Expressway Authorities, Orlando-Orange County Expressway Authority  


  • MAINTENANCE & INSTALLATION OF VIOLATION ENFORCEMENT SYSTEM (VES) LANE CAMERA AND EQUIPMENT – CONTRACT NO.: 000641

    NOTICE TO CONTRACTORS

    The Orlando-Orange County Expressway Authority (Authority) requires the services of a Contractor to provide maintenance and installation services of the Authority’s VES lane cameras and equipment including the services, parts and equipment generally described in this notice and more specifically in the Scope of Services for the project. Consideration will be given to only those firms who are qualified to perform the work as determined by the Authority. Any firm wanting to be considered by the Authority should contact: Robert Johnson at (407)690-5372, johnsonr@oocea.com for a Request for Proposal (RFP) package.

    DESCRIPTION OF SERVICES: The work to be performed includes all preventive, corrective and emergency maintenance and installation for servicing of 280 Pulnix VES Cameras and associated equipment located throughout the Authority’s System. The selected firm shall be solely responsible for the full maintenance and installation of the VES lane hardware and VES lane software updates. Maintenance shall be provided through field service, operational testing, and by maintenance personnel either on duty or on call. Each Proposer will submit a Maintenance Plan showing how the Proposer intends to carry out their responsibilities.

    The Authority’s current ETC System has been in operation since 1994 and includes 14 mainline plazas and 58 ramp plazas. The system covers facilities located on the Authority’s road system, which includes S.R. 408 (East-West Expressway); S.R. 417 (Central Florida GreeneWay); S.R. 528 (Bee Line Expressway); and S.R. 429 (Western Expressway); and S.R. 414 (John Land Apopka Expressway) in Orange County, Florida. There are 280 cameras under this contract, located on 280 lanes.

    QUALIFICATION REQUIREMENTS AND RESPONSE EVALUATION: Proposer shall have a minimum of ten (10) years specific experience in providing the maintenance and installation for VES equipment and cameras or similar type systems. Proposers must show that they have a thorough knowledge and understanding of VES equipment, software, and processes. Proposers must provide both company qualifications and key personnel qualifications and describe how the staff for this project will be organized.

    Proposers that are corporations must be registered to do business in Florida, prior to the submittal of the Proposal. The Authority will evaluate and determine the relative ability of each Proposer to perform the required services based upon the information provided by the Proposer in response to the RFP.

    NON-SOLICITATION PROVISION: From the first date of publication of this Notice, no person may contact any Authority Member, Officer, Employee, or any selection committee member, with respect to this Notice or the services to be provided, except as related to the submittal requirements detailed in the RFP.

    PROPOSAL DUE DATE: Proposals will be received by the Authority until 3:00 p.m. (Orlando Local Time), August 21, 2009. Proposals delivered or received after that time and date will be disqualified.

    MANDATORY SCOPE OF SERVICES MEETING AND SITE VISIT: The Authority will convene a Scope of Services meeting for interested firms on August 7, 2009. The meeting will begin at 10:00 a.m. (Orlando Local Time), at the Authority’s Headquarters office, 4974 ORL Tower Road, Orlando, Florida. Attendance at the meeting is mandatory for prime contractors in order to submit a proposal for the project. The purpose of the meeting will be for the Authority to respond to questions and to clarify contractual requirements. In addition, recommendations concerning the contents, requirements, Scope of Services, and other matters of concern contained in this RFP will be discussed. Any RFP changes or modifications resulting in addenda to the RFP will be at the sole discretion of the Authority. Each Proposer must also participate in a site visit. A site visit is mandatory in order to submit a proposal.

    EQUAL OPPORTUNITY STATEMENT: The Orlando- Orange County Expressway Authority, in accordance with the provisions of Title VI and Title VII of the Civil Rights Act of 1964, as amended, prohibits discrimination on the basis of race, color, sex, national origin, age, religion and disability. The Authority hereby notifies all Proposers and individuals that it requires and encourages equal employment opportunity for minority and women as employees in the workforce.

    MINORITY / WOMEN / DISADVANTAGED BUSINESS ENTERPRISE PARTICIPATION: The Orlando-Orange County Expressway Authority hereby notifies all Proposers and individuals that it will require affirmative efforts be made to ensure participation of local minority and women business enterprises on contracts awarded by the Authority.

    CODE OF ETHICS: All firms selected to work with the Authority are required to comply with the Authority’s Code of Ethics, a copy of which is available on the Authority’s website: www.expresswayauthority.com.

    ORLANDO-ORANGE COUNTY EXPRESSWAY AUTHORITY

Document Information