE PROGRAM

ORDINANCE NO

CITIZENS POLICE ACADEMY

NORTH HILLS SCHOOL DISTRICT INVITATION TO BID GENERAL/SPECIAL CONDITIONS. Fire Extinguisher Inspection and Maintenance

This chapter shall be known as the "City of Bayfield Alarm Systems Ordinance."

Item No. Description 1. BID PROPOSAL FORM Make the following revisions: a. Replace the BID PROPOSAL FORM with the attached BID PROPOSAL FORM.

Contact Phone Number: (609) Fax: (609)

TOWN BOARD OF THE TOWN OF WINDSOR AUTHORIZING AN AMBULANCE SERVICE CONTRACT WITH THE WINDSOR FIRE COMPANY, INC. RESOLUTION #

BIRCH RUN TOWNSHIP SAGINAW COUNTY, MICHIGAN ORDINANCE # ALARM SYSTEM ORDINANCE

Sidney, Ohio 1204 FORMAL ISSUANCE OF CERTIFICATE OF SUBSTANTIAL COMPLETION... ON OR BEFORE JULY 30, 2015.

cbever LY) \HILLS/ AGENDA REPORT

ROSWELL INDEPENDENT SCHOOL DISTRICT P.O. Box 1437 Roswell, New Mexico General Bid Conditions

RULES OF DEPARTMENT OF COMMERCE AND INSURANCE DIVISION OF FIRE PREVENTION CHAPTER FIRE EXTINGUISHERS TABLE OF CONTENTS

CHAPTER Committee Substitute for Committee Substitute for Committee Substitute for House Bill No. 973

REQUEST FOR QUOTES (RFQ) # Issue Date: September 21, 2017

REQUEST FOR PROPOSALS CLEANING SERVICES

Request for Proposals (RFP) for: Columbia County Facilities Fire Detection and Security Improvements

ALABAMA Propane Gas Association

ARKANSAS FIRE PROTECTION LICENSING BOARD ACT 743 OF 1977

RULES OF DEPARTMENT OF COMMERCE AND INSURANCE DIVISION OF FIRE PREVENTION CHAPTER FIRE PROTECTION SPRINKLER SYSTEM CONTRACTORS

INVITATION TO BID SUPPLY OF VARIOUS PORTABLE FIRE EXTINGUISHERS

PART D. Emergency Alarms. Section 402. Definitions. The following definitions shall apply in the interpretation and enforcement of this ordinance:

Round Rock Independent School District

Florida Senate SB 982 By Senator Bennett

RULES OF THE TENNESSEE ALARM SYSTEMS CONTRACTORS BOARD CHAPTER GENERAL PROVISIONS TABLE OF CONTENTS

EXHIBIT A BE IT ORDAINED BY THE MAYOR AND THE CITY COUNCIL OF THE CITY OF BELLEVUE, NEBRASKA.

BIRCH RUN TOWNSHIP SAGINAW COUNTY, MICHIGAN ORDINANCE NO ALARM SYSTEM ORDINANCE AMENDMENT

INVITATION TO BID. Allendale Elementary School 3670 Penniman Avenue, Oakland, CA 94619

REQUIREMENTS. For FIRE DEPARTMENTS. State of West Virginia. Bob Wise Governor THE DEPARTMENT OF MILITARY AFFAIRS AND PUBLIC SAFETY

1 of 1 DOCUMENT. NEW JERSEY REGISTER Copyright 2009 by the New Jersey Office of Administrative Law

Chapter ALARM SYSTEMS

CITY OF GRETNA, NEBRASKA ORDINANCE 804 AN ORDINANCE CREATING CHAPTER 10 BUSINESS REGULATIONS, ARTICLE 12, ALARM SYSTEMS; TO DEFINE ALARMS; REQUIRING

IC Chapter 6. Home Improvement Fraud

BYLAW 5542 *******************************************************************************

Annual Fire Systems and Backflow Preventers Testing

maintaining the health, safety and welfare of the citizens of the City and its visitors; and


Article 3: Police Regulated Occupations and Businesses. Division 37: Burglary, Robbery and Emergency Alarm Systems

DOCUMENT ADVERTISEMENT FOR BIDS

GATEWAY BUILDING ELEVATOR AND ESCALATOR SERVICES

CHAPTER Committee Substitute for Committee Substitute for Senate Bill No. 562

NASSAU COUNTY FIRE PROTECTION PERMIT APPLICATION

ANN ARBOR CITY NOTICE ORDINANCE NO. ORD ALARM SYSTEMS

SMALL WORKS PROJECT REQUEST FOR SEALED BIDS

CALIFORNIA STATE TEACHERS RETIREMENT SYSTEM

REQUEST FOR PROPOSAL

SUPPLEMENTAL WASTE TRANSPORTATION AND DISPOSAL TERMS AND CONDITIONS

CORPORATION OF THE CITY OF KINGSTON. Ontario. By-Law Number A By-Law To Impose Fees For Automatic Alarms (False) False Alarm By-law

Purpose Definitions. Chapter BURGLAR ALARM SYSTEMS *

MUNICIPALITY OF GREENSTONE BOX 70, 1800 Main Street Geraldton, Ontario P0T 1M0 Telephone Facsimile

Westerville, OH Code of Ordinances. CHAPTER 969 Alarm Systems

RFP-FQ18063/KKB-Replace Three Roofs, DC, MD AND VA GREETINGS

Advokatfirmaet BAHR AS - ENGAGEMENT TERMS

CHAPTER House Bill No. 69

DEPARTMENT OF PUBLIC SAFETY DIVISION OF FIRE PREVENTION AND CONTROL

1. Claimant, Christina M. Faraday for her Claim in Arbitration against Respondents, and each of them, alleges as follows: PARTIES

MONTGOMERY COUNTY RULES GOVERNING ALARMS SECTION 1. PURPOSE SECTION 2. DEFINITIONS

CITY OF DANIA BEACH Local Business Tax Receipt Division 100 W Dania Beach Blvd. Dania Beach, FL Phone: ext 3644 / Fax

CHAPTER The title of P.L.1983, c.337 is amended to read as follows:

CITY OF HOOVER, ALABAMA INVITATION TO BID

DATE: CHECK AMOUNT: CHECK NUMBER: RENEWAL APPLICATION. COMPANY CERTIFICATE OF REGISTRATION And INDIVIDUAL LICENSE RENEWAL

GRAND RIVER DAM AUTHORITY REQUEST FOR QUOTE # 11605

Town of York Alarm Systems Ordinance

RECITALS. A public hearing was held on the day of, 2009, following due notice and advertisement of the text of the Ordinance.

LEE COUNTY ORDINANCE NO

Save energy at home residential natural gas rebate form

REQUEST FOR QUALIFICATIONS

ASSA ABLOY ANTI-BRIBERY POLICY

Adopt-A-Community Garden Agreement

WEST VIRGINIA STATE BOARD OF LANDSCAPE ARCHITECTS

Florida Department of Transportation 1000 NW 111 th Avenue, Room 6203 Miami, Florida

EL PASO COUNTY COMMISSIONERS COURT ORDER REGULATING ALARM SYSTEMS

Housing Authority of the City of Perth Amboy

NOTICE OF EXAMINATION. Examination for Certificate of Fitness for Coordinator of Fire Safety & Alarm Systems in Homeless Shelters (F-80)

CITY OF MILTON INVITATION TO BID (THIS IS NOT AN ORDER)

ARTICLE I. IN GENERAL

Cohoes Housing Authority 100 Manor Sites Cohoes, NY P: F:

BOARD OF COUNTY COMMISSIONERS

OPERATIONAL PERMIT STORAGE MAGAZINE PERMIT APPLICATION

** All fees are NON-REFUNDABLE**

Residential Rebate Program Available to NYSEG and RG&E residential natural gas and electric customers.

WEST VIRGINIA DIVISION OF LABOR LICENSING SECTION

Chapter 50 FIRE PREVENTION AND PROTECTION*

Charter reference Conflicts between county and municipal ordinances, 2.01, 2.04.

This chapter shall be known as the Burglar Alarm Ordinance of the City of Merced.

Sec False alarms.

Mr. Burke presented the Airport and Boeing s badging process and public safety issues as outlined in the attached meeting agenda.

Save energy at home residential natural gas rebate form

Transcription:

RICK SCOTT GOVERNOR Florida Department of Transportation 605 Suwannee Street Tallahassee, FL 32399-0450 ANANTH PRASAD, P.E. SECRETARY Date: April 17, 2012 To: All Prospective Proposers From: Roger Masten, Procurement Services, District Five Florida Department of Transportation RE: Industry Review RFP-DOT-11-12-5006-O&M Central Florida Rail Corridor (CFRC) Operations and Maintenance Prospective Proposer: The Florida Department of Transportation will be soliciting Technical and Price Proposals for the Central Florida Rail Corridor Operations and Maintenance Services contractor. This will be an all inclusive operations, maintenance, and dispatch Operations and Maintenance Contractor. A draft copy of the Request for Proposal (RFP) document for is being made available for industry review and comment through May 7, 2012. Interested Contractors are encouraged to review the contract documents including the Request for Proposals and Scope of Services posted for Industry Review, and provide the Department with feedback including questions, comments or suggestions to the solicitation. The Department is interested in hearing from Contractors within the industry in terms of innovative approaches to ridership incentives in the early years and assuming the ridership responsibility as the system becomes operational. Marketing incentives should be a part of the innovative approach. The Department is very interested in receiving feedback on the documents for this project. Please review these documents and send comments to the website below. The input provided will be considered in preparation of the final document to be advertised and will help ensure a successful procurement and project for all parties involved. The RFP may be accessed at: The VBS site: http://myflorida.com/apps/vbs/vbs_www.search.criteria_form Use Commodity Code 973-150, 973-160, 955-240, 955-920 All questions and comments should be e-mailed to Diane Warnock at: Diane.warnock@dot.myflorida.com, and copy Roger Masten at: roger.masten@dot.myflorida.com www.dot.state.fl.us

Central Florida Raíl Corridor, (CFRC) Operations and Maintenance Table of Contents Request for Proposal Documents, RFP-DOT-11-12-5006-O&M Request for Proposal (RFP), Pages 1 through 35 Bid Forms, Forms No. 1 through 12, included in Request for Proposal No. 1, Registration Form No. 2, Exhibit C, Price Proposal Form, No. 3, Vendor Data Sheet No. 4, Drug Free Workplace Certification: No. 5, DBE Participation Statement: No. 6, Bid Opportunity List No. 7, Vendor Certification Regarding Scrutinized Companies Lists No. 8a, Certification of Railroad maintenance Experience No. 8b, Certification of Railroad Experience, Project Experience No. 8c Certification of Operations and Maintenance Experience, Key Staff Experience No. 9, Bid or Proposal Bond No. 10 Proposal Of form Contract Documents and Exhibits included in this Request for Proposal: Standard Written Agreement, Pages 1 through 10 Exhibit A. Scope of Services, Pages A-1 through A-17.4 Exhibit B. Method of Compensation, Pages B-1 through B- 2 Exhibit C-1 Price Proposal Form, Form No. 2 i

State of Florida Department of Transportation District Five Procurement Services, M.S.#524 719 South Woodland Boulevard DeLand, Florida 32720-6834 4-17-12RM Form No. 1 REQUEST FOR PROPOSAL REGISTRATION ****************************************************************************** PLEASE COMPLETE AND RETURN THIS FORM AS SOON AS POSSIBLE TO THE ABOVE ADDRESS OR FAX TO (386) 943-5405 ****************************************************************************** Bid Number: RFP-DOT-11-12-5006-O&M INDUSTRY REVIEW Title: Central Florida Rail Corridor (CFRC) Operations and Maintenance Bid Due Date & Time: N/A 12:00 noon, This form will be used when the advertisement is posted, and does not need to be submitted at this time. 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 (386) 943-5405, or mail to the address noted above. THE REQUEST FOR PROPOSAL 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: Address: City, State, Zip: Telephone: ( ) Fax Number: ( ). Contact Person: Internet E-Mail Address: 1

BID #: RFP-DOT-11-12-5006-O & M BID TITLE: Central Florida Rail Corridor (CFRC) Operations and Maintenance PRICE PROPOSAL Form No. 2 Items Units Description Amount 1. Lump Sum Maintenance Mobilization $ 2. Lump Sum Operations Mobilization $ 3. Lump Sum Operations and Maintenance (Annual) $ DO NOT BID ITEMS 4. 1 Contingency $ 150,000.00 5. 1 Partnering $ 16,500 TOTAL LUMP SUM AMOUNT ** No. 3 X Seven (7) Plus No. 1 and No. 2 **$ Price evaluation is the process of examining a prospective price without evaluation of the separate cost elements and proposed profit of the potential provider. Price analysis is conducted through the comparison of price quotations submitted. ** This Total Lump Sum Amount will be used in calculating the Proposer s Awarded Points The criteria for price evaluation shall be based upon the following formula: Company Name: (Low Price / Proposer's Price) x Price Points = Proposer s Awarded Points Contractor Number: Address: City, State, Zip: Authorized Signature: Printed Name: Title: Date: Note: Successful Contractor is required to submit a Schedule of Values prior to the first invoice. 2

Form No. 3 CONTRACTOR DATA SHEET CENTRAL FLORIDA RAIL CORRIDOR (CFRC) OPERATIONS AND MAINTENANCE RFP-DOT-11-12-5006-O&M CORPORATE INFORMATION DATE: FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): (State Purchasing System (SPURS) Contractor Number) CONTRACTOR NAME: CORPORATE STRUCTURE: (Inc./LLC): ADDRESS: CITY, STATE, ZIP: TELEPHONE: CELLULAR: TOLL FREE NO.: (800) FAX NO.: / INTERNET E-MAIL ADDRESS: INTERNET WEBSITE URL: LOCAL OFFICE INFORMATION, (If other than above) CONTACT NAME: ALTERNATE CONTACT: ADDRESS: CITY, STATE, ZIP: TELEPHONE: CELLULAR: TOLL FREE NO.: (800) FAX NO.: / INTERNET E-MAIL ADDRESS: RFP Requirements 1) REGISTERED IN MYFLORIDAMARKETPLACE: (Y/N) Attach Proof 5.2) LICENSED TO CONDUCT BUSINESS IN THE STATE OF FLORIDA (Y/N) Attach Proof Form No. 4 3 PROCUREMENT 75-040-18 09/03

STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION DRUG-FREE WORKPLACE PROGRAM CERTIFICATION 287.087 Preference to businesses with drug-free workplace programs. --Whenever two or more bids, proposals, or replies that are equal with respect to price, quality, and service are received by the state or by any political subdivision for the procurement of commodities or contractual services, a bid, proposal, or reply received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. In order to have a drug-free workplace program, a business shall: (1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. (2) Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. (3) Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). (4) In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than 5 days after such conviction. (5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by, any employee who is so convicted. (6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. Does the individual responding to this solicitation certify that their firm has implemented a drug-free workplace program in accordance with the provision of Section 287.087, Florida Statutes, as stated above? YES NO Form No. 5 4 375-030-21 PROCUREMENT 10/01

DBE PARTICIPATION STATEMENT Note: The Contractor is required to complete the following information and submit this form with the technical proposal. Project Description: Contractor Name: This Contractor (is ) (is not ) a Department of Transportation certified Disadvantaged Business Enterprise (DBE). The Department of Transportation and the Federal Transportation Administration have set a goal of 8.14% for DBE participation on this project. Expected percentage of contract fees to be subcontracted to DBE(s): % If the intention is to subcontract a portion of the contract fees to DBE(s), the proposed DBE sub-contractors are as follows: DBE Sub-Contractor/Contractor Type of Work/Commodity By: Title: Date: 5

STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION CONTRACTOR CERTIFICATION REGARDING SCRUTINIZED COMPANIES LISTS Form No. 7 375-030-60 PROCUREMENT 287.135 06/11 Respondent Contractor Name: Contractor FEIN: Contractor s Authorized Representative Name and Title: Address: City: State: Zip: Phone Number: Email Address: _ SECTION 287.135, FLORIDA STATUTES, PROHIBITS AGENCIES FROM CONTRACTING WITH COMPANIES, FOR GOODS OR SERVICES OF $1 MILLION 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 LIST. BOTH LISTS ARE CREATED PURSUANT TO SECTION 215.473, FLORIDA STATUTES. AS THE PERSON AUTHORIZED TO SIGN ON BEHALF OF RESPONDENT, I HEREBY CERTIFY THAT THE COMPANY IDENTIFIED ABOVE IN THE SECTION ENTITLED RESPONDENT CONTRACTOR NAME IS NOT LISTED ON EITHER THE SCRUTINIZED COMPANIES WITH ACTIVITIES IN SUDAN LIST OR THE SCRUTINIZED COMPANIES WITH ACTIVITIES IN THE IRAN PETROLEUM ENERGY SECTOR LIST. I UNDERSTAND THAT PURSUANT TO SECTION 287.135, FLORIDA STATUTES, THE SUBMISSION OF A FALSE CERTIFICATION MAY SUBJECT COMPANY TO CIVIL PENALTIES, ATTORNEY S FEES, AND/OR COSTS. CERTIFIED BY:, WHO IS AUTHORIZED TO SIGN ON BEHALF OF THE ABOVE REFERENCED COMPANY. Authorized Signature Print Name and Title: Form No. 7, page 1 7

Certification of Railroad Maintenance Experience Project Experience Form No. 8a Experience and Reference Form State of Florida Department of Transportation Contract No.: RFP-DOT-11-12-5006-O & M Project Description: Central Florida Rail Corridor (CFRC) Operations and Maintenance Firm Name: Project Name: Begin Date End Date Contract Amount: Description of Work: Safety Record: Reference: Name & Title: Address: Phone Number: Email Address: Project Name: Begin Date End Date Contract Amount Description of Work: Safety Record: Reference: Name & Title: Address: Phone Number: Email Address: Project Name: Begin Date End Date Contract Amount: Description of Work: Safety Record: Reference: Name & Title: Address: Phone Number: Email Address: 8

Certification of Railroad Operations Experience Project Experience Form No. 8b Experience and Reference Form State of Florida Department of Transportation Contract No.: RFP-DOT-11-12-5006-O & M Project Description: Central Florida Rail Corridor (CFRC) Operations and Maintenance Firm Name: Project Name: Begin Date End Date Contract Amount: Description of Work: Safety Record: Reference: Name & Title: Address: Phone Number: Email Address: Project Name: Begin Date End Date Contract Amount Description of Work: Safety Record: Reference: Name & Title: Address: Phone Number: Email Address: Project Name: Begin Date End Date Contract Amount: Description of Work: Safety Record: Reference: Name & Title: Address: Phone Number: Email Address: 9

Certification of Operations and Maintenance Experience Key Staff Experience Form No. 8c Experience and Reference Form State of Florida Department of Transportation Contract No.: RFP-DOT-11-12-5006-O & M Project Description: Central Florida Rail Corridor (CFRC) Operations and Maintenance Position: Signal Maintenance Manager Name: Firm: Degree(s): Experience: Begin Date End Date Employer: Description of Work: Reference: Name & Title Address: Phone Number Email Address: Begin Date End Date Employer: Description of Work: Reference: Name & Title Address: Phone Number Email Address: Begin Date End Date Employer: Description of Work: Reference: Name & Title Address: Phone Number Email Address: 10

STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION BID BOND Form No. 8 375-020.X5 District 5, Operations and Maintenance D-5: 2/8/2012 KNOW ALL MEN BY THESE PRESENTS: That we,, as Principal (Bidder), and as Surety, are held and firmly bound unto the Florida Department of Transportation (hereinafter called the Obligee), in the full and just sum of FIVE PERCENT (5%) of the actual total of the Proposal referred to herein (do not enter figures), in lawful money of the United States of America, to be paid to the Obligee, to which payment will and truly to be made we bind ourselves, our heirs, executors, administrators, successors and assignees, jointly and severally and firmly be these presents: WHEREAS, The said Principal is herewith submitting a proposal to the obligee for constructing or otherwise improving a road(s) and/or bridge(s) or building(s) in Orange, Osceola, Seminole and Volusia Counties County, particularly known as Federal Aid Project No.(s) N/A Proposal ID: RFP-DOT-11-12-5006-O&M Financial Project No.(s) 412994-8-82-01 NOW, THEREFORE, THE CONDITION OF THE ABOVE OBLIGATION IS SUCH, that if the said Principal shall execute a contract and give bond for the faithful performance thereof within the time period as stipulated by the Contract after being notified in writing of the award of such contract to Principal, or if the Surety shall pay the Obligee the full amount of this bond, then this obligation shall be void; otherwise it shall remain in full force and effect. SIGNED, SEALED AND DATED THIS Day of, 2012 NAME OF SURETY: Florida Licensed Insurance Agent or Attorney-In-Fact (Signature) Countersigned Florida Licensed Insurance Agent Type/Print Type/Print The following Statement to be completed regarding the Florida Licensed Insurance Agent: STATE OF: COUNTY OF: Affix Surety Seal Before me, the above signed authority, personally appeared, who is personally known to me or has produced (Type of identification) identification and is duly sworn, deposes and says that he/she is a duly authorized insurance agent properly licensed under the laws of the State of Florida to represent of ' a company authorized to make corporate Surety Bonds under the laws of Florida and acceptable as Surety on Federal Bonds and that he has signed or countersigned the above bond on their behalf. Sworn, and subscribed to before me this day of, 2012 Notary Public, State of (Notary Signature) My commission expires: NOTE: The principal bidder is not required to sign this document, as execution of Form No. 10 specifically binds the principal bidder to the obligations arising from this document. Failure of the principal bidder to execute Form No. 10, or failure of the surety to execute this document, shall result in the bid being declared nonresponsive. NOTE: Power of Attorney showing authority of Florida Licensed Insurance Agent to sign on behalf of, and bind, surety must be furnished with this form. Affix Corporate Seal of Surety.

District 5 Form No. 10 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PROPOSAL OF RFP-DOT-11-12-5006-O&M (Proposer's Firm Name) (Prequalified Name, if Applicable) (Proposing Firm's Physical Address - City - State - Zip) FEID No. Telephone No. ( ) FAX No ( ) E-Mail Address: For constructing or otherwise providing services this contract known as: Central Florida Rail Corridor (CFRC) Operations and Maintenance In Volusia, Seminole, Orange and Osceola Counties Contract No.: Financial Project No. s:_412994-8-82-01 TO THE STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION: Submitted: The Bidder, hereby declares that no person or persons, firm or corporation, other than the Bidder, is interested, in this proposal, as principals, and that this Proposal is made without collusion with any person, firm or corporation, and we have carefully and to our full satisfaction examined the Proposal forms, and contract documents, and that we have made a full examination of the location of the proposed work and the sources of supply of materials, and we hereby agree to furnish all necessary labor, equipment, and materials, fully understanding that the quantities shown herewith are approximate only, and that we will fully complete all necessary work in accordance with the Contract documents and the requirements under them of the Engineer, within the time limit specified in this Proposal. Was an addendum issued on this project? Yes No I (We) hereby acknowledge receipt of the following Addenda issued during the bidding period. Addendum No. Dated Addendum No. Dated

District 5 Form No. 10 The Bidder agrees to perform all necessary work, as provided for in the contract, and if awarded the contract, to execute the Contract within 10 calendar days, excluding Saturdays, Sundays, and state holidays, after the date on which the notice of award has been given, and to fully complete all necessary work under the same within the time as stated in the Scope of Services. It is understood and agreed that the date on which calendar days will begin to be charged to the project shall be as stated in the Notice to Proceed. The Bidder further agrees to furnish a sufficient and satisfactory bond in the sum of Five Percent (5%) of the total Bid Price. The Bidder further agree(s) to bear the full cost of maintaining all work until final acceptance, as provided in the Contract. A bid guaranty of Five Percent (5%) of the bid, payable to the Florida Department of Transportation, must accompany this proposal. The guaranty amount shall include all bid items. If this proposal is accepted and the Bidder fails to execute the Contract under the conditions of this proposal, the bid guaranty shall be forfeited to the Department; otherwise, said guaranty is to be returned to the Bidder upon delivery of a satisfactory bond. The Florida Department of Transportation officials and employees are prohibited by law from soliciting and accepting funds or gifts from any person who has, maintains, or seeks business relations with the Department pursuant to Section 334.195, Florida Statutes. The Bidder, hereby certifies that it has carefully examined this proposal after the same was completed, and has verified each item placed thereon. The Bidder agrees to indemnify, defend, and save harmless, the Department against any cost, damage, or expense which it may incur or be caused by any error in the Bidder's preparation of same. By signing and submitting this proposal, the Bidder certifies that no principal (which includes officers, directors, or executives) is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. The Bidder hereby certifies and obligates its firm as "Principal (bidder)" to the attached Bid Bond, (Form 8.1) as if and to the same effect as if the Bidder had affixed its signature thereon. Section 287.134(3)(a), Florida Statutes, requires: An entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity. Section 553.62, Florida Statutes, incorporates the Occupational Safety and Health Administration's (OSHA) safety standards, 29 CFR s. 1926.650 Subpart P, as the state standard. The Department of Labor and Employment Security may adopt updated or revised versions by rule. Other state or political subdivisions may also have standards that are applicable. If trench excavation will be required on the project in excess of five feet in depth, the Bidder must identify the cost of compliance with the applicable trench safety standards below. If there will be no trench excavation on the project in excess of five feet in depth, write "not applicable" below. Trench Safety Measure (Description) Units of Measure Quantity Unit Cost Extended Cost A B. C. Total Cost$ (ATTACH SEPARATE SHEET IF NECESSARY) Job No(s): 412994 8 82 01 If applicable, this certifies that all trench excavation done within the control of the contractor will be in accordance with all applicable standards and with the specifications, and all requirements of Sections 553.63(1 )(a), 553.63(1 )(b), and 553.63(1 )(c), Florida Statutes.

District 5 Form No. 10 The Bidder hereby declares that the undersigned is the person or persons responsible within the firm for the final decision as to the price(s) and amount of this bid and the Bidder further declares that: 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication, or agreement for the purpose of restricting competition with any other contractor, bidder or potential bidder. 2. Neither the price(s) nor the amount of this bid have been disclosed to any other firm or person who is a bidder or potential bidder on this project, and will not be so disclosed prior to the bid opening. 3. No attempt has been made or will be made to solicit, cause, or induce any firm or person to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non-competitive bid or other form of complementary bid. 4. The bid is made in good faith and not pursuant to any agreement or discussion with, or inducement from, any other firm or person to submit a complementary bid. 5. The Bidder has not offered or entered into a subcontract or agreement regarding the purchase of materials or services from any other firm or person, or offered, promised, or paid cash or anything of value to any other Bidder or person, whether in connection with this or any other project, in consideration for an agreement or promise by any other firm or person to refrain from bidding or to submit a complementary bid on this project. 6. The Bidder has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any other firm or person, and has not been promised or paid cash or anything of value by any other firm or person, whether in connection with this or any other project, in consideration for the firm's submitting a complementary bid, or agreeing to do so, on this project. 7. The Bidder has made a diligent inquiry of all members, officers, employees, and agents of the Bidder with responsibilities relating to the preparation, approval or submission of the firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, act, or other conduct inconsistent with any of the statements and representations made in this Declaration. 8. As required by Section 337.165, Florida Statutes, the Bidder has fully informed the Florida Department of Transportation in writing of all convictions of the firm, its affiliates (as defined in Section 337.165(1)(a), Florida Statutes), and all directors, officers, and employees of the firm and its affiliates for violation of state or federal antitrust laws with respect to a public contract or for violation of any state or federal law involving fraud, bribery, collusion, conspiracy, or material misrepresentation with respect to a public contract. This includes disclosure of the names of current employees of the firm or affiliates who were convicted of contract crimes while in the employ of another company. 9. The Bidder certifies that, except as noted below, neither the firm nor any person associated therewith in the capacity of owner, partner, director, officer, principal, investigator, project director, manager, auditor, and/or position involving the administration of federal funds: i. is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions, as defined in 49 CFR s 29.110(a), by any federal department or agency ii. iii. iv. has within a three year period preceding this certification been convicted of or had a civil judgment rendered against it for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a federal, state, or local government transaction or public contract; violation of federal or state antitrust statutes; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; is presently indicted for or otherwise criminally or civilly charged by a federal, state, or local governmental entity with commission of any of the offenses enumerated in paragraph 9(b) of this certification; and has within a three-year period preceding this certification had one or more federal, state, or local government public transactions terminated for cause or default. 10. The Bidder certifies that it shall not knowingly enter into any transaction with any subcontractor, material supplier, or vendor who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this project by any federal agency unless authorized by the Florida Department of Transportation. 11. The firm certifies that the bidder is not a nonresident alien, or a foreign corporation/entity formed under the laws of a country other than the United States. 12. The Bidder certifies that the company is not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List.

District 5 Form No. 10 Where the Bidder is unable to declare or certify as to any of the statements contained in the above stated paragraphs numbered (1) through (12), the Bidder has provided an explanation in the "Exceptions" portion on page 4 of 4 or by attached separate sheet. EXCEPTIONS: Any exception listed above will not necessarily result in denial of award, but will be considered in determining bidder responsibility. For any exception noted, indicate to whom it applies, initiating agency, and dates of agency action. Providing false information may result in criminal prosecution and/or administrative sanctions. I declare under penalty of perjury that the foregoing is true and correct. CORPORATION: INDIVIDUAL OR FIRM TRADING AS: Bidder Bidder Signature: Signature: President or Vice President (Circle Title) Individual or Owner Print Name Print Name (Affix Corporate JOINT VENTURE: Seal) PARTNERSHIP Bidder Signature: Bidder Attorney-in-Fact Signature: General Partner (Circle Title) Print Name Print Name CONTRACTOR: (Seal) Signature: Signature: President or Vice President (Circle Title) General Partner (Circle Title) CONTRACTOR: (Seal) Print Name Signature: President or Vice President (Circle Title) LIMITED LIABILITY COMPANY: CONTRACTOR: (Seal) Signature: Contractor Manager or Member (Circle Title) Signature: President or Vice President (Circle Title) Print Name: and authorized to do business in the State of Florida, pursuant to the laws of the Organized and existing under the laws of the State of State of Florida, certificate of incorporation or organization or certificate of authority having been issued by the Florida Department of State. FAILURE TO FULLY COMPLETE AND EXECUTE THIS DOCUMENT MAY RESULT IN THE BID BEING DECLARED NONRESPONSIVE ATTACH BID BOND Job No(s): 412994 8 82 01

State of Florida Department of Transportation REQUEST FOR PROPOSAL Central Florida RAIL CORRIDOR (CFRC) OPERATIONS AND MAINTENANCE RFP-DOT-11-12-5006-O&M PURCHASING AGENT: P. Diane Warnock diane.warnock@dot.state.fl.us Fax: (386) 943-5405 Phone: (386) 943-5513 Florida Department of Transportation District Five Professional Services, M.S.#524 719 South Woodland Boulevard DeLand, FL 32720-6834 13

I N T R O D U C T I O N S E C T I O N 1) INVITATION The State of Florida Department of Transportation (hereinafter referred to as the "Department") is soliciting interested Contractors for the Procurement of an inclusive operations, maintenance, and dispatch Operations and Maintenance Contractor. The services to be performed under this contract are: Maintenance of Way for the 61.3 mile Central Florida Rail Corridor Operation of the SunRail Commuter Rail System Maintenance of the SunRail vehicle fleet Dispatching of the SunRail and tenant freight and passenger rail services Elements required under this Request for Proposal are specifically defined in Exhibit A, Scope of Services The Contractor will be required to coordinate the implementation of the SunRail system with the CFCRT Design/Build/Maintain Firm who is responsible for the design and construction of improvements in the corridor as well as the Maintenance of Way for the corridor. Interested Contractors are encouraged to review the contract documents including the request for proposals and scope of services posted for Industry Review and provide the Department with feedback including questions, comments or suggestions to the solicitation. The Department is interested in hearing from Contractors within the industry in terms of innovative approaches to ridership incentives in the early years and assuming the ridership responsibility as the system becomes operational. Marketing incentives should be a part of the innovative approach. Interested Contractors must submit, a Technical Proposal and Price Proposal by the date and time to the location cited in Section 3 below. Specific requirements for the Technical and Price Proposals are outlined in Section 11 of this Request for Proposal. All Proposals will be evaluated in accordance with Section 18 below. The process for selecting a single Contractor to represent the Department requires submission of the Competitive Sealed Technical Proposal to provide the Operations and Maintenance Services. Subject to the Qualifications outlined in this Request for Proposal, the Department will select a single firm to provide Operations and Maintenance Services. The selected Contractor will fully coordinate with the Department s Project Manager in the performance of all services hereunder. The Department intends to award this contract to the responsive and responsible Proposer whose Proposal is determined to be the most advantageous to the State. After the award, said Proposer will be referred to as the Contractor. For the purpose of this document, the term "Proposer" means the prime Contractor acting on its own behalf and those individuals, partnerships, firms, or corporations comprising the Proposer team. The term "Proposal" means the complete response of the Proposer to the Request for Proposals (RFP), including properly completed forms and supporting documentation. The deadline for obtaining contract bid documents shall be 24 hours prior to the due date and time for the Technical Proposal. Funding for this project will be provided under Financial Project Number: 412994-8-82-01 2) SCOPE OF SERVICES Details of the desired services, information and items to be furnished by the Contractor are described in Exhibit A, Scope of Services attached by reference hereto and made a part hereof. 14

3) 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 Contractor 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 RFP number. It is the responsibility of all potential Proposers to monitor this site for any changing information prior to submitting your Proposal. ACTION / LOCATION DATE LOCAL TIME REQUEST FOR PROPOSAL POSTED FOR INDUSTRY REVIEW April 17, 2012 12:00PM DEADLINE FOR SUBMITTING COMMENTS, INDUSTRY REVIEW May 7, 2012 10:00 AM ADVERTISEMENT VBS - May 22, 2012 12:00PM MANDATORY PRE-PROPOSAL MEETING June 5, 2012 9:00AM Cypress A & B Conference rooms, first floor Florida Department of Transportation 719 South Woodland Boulevard DeLand, Florida 32720-6834 DEADLINE FOR TECHNICAL QUESTIONS - July 24, 2012 12:00PM ANSWERS TO TECHNICAL QUESTIONS POSTED July 31, 2012 12:00PM TECHNICAL PROPOSALS DUE August 16, 2012 12:00PM Diane Warnock, M.S.#524 Florida Department of Transportation 719 South Woodland Boulevard DeLand, Florida 32720-6834 Phone 386-943-5513, PUBLIC OPENING (Technical Proposal) August 16, 2012 1:00PM Cypress A & B Conference Rooms First floor Florida Department of Transportation 719 South Woodland Boulevard DeLand, Florida 32720-6834 PUBLIC MEETING OF THE TECHNICAL REVIEW COMMITTEE AND ADVISORS, if applicable and necessary September 6, 2012 10:00AM Osceola County Conference room, Fourth floor Florida Department of Transportation 719 South Woodland Boulevard DeLand, Florida 32720-6834 PRICE PROPOSALS DUE: September 20, 2012 9:00AM P. Diane Warnock, M.S.#524 Florida Department of Transportation 719 South Woodland Boulevard 15

DeLand, Florida 32720-6834 PUBLIC MEETING TO AVERAGE TECHNICAL SCORES, OPEN PRICE PROPOSALS AND DETERMINE INTENDED AWARD - September 20, 2012 4:00PM Cypress A & B Conference rooms, First floor Florida Department of Transportation 719 South Woodland Boulevard DeLand, Florida 32720-6834 SELECTION COMMITTEE MEETING TO AWARD - September 24, 2012 8:15 AM Secretary s Conference room, fourth floor Florida Department of Transportation 719 South Woodland Boulevard DeLand, Florida 32720-6834 POSTING OF INTENDED AWARD - September 24, 2012 9:00 AM ANTICIPATED AWARD - September 27, 2012 9:00AM ANTICIPATED EXECUTION - October 15, 2012 4) AGENDA FOR PUBLIC MEETINGS Agenda Pre-Proposal Meeting Starting Time, See Timeline section - Opening Comments, Introductions - Review of Project and Response Requirements - Questions from Contractors - Adjourn meeting Agenda - Opening of Technical Proposals Starting Time, See Timeline section - Opening Comments, Introductions - Open Technical Proposals and announce names of submitting firms - Adjourn meeting Agenda - Technical Review Committee and Advisor Meeting, if applicable Starting Time, See Timeline section - Opening Comments, Introductions - Project overview, Timeline - Review of Scope - Evaluation Requirements - Review of Submittals and Requirements - Comments from Technical Advisors, if applicable - Questions from Technical Review Committee to the Advisors and responses, if applicable - Adjourn meeting Agenda - Public Meeting to Average Technical Scores, Open Price Proposals and Determine an Intended Award Starting Time: see the Timeline - Opening Comments, Introductions - Calculate Average Technical evaluation scores - Announce Firms that have achieved a Technical Score of 70 Points or better - Announce the firms and their price(s) as Proposals are opened 16

- Calculate Price Scores - Calculate Total Scores (Technical Scores plus Price Scores) - Announce time and date of Selection Committee Intended Award meeting. - Adjourn Agenda Selection Committee Meeting to Summarize Evaluations and Determine Anticipated Award Starting Time: see the Timeline - Summarize Technical Evaluation Scores - Summarize Price Proposal Scores - Summarize Total Scores (Technical Scores plus Price Proposal Scores) - Announce Anticipated Award decision - Announce time and date decision will be posted on the Contractor Bid System (VBS) - Adjourn 5) SPECIAL ACCOMMODATIONS Any person with a qualified disability requiring special accommodations at a Pre-Proposal conference, public meeting, oral presentation 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). S P E C I A L C O N D I T I O N S 1) MyFloridaMarketPlace Since July 1, 2003, the Department has been using the State of Florida s web-based electronic procurement system, MyFloridaMarketPlace. PROPOSERS MUST BE REGISTERED IN THE STATE OF FLORIDA S MYFLORIDAMARKETPLACE SYSTEM BY THE TIME AND DATE OF THE TECHNICAL PROPOSAL OPENING OR THEY WILL BE CONSIDERED NON-RESPONSIVE (see Special Condition 17). All prospective Proposers that are not registered should go to https://contractor.myfloridamarketplace.com/ to complete on-line registration, or call 1-866-352-3776 for assisted registration. 2) QUESTIONS & ANSWERS 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. No negotiations, decisions, or actions will be initiated or executed by a Proposer 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. All questions arising from this Request for Proposal must be forwarded in writing as described herein. Direct all questions to the Department by e-mailing them to Diane Warnock, at Diane.warnock@dot.state.fl.us and copy Roger Masten at: roger.masten@dot.myflorida.com Questions received before 12:00 P.M. (EST) on Tuesday July 24, 2012, will be responded to by the Department as they are received. For questions received after these times, an answer cannot be assured. For all questions received before the deadline, the Department will provide and post responses 17

at the VBS website by 12:00PM: EST on Tuesday July 31, 2012. Proposers must take responsibility to review and be familiar with all questions and responses posted to this website and to make any necessary adjustments in the proposal accordingly When, in the sole judgment of the Department, responses require revisions to any procurement document an addendum will be posted on the VBS website and the Department website shown below. The Department s written response to written inquiries submitted timely by Proposers 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 ), Notices of changes and 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 RFP number. It is the responsibility of all potential Proposers to monitor this site for any changing information Each Proposer must acknowledge the receipt of all addenda by signature and subsequent submission of addenda signed addenda via fax to the Department. 3) QUALIFICATIONS AND REQUIREMENTS The requirements of sections 3.1, 3.2, 3.3, 3.4, and 3.5 below are threshold requirements and failure to meet these requirements shall disqualify the Proposer. 3.1 Operations and Maintenance Experience The Proposer shall have specific expertise and experience in the performance of the Operations and Maintenance of a railroad, preferably a Class I railroad carrying both passenger and freight traffic. A Prime Contractor may utilize a subcontractor to meet the expertise and experience requirement for any work element. The Proposer shall have experience in providing this type of Service for a Government or Transportation agency. The Proposer must also demonstrate they meet all Federal, State and Local laws, ordinances, rules and regulations that in any manner affect this work. A minimum of 10 years of both maintenance and operations is required. Experience beyond the minimum is preferred. Both Class I railroad freight traffic and passenger traffic is required. Shared use of the corridor by freight and passenger traffic is preferred. 3.2 Authorized To Do Business in the State of Florida In accordance with Sections 607.1501, 608.501, and 620.9102, 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 must be obtained prior to submitting a Technical and Price Proposal. Failure to obtain the required authorization by the deadline will result in the Proposer being declared non-responsive and the contract may be awarded to the next highest ranked responsive Proposer. For information regarding authorization, contact: Florida Department of State Tallahassee, Florida 32399 (850) 245-6051 3.3 Licensed to Conduct Business in the State of Florida If the business being provided requires that individuals be licensed by the Department of Business and Professional Regulation, such licenses must be obtained prior to submitting a Technical and Price Proposal. Failure to obtain the required authorization by the deadline will result in the Proposer being 18

declared non-responsive and the contract award being made to the next ranked Proposer. For licensing information contact: Florida Department of Business and Professional Regulation Tallahassee, Florida 32399-0797 (850) 487-1395 The Proposer must submit in a separate section of its Technical Proposal copies of any and all Licenses, Registrations and/or Certifications that apply to the work described in Exhibit A, Scope of Services, These Certificates will not count towards any page limit. 3.4 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. 3.5 Bid Bond: A Bid Bond of in the amount of FIVE PERCENT (5%) of the actual total of the Proposal referred to herein, in the form of either a certified check, cashier's check, trust company treasurer's check, bank draft of any national or state bank, or Surety Bid Bond made payable to the Florida Department of Transportation must accompany each bid. Bid Bonds must be furnished using the attached Bid Bond form (Form No. 9). 3.5.1 Release of Bid Bond. The Department will release all Bid Bonds except those of the two highest scoring Proposers immediately following the opening and checking of the proposals. The Department will immediately release the Bid Bonds of the two highest scoring Proposers after the successful Proposer delivers the executed contract and a satisfactory contract bond to the Department, except that the Department will not retain the proposal guaranty of the second ranked Proposer longer than 50 days after the opening of the proposals unless the Department awards the contract to the second ranked proposer prior to the expiration of this time limit. 3.6 Florida Department of Financial Services (DFS) W-9 INITIATIVE The Florida Department of Financial Services (DFS) is requiring all vendors that do business with the state to submit an electronic W-9 by March 5, 2012. Vendors must submit their W-9 forms electronically at https://flvendor.myfloridacfo.com before March 5, 2012 to receive further payments from the state. Contact the DFS Customer Service Desk at (850) 413-5519 or FLW9@myfloridacfo.com with any questions. 4) PROPOSERS FACILITIES 4.1 Review of Proposer s Facilities After the Proposal due date and prior to contract execution, the Department reserves the right to perform or have performed an on-site review of the Proposer's facilities and qualifications. This review will serve to verify data and representations submitted by the Proposer and may be used to determine whether the Proposer has an adequate, qualified, and experienced staff to provide the required services. The review may also serve to verify whether the Proposer has financial capability adequate to meet the contract requirements. 4.2 Disqualification 19

Should the Department determine that the Proposal has material misrepresentations or that the size or nature of the Proposer's facilities or the number of experienced personnel (including professional and/or technical staff) are not adequate to ensure satisfactory contract performance, the Department has the right to reject the Proposer and no longer consider it for this procurement. 5) DIVERSITY ACHIEVEMENT 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 sub-contractors. The DBE goal for this contract and all current FTA contracts is 8.14%. 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. Proposers are requested to indicate their intention regarding DBE participation on the Anticipated DBE Participation Statement and to submit that Statement with the Original copy of their Technical Proposal only. 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, Proposers are requested to submit Bidder s Opportunity List with the original copy of their Technical Proposal only. The list should include yourself as well as any prospective sub-contractor that you contacted or who has contacted you regarding the project. 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. 6) COSTS INCURRED IN RESPONDING This Request for Proposal does not commit the Department or any other public agency to pay any costs incurred by an individual firm, partnership, or corporation in the submission of a Proposal or to make necessary studies or designs for the preparation thereof, nor to procure or contract for any articles or services. 7) PROTEST OF REQUEST FOR PROPOSAL SPECIFICATIONS Any person who is adversely affected by the contents of this Request for Proposal must file the following with the Department of Transportation, Clerk of Agency Proceedings, Office of the General Counsel, 605 Suwannee Street, Mail Station 58, Tallahassee, Florida 32399-0450: 1. A written notice of protest within seventy-two (72) hours after the posting of the solicitation, and 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. 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. 20

8) TECHNICAL REVIEW AND SELECTION COMMITTEE The Department will appoint a Technical Review Committee that will be composed of a minimum of three (3) persons who collectively have experience and knowledge in contract procurement. The committee will be involved in the reviews/evaluations, presentations, and recommendation for award. The Technical Review Committee may be assisted by one or more technical advisors with specific expertise required to review the Technical Proposals. A Selection Committee will be established and will make all final procurement decisions. 9) AWARD OF THE CONTRACT The contract will be awarded to the responsible and responsive Proposer whose Proposal is determined to be the most advantageous to the State. The Department will hold a public meeting of the Selection Committee to review the Technical Proposal scores, Price Proposal scores and Total scores of the Proposers. The Selection Committee will adjust the Technical and Price Proposal scores as it deems appropriate. After review and adjustment, if any, the total of the Technical Proposal score and the Price Proposal score will be determined for each responsive Proposer. The Proposer with the highest total score will be the apparent winner. If the Department is confronted with identical scoring from multiple Proposers, the Department shall determine the order of award in accordance with Rule 60A-1.011, Florida Administrative Code. The final decision will be determined by the Selection Committee. A statement will be placed in the procurement file that explains the basis for Proposer selection. The Department reserves the right to accept or reject any or all Technical Proposals and Price Proposals received. The Department reserves the right to reject any Proposal submitted with an un-reasonably high or unreasonably low Price Proposal Amount. The Department is not obligated to execute a contract and may terminate this solicitation at any time. 10) PRE-PROPOSAL CONFERENCE A MANDATORY pre-proposal conference will be held at the date, time and location in the Timeline. The purpose of this meeting is to provide an open forum for the Department to review the Procurement requirements and respond to questions from potential proposers regarding the RFP requirements, contractual requirements, method of compensation, Plans, Specifications and other conditions or requirements that may, in any manner, affect the work to be performed. Any changes and/or resulting addenda to the RFP will be the sole prerogative of the Department. Attendance at this pre-proposal conference is MANDATORY. Failure by a proposer to attend or be represented at this pre-proposal conference will constitute a non-responsive determination of their proposal package. Proposals found to be non-responsive will not be considered. LATE ARRIVALS TO MANDATORY PRE-BID MEETINGS All bidders must be present and signed in prior to the start of the mandatory pre-bid meeting. Anyone not signed in at the commencement of the meeting will be considered late and will not be allowed to bid on the project. 11) PROPOSAL FORMAT INSTRUCTIONS 11.1 General Information This section contains instructions that describe the required format for the Proposal. All Proposals submitted shall contain two parts and be marked as follows, and shall be delivered in accordance with the Timeline in Section 3 PART I TECHNICAL PROPOSAL NUMBER RFP-DOT-11-12-5006-O&M (One Separately Sealed Package for Technical Proposal) PART II PRICE PROPOSAL NUMBER RFP-DOT-11-12-5006-O&M 21