DELIVER TO:
City of Fort Pierce, Purchasing Division
Room 101
100 North U.S. #1
Fort Pierce, FL 34950
MAIL TO:
City of Fort Pierce Purchasing Division,
Room 101
P.O. Box 1480
Fort Pierce, FL 34954-1480
Bid Writer: Gelencia Carter, 772-467- 3102
Pre-Proposal Conference Date:
N/A
Mandatory Pre-Proposal Location:
N/A
RFP Due Date & Time:
3:00 PM, WEDNESDAY, FEBRUARY 7, 2024
Proposer Name:
--------------------------------------------------------------
Mailing Address:
---------------------------------------------------------------
---------------------------------------------------------------
---------------------------------------------------------------
City, State, Zip Code:
REQUEST FOR PROPOSALS
and
PROPOSER ACKNOWLEDGMENT
RFP No: 2024-019
RFP Title: ON-DEMAND
TRANSPORTATION SERVICES
RFP Opening Location:
City of Ft. Pierce Purchasing Division
Room 101
100 North U.S. #1, 1st Floor
Ft. Pierce, Florida 34950
If you need any reasonable accommodation for any type
of disability in order to participate in this procurement,
please contact this department as soon as possible.
I hereby certify that this bid is made without prior
understanding, agreement, or connection with any
corporation, firm, or person submitting a bid for
the same materials, supplies or equipment, and is
in all respects fair and without collusion or fraud. I
agree to abide by all conditions of this bid and
certify that I am authorized to sign this bid for the
bidder.
X
______
Authorized Signature (Manual)
Typed or Printed Name:
_____
Type of Entity (Select one):
Corporation
Partnership
Proprietorship
________
________
________
Title:
Incorporated in the State of:
Year:
Delivery in
days, ARO
Phone Number:
Payment Terms: Net 30 Days
Fax Number:
FEIN or SS Number:
E-Mail Address:
Local Business: ___Y ___N MWBE: ___Y ___N
Bid Security is attached, when required, in the amount If returning as a "No Bid" state reason:
of $ _________________________________________
F.O.B. DESTINATION
THIS PAGE MUST BE COMPLETED AND RETURNED WITH YOUR BID
RFP No. 2024-019
Table of Contents
SECTION I – GENERAL CONDITIONS, INSTRUCTIONS, AND INFORMATION FOR
BIDDERS
1
GENERAL INFORMATION
1
2
DELAYS
1
3
EXECUTION OF BIDS
1
4
NO BID
1
5
PROPOSAL OPENING
2
6
TAXES
2
7
DISCOUNTS
2
8
MISTAKES
2
9
INVOICING AND PAYMENT
2
10 DELIVERY
3
11 ADDITIONAL TERMS AND CONDITIONS
3
12 INTERPRETATION
3
13 ADDENDUM
4
14 DISPUTES
4
15 CONFLICT OF INTEREST
4
16 LEGAL REQUIREMENTS
4
17 DRUG FREE WORKPLACE
4
18 MINORITY/WOMEN OWNED BUSINESS ENTERPRICES
5
19 PUBLIC ENTITY CRIMES
5
20 AWARD
5
21 EEO STATEMENT
5
22 CONTRACTUAL AGREEMENT
5
23 GOVERNMENTAL RESTRICTION
6
24 PATENTS AND ROYALTIES
6
25 ADVERTISING
6
26 ASSIGNMENT
6
27 COMPLIANCE WITH OCCUPATIONAL SAFETY AND HEALTH
6
28 FACILITIES
7
29 REPRESENTATION
7
30 DISQUALIFICATION OF BIDDER
7
31 ADJUSTMENTS/CHANGES/DEVIATIONS
7
32 INSURANCE
7
33 PUBLIC RECORDS
7
34 PROPOSER REPRESENTATION
7
35 COOPERATIVE PURCHASING
8
36 CANCELLATION
8
SECTION II INSURANCE REQUIREMENTS
9
SECTION III – INSTRUCITONS TO PROPOSERS
1
RFP OPENING
2
SUBMISSION OF PROPOSALS
3
INQUIRIES / QUESTIONS
4
TERMS OF CONTRACT
12
12
12
13
13
RFP No. 2024-019
5
MINORITY PARTICIPATION AND OUTREACH PROGRAM
13
6
CERTIFICATE OF INSURANCE
13
7
PERMITS AND LICENSES
13
8
BUSINESS TAX RECEIPT (OCCUPATIONAL LICENSE)
14
9
W-9 TAXPAYER IDENTIFICATION NUMBER AND CERTIFICATION
14
10 REFERENCE CHECK FORM
14
11 PROPOSAL PREPARATION COST
14
12 RESERVED RIGHTS
14
13 APPLICABLE LAWS
15
14 INVOICING
16
15 E-VERIFY
16
16 TIE BREAKER
16
17 CONSULTAN’TS AUTHORIZED SIGNATURE
17
18 ADDENDUM
17
SECTION IV – STATEMENT OF WORK
18
1
PROJECT OVERVIEW
18
2
SCOPE OF SERVICES
18
3
EVALUATION CRITERIA /SCORING
21
4
INTERVIEWS / ORAL PRESENTATIONS
22
5
REJECTION CRITERIA
22
SECTION V – INSTRUCTIONS FOR PREPARING PROPOSAL
24
SECTION V – REQUIRED FORMS
26
1
SUMMARY OF FORMS
27
2
DRUG FREE WORKPLACE
28
3
NON-COLLUSIVE FORM
29
4
PUBLIC ENTITY CRIMES
30
5
SCRUTINIZED COMPANIES CERTIFICATION
33
6
REFERENCES
34
7
W-9 TAXPAYER IDENTIFICATION NUMBER
35
8
CHECKLIST
36
RFP No. 2024-019
SECTION I
GENERAL CONDITIONS, INSTRUCTIONS, AND INFORMATION FOR PROPOSERS
1. GENERAL INFORMATION
These documents constitute the complete set of specification requirements and proposal
forms. All proposal sheets and attachments must be executed and submitted in a sealed
envelope. DO NOT INCLUDE MORE THAN ONE PROPOSAL PER ENVELOPE
(CLEARLY MARK PROPOSAL AS “ORIGINAL” AND REQUESTED NUMBER OF
COPIES AS “COPY” ON EACH SET ENCLOSED). The face to the envelope shall
contain Proposer’s name, return address, the date and time of proposal opening, the
proposal number and title. Proposals not submitted in accordance with the instructions as
outlined in the document will be rejected. By submitting a proposal, the Proposer agrees
to be subject to all terms and conditions specified herein. No exceptions to the terms and
conditions shall be allowed. Proposers shall submit their proposal complete with all
supporting documentation. SUBMITTAL OF A PROPOSAL IN RESPONSE TO
REQUEST FOR PROPOSAL CONSTITUTES AN OFFER BY THE PROPOSER.
Proposals which do not comply with the requirements may be rejected at the option of the
City.
2. DELAYS
The City, at its sole discretion, may delay the scheduled due dates indicated above if it is
to the advantage of the City to do so. The City will notify proposers of all changes in
scheduled due dates by written addendum.
3. EXECUTION OF PROPOSAL
Proposal must contain a manual signature, in ink, of an authorized representative
who has the legal ability to bind the Proposer in contractual obligations in the
space provided on Page 1 of Proposal/Proposal Acknowledgment and on the
Proposal Response Form. FAILURE TO PROPERLY SIGN THE PROPOSAL SHALL
INVALIDATE SAME, AND IT SHALL NOT BE CONSIDERED FOR AN AWARD.
Proposals must be typed or legibly printed in ink. All corrections made by the Proposer
to any part of the proposal document must be initialed in ink. The original proposal
conditions and specifications cannot be changed or altered in any way. Altered proposals
will not be considered. Clarification of proposals submitted shall be in letter form, signed
by proposers, and attached to the proposal.
4. NO BID
If not submitting a proposal, respond by returning only the Proposer acknowledgment
form, marking it “No Bid,” and give the reason in the space provided.
1
General Conditions
RFP No. 2024-019
5. PROPOSAL OPENING
Shall be public, at the address, date, and time specified on the proposer Acknowledgment
form. The proposal time must be and shall be scrupulously observed. Under no
circumstances shall proposals be delivered after the time specified to be considered; such
proposals will be returned unopened. The City will not be responsible for late deliveries
or delayed mail. The time/date stamp clock located in the Purchasing Department shall
serve as the official authority to determine the lateness of any proposal. It is the
Proposer’s sole responsibility to assure that his/her proposal is complete and delivered
at the proper time and place of the proposal opening. Proposals, that for any reason are
not so delivered, will not be considered. Offers by facsimile, telegram, or telephone are
not acceptable. A proposal may NOT be altered by the Proposer after the opening of the
proposals. Proposal tabulations will be furnished on the web sites:
https://www.demandstar.com
6. TAXES
The City is exempt from Federal Excise and State Sales Taxes on direct purchases of
tangible personal property. The City exemption number is on the face of the Purchase
Order. If requested, the Purchasing Director will provide an exemption certificate to the
awarded Proposer. Vendors or contractors doing business with the City shall not be
exempt from paying sales tax to their suppliers for materials to fulfill contractual
obligations with the City Tax Exemption Number in securing such materials. This
exemption does not apply to purchases of tangible personal property in the performance
of contracts for the City.
7. DISCOUNTS
Cash discounts for prompt payment shall not be considered in determining the lowest net
cost for bid evaluation purposes.
8. MISTAKES
a. Proposers are expected to examine the specifications, delivery schedule, bid
prices, extensions and all instructions pertaining to supplies and services.
FAILURE TO DO SO WILL BE AT PROPOSER’S BIDDER’S RISK. In the event
of extension error(s), the unit price will prevail and the Proposer’s total offer will be
corrected accordingly.
b. Written amounts shall take precedence over numerical amounts. In the event of
addition error(s), the unit price and extension thereof will prevail and the Proposer’s
total offer will be corrected accordingly. Proposals having erasures or corrections
must be initialed in ink by the Proposer.
9. INVOICING AND PAYMENT
Payment for any and all invoice(s) that may arise as a result of a contract or purchase
order issued pursuant to this proposal specification shall minimally meet the following
conditions to be considered as a valid payment request:
2
General Conditions
RFP No. 2024-019