Notice of Bid/Request for Proposal

DEPARTMENT OF MILITARY AFFAIRS
207074 Snyder Storage Building CHP New Construction

RE-ADVERTISEMENT FOR BIDS

PROPOSALS ARE REQUESTED FROM QUALIFIED LICENSED GENERAL CONTRACTORS BY THE State of Florida, Department of Military Affairs HEREINAFTER REFERRED TO AS OWNER, FOR CONSTRUCTION OF:

PROJECT NUMBER:         207074

ACCOUNTING CODE:     132G76.l5

PROJECT NAME AND LOCATION: Snyder Armory Storage Building, Jacksonville, Florida

POTENTIAL RESPONDENTS TO THE SOLICITATION ARE ENCOURAGED TO CAREFULLY REVIEW ALL THE MATERIALS CONTAINTED HEREIN AND PREPARE RESPONSES ACCORDINGLY.

A COMPLETE COPY OF THIS SOLICITATION MUST BE OBTAINED FROM THE MYFLORIDA.COM, MYFLORIDAMARKETPLACE, VENDOR BID SYSTEM.

This project was originally advertised in January 4, 2008, and was cancelled on February 5, 2008, due to funding constraints. Funding has since been authorized and the project is being re-advertised under this solicitation. Questions regarding the original advertisement, received through February 1, 2008 will be answered in Addendum #1, date of issue to be determined. New questions (those received after February 29, 2008) will be accepted until 8:00 a.m., March 24, 2008. Plans and specifications issued during the original solicitation are still valid, with no changes made. Additional copies of the plans and specifications may be purchased from Ebert, Norman, and Brady Architects as listed below under BID/PROPOSAL.

FOR (PROJECT DESCRIPTION): Construction of a new Pre-engineered metal storage building is required at the Snyder Armory Site in Jacksonville, Florida. The new facility will require site work including site clearing, earthwork, removal of existing asphalt, asphalt paving, concrete paving, utilities, interior chain-link fencing and landscape restoration. The facility will consist of approximately 3,636 square feet of pre-engineered metal building on a cast-in-place monolithic concrete slab. The pre-engineered metal building exterior will be a combination of metal panels, double steel doors and frames. The interior finishes will include, but not be limited to, chain-link fence dividers, exposed metal building vinyl faced insulation, and unfinished concrete floor slab. The mechanical system will include wall mounted HVAC units and associated ductwork, trim and equipment. The electrical work will include electrical service to the building, all distribution, panels, devices and lighting.

PREQUALIFICATION: Each bidder whose field is governed by Chapters 399, 455, 489 and 633, Florida Statutes, for licensure or certification must submit prequalification data of their eligibility with their bid at or prior to the bid opening. After the bid opening, the low bidder must qualify in accordance with Rule 60D-5.004, F.A.C. A copy of the requirements is included in the Non-Technical Specifications Level IV/V, Instructions To Bidders under Section B-2 “Bidder Qualification Requirements and Procedures”. Note: A completed experience questionnaire and financial statement form number DBC 5085 (Exhibit 3) must be submitted with bid.

BID SECURITY: Bids/Proposals in total excess of $100,000.00, the bidder must provide with bid, a good faith deposit in the amount of 5% of the bid by way of a bid bond from a surety insurer authorized to do business in the STATE OF FLORIDA as surety or a certified check or cashier’s check accompanying the bid.

PERFORMANCE BOND AND LABOR AND MATERIAL PAYMENT BOND’S are required from any persons or parties entering into a formal contract with the STATE OF FLORIDA for contracts in total excess of $100,000.00 for construction, additions, renovations, repairs, or demolition of any public building pursuant to Section 255.05(1)(a), Florida Statutes.

PROCUREMENT RULES AND INFORMATION:

All questions regarding this procurement must be sent, in writing ONLY, identifying the submitter, to: Ebert Norman Brady Architects, Attention: Mr. Tom Norman, facsimile number (904)241-7526. Last day for questions to be received from potential bidders is March 24, 2008, 8:00 a.m. No questions will be responded to if received after that date. Questions may only be submitted via facsimile, no oral communication is permitted. The final addendum will be issued March 26, 2008.

INFORMATION WILL NOT BE AVAILABLE BY TELEPHONE. All information received through any oral communication shall not be binding on the Department of Military Affairs and shall not be relied upon by an offerer.

Pursuant to Section 287.057(26), Florida Statutes, Respondents to this solicitation of 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.

All questions and answers/changes to the solicitation will be provided in writing and posted on the DMS Vendor Bid System (VBS). It is the prospective contractor’s responsibility to check periodically for any information updates to the solicitation which are posted to the VBS. The Department of Military Affairs bears no responsibility for any delays, or resulting impacts, associated with a prospective contractor’s failure to obtain information made available through the DMS Vendor Bid System.

MANDATORY PRE-BID MEETING

Thursday, March 13, 2008, 10:00 a.m. (Local Time)

PLACE: Snyder Armory, 9900 Normandy Blvd., Jacksonville, Florida – Classroom 1

All interested parties should call Mrs. Sandie Burchfield at (904)823-0252, to be placed on the access list by March 12, 2008, before 4:30 p.m. All General Contractors interested in bidding on this project are required to attend this pre-bid meeting.

Sealed bids will be received, publicly opened and read aloud on: BIDS/RESPONSES TRANSMITTED ELECTRONICALLY WILL NOT BE CONSIDERED. BIDS/RESPONSES RECEIVED AT THE LOCATION DESIGNATED AFTER THE EXACT TIME SPECIFIED FOR RECEIPT WILL NOT BE CONSIDERED.

Wednesday, April 2, 2008 – Until 2:00 p.m. (Local Time)

PLACE: Robert F. Ensslin Armory, 2305 State Road 207, St. Augustine, Florida 32086 – Drill Hall

MARK ENVELOPES: SEALED BID for Project Number 207074, Snyder Armory Storage Building, Jacksonville, Florida, Attn: Ms. Michele Dobbs or Ms. Bobbie Smith at (904)823-0255/0256.

Bids submitted prior to the bid opening via courier or mail are to be delivered to: State of Florida, Department of Military Affairs, 2305 State Road 207, St. Augustine, Florida 32086, marked as above.

BID/PROPOSAL: All responses must be submitted in a sealed package and shall be clearly marked on the outside of package with the above information. Department of Military Affairs is not responsible for the opening of any solicitation package which is not properly marked. It is the respondent’s responsibility to assure its response is submitted in the place and time indicated in this solicitation. Also, all responses must be in full in accordance with the requirements of the Drawings, Specifications, Bidding Conditions and Contractual Conditions, and Non-Technical Specifications, which have been prepared by the Engineer as listed, and may be obtained as follows:

ARCHITECT‑ENGINEER: Ebert Norman Brady (ENB) Architects – Mr. Tom Norman

TELEPHONE: (904)241-9997

Make all checks or money orders payable to: ENB Architects No Credit cards are accepted.

DEPOSIT: $75.00 per set of Drawings and Specifications is required with a limit of two (2) sets per General Contractor or Prime Bidder and one set per mechanical subcontractor and/or electrical subcontractor. The deposit shall only be returned to those General Contractors, or Prime Bidders, mechanical subcontractors and/or electrical subcontractors, who, after having examined the Drawings and Specifications:

        a. Submit a request for pre‑qualification and fail to qualify, or

        b. Submit a bid (in the case of mechanical and/or electrical subcontractor’s submission of a bid to a prime bidder), and return the Drawings and Specifications in good condition within fifteen (15) days of the date of receipt of bids

-OR-

FULL SETS of drawings and specifications may be purchased by payment of the printing and handling cost at the rate of  $75.00 per set.

CONTRACT AWARD: The lowest bid will be the bid from the responsive bidder that has submitted the lowest price for the base bid or base bid plus the additive alternates or less the deductive alternates chosen by the Agency to be included in or excluded from the proposed contract, taken in numerical order listed in the bid documents. The order of the alternates may be selected by the Agency in any sequence so long as such acceptance out of order does not alter the designation of the low bidder. The official Notice of Award Recommendation will be by electronic posting on the Department’s website at http://fcn.state.fl.us/owa_vbs/owa/vbs_www.main_menu. Failure to file a protest within the time prescribed in Section 120.57(3), Florida Statutes, shall constitute a waiver of proceedings under Chapter 120, Florida Statutes. If no protest is filed, the contract will be awarded to the qualified, responsible and responsive low bidder in accordance with Chapter 60D-5, F.A.C., by the Owner.

The Department reserves the right to accept or reject any or all proposals received and reserves the right to make an award with or without further discussion of the proposals submitted or accept minor informalities or irregularities in the best interest of the State of Florida, which are considered a matter of form and not substance, and the correction or waiver of which is not prejudicial to other proposers. Minor irregularities are defined as those that will not have an adverse effect on the Department’s interest and will not affect the price of the proposal by giving a proposer an advantage or benefit not enjoyed by all other proposers. It is understood the proposal will become a part of the Department’s official file, without obligation to the Department. Proposals may be rejected if found to be irregular or not in conformance with the requirements and instructions contained herein. A proposal may be found to be irregular or non-responsive by reasons that include, but are not limited to failure to utilize or complete in their entirety prescribed forms, conditional proposals, incomplete proposals, ambiguous proposals, and improper, missing and/or undated signatures.

The Non-Technical Specifications Level IV and V are considered to be applicable to this solicitation and award of contract when made and are made a part hereof.