Notice of Bid/Request for Proposal

DEPARTMENT OF TRANSPORTATION
Departmental

NOTICE OF BID/PROPOSAL OPPORTUNITY

The Florida Department of Transportation District 6 announces the following project:

BID/PROPOSAL NUMBER: E-6D55

FINANCIAL PROJECT NUMBER: 419798-1-K2-01 / 419798-2-K2-01

MBE/DBE RESERVATION OR PREFERENCE: None

DEADLINE FOR SUBMITTAL OF PRE-QUALIFICATION REQUIREMENTS: August 29, 2006, 5:00 p.m.

BID/PROPOSAL DUE DATE AND TIME: September 7, 2006, 2:00 p.m.

SCOPE OF SERVICES: Sealed written bids are requested from qualified, experienced, and licensed General Contractors or Certified Roofing Contractors to provide replacement of the roofs of the South Dade Maintenance Yard Warehouse, Auto Shop and Auditorium damaged by hurricanes Katrina & Wilma located at 14655 Southwest 122nd Avenue, Miami, Florida 33186.

MANDATORY PRE-BID/PROPOSAL MEETING: August 24, 2006, 10:00 a.m., at the South Dade Maintenance Yard “Auditorium”, 14655 Southwest 122nd Avenue, Miami, Florida 33186.

MANDATORY SITE INSPECTION MEETING: The Mandatory Site Inspection will be immediately following the Mandatory Pre-Bid/Proposal Meeting on August 24, 2006.

Bid/Proposal documents will only be issued to Bidders/Proposers who have been pre-qualified by the District Six Contracts & Procurement Office and who have attended the Mandatory Pre-Bid/Proposal Meeting and the Mandatory Site Inspection Meeting.

MINIMUM QUALIFICATIONS: Bidders/Proposers must submit their qualifications prior to the deadline of August 29, 2006, 5:00 p.m. However Bidders/Proposers are urged to submit qualifications prior to the Mandatory Pre-Bid/Proposal Meeting so that Letters of Pre-Qualification shall be available for pick up at the Mandatory Pre-Bid/Proposal Meeting. Letters of Pre-qualification will only be issued to qualified Bidders/Proposers. Each Bidder/Proposer whose field is governed by Chapters 399, 455, 489, and 633, Florida Statutes, for Licensure or Certification must submit Pre-qualification data of their eligibility to submit Bids/Proposals prior to the Bid/Proposal Opening Date. After the Bid/Proposal Opening, the low Bidder/Proposer must qualify in accordance with Rule 60D-5.004, Florida Administrative Code. A copy of the rule requirements is included in the Bid/Proposal Package. Each Bidder/Proposer must be pre-qualified by the District Six Contracts & Procurement Office prior to the issuance of Bid/Proposal forms.

To pre-qualify each Bidder/Proposer shall be required to submit the following along with their prequalification letter:

1.     Provide proof that their firm is certified with the State of Florida as a Certified General Contractor with a Division 1(A) License or proof that their firm is certified with the State of Florida as a Certified Roofing Contractor.

2.     A copy of the state Corporate Charter issued by the Department of State, Division of Corporations, if its firm is a corporation.

3.     Provide proof of being actively involved in providing roofing services for a minimum of three (3) continuous years and replaced roofs in at least three (3) locations of similar size.

4.     Provide documentation of successful and satisfactory completion of at least three (3) roofs which have been replaced within the last three (3) years.

5.     Provide a minimum of three (3) verifiable customer references in the Broward, Miami-Dade and/or Palm Beach County. A list of facilities, including contact information, size of facility, facility use deion, addresses & location of facilities where services are either currently provided, or have been provided, shall be included in the reference.

6.     Provide proof that the roofing applicator company specializing in installation of S.B.S. modified bitumen mineral surfaced membranes has three (3) years documented satisfactory experience; has completed at least three (3) projects of similar size and complexity; and is approved and certified by the membrane manufacturer.

7.     Provide proof that roofing applicator’s key supervisory personnel and membrane applicators shall have attended membrane manufacturer’s training school.

In the addition to the above the bidder shall be required to submit the following along with their sealed bid:

1.     Provide a letter from a surety company to document your firm’s ability to obtain the required performance bond and labor and materials bond.

2.     Provide a list of any, and all of sub-contractors, licensure and insurance.

3.     Bidders shall be required to submit with their bid a current Dade County Product Control Notice of Acceptance per the Florida Building Code for any materials that will be used for the work performed.

4.     Bidders shall obtain and provide with their bid a copy of all proposed guarantees or warranties for the materials, or special construction procured or supplied by them.

5.     Bidders shall submit properly identified product data for modified bitumen mineral surfaced roofing membrane, flashings, joints and crack sealants, with temperature range for application of membrane and published installation instructions.

6.     Bidders shall submit two (2) samples of each type of fastener and fastener assembly.

7.     Bidders shall submit a sample guaranty/warranty and letter from membrane manufacturer approving applicator as an approved installer.

BID/PROPOSAL GUARANTY BOND: If the bid amount is less than one hundred thousand dollars ($100,000.00) no bid guaranty is required, however, if the bid amount exceeds one hundred thousand dollars ($100,000.00), a five percent (5%) bid guaranty of the bid amount must accompany the Bid/Proposal, or the bid shall be deemed non-responsive and rejected. The bid guaranty shall be in the form of a certified check, cashier’s check, treasurer’s check, bank draft, or bid bond made payable to the Florida Department of Transportation. Bidders/Proposers shall refer to section A-24 of the Fixed Capital Outlay specifications for clarification of the bid guaranty amount.

PERFORMANCE BOND AND LABOR AND MATERIALS BOND: If the construction contract award amount is one hundred thousand dollars ($100,000.00) or less, a Performance Bond or a Labor and Material Payment Bond are not required. If the contract sum exceeds one hundred thousand dollars ($100,000.00) a Performance Bond of one hundred percent (100%) and Labor and Materials Bond of one hundred percent (100%) shall be required. If increases are made to the original contract sum, the contractor shall also furnish the Florida Department of Transportation (FDOT) with additional bonding equivalent to the increases Bidders/Proposers shall refer to section A-25 of The Fixed Capital Outlay Specifications for clarification of the Performance Bond and Labor and Materials Bond amount and the provisions surety companies are required to comply with. If A Performance Bond and Labor and Materials Bond is required the Bidder/Proposer must submit along with their sealed Bid a letter from a surety company (who meets the requirements stated above) stating their intent to provide a one hundred percent (100%) Performance Bond and a one hundred percent (100%) Labor and Materials Bond.

REQUESTING BID/PROPOSAL DOCUMENTS: Requests for Plans, Specifications and/or Bid/Proposal Documents should be directed to Nancy Kay Lyons, District Contracts & Procurement Manager, Florida Department of Transportation, District Six Contracts & Procurement Office, 1000 Northwest 111th Avenue, Room #6203, Miami, Florida 33172, Fax Number (305)470-5717. Projects may also be requested via Internet e‑mail, via the Infofax System or on the District Six Website. For Internet e-mail requests please send your request to d6.contracts@dot.state.fl.us. If you have been provided an Infofax access number, please dial (305)470-5871, and follow the prompts to order a Bid/Proposal package. Enter the document number 6301. The Bid/Proposal package will be mailed within 48 hours. For a copy of the District Six Bid Request Form, please visit the District Six website at www.dot.state.fl.us/contractsadministrationdistrict6.

BID/PROPOSAL OPENING AND POSTING OF BID TABULATIONS: Sealed bids will be received until 2:00 p.m. on September 7, 2006 at the District Six Main Building, Front Lobby, 1000 Northwest 111th Avenue, Miami, Florida 33172. The bid opening will be held in the District Six Main Building, 1000 Northwest 111th Avenue Conference Room 6204A, Miami, Florida 33172 after receipt of bids/proposals.

To receive a listing of firms who submitted bids/proposals please visit the District Six website at www.dot.state.fl.us/contractsadministrationdistrict6, click on “Preliminary Bid Results”, and then click on September 7, 2006. You may also contact the Department's Infofax System and order catalog number 4 at (305)470-5871 after 5:00 p.m., on September 7, 2006.

POSTING INFORMATION: Unless otherwise notified in writing the notice of intent to award will be posted on the District Six website at www.dot.state.fl.us/contracts administrationdistrict6 as well as 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)”, on September 21, 2006 at 5:00 p.m., and will remain posted for a period of seventy-two (72) hours.

The notice of intent to award will also be posted at the Florida Department of Transportation, District Six Contracts and Procurement Office, 1000 Northwest 111th Avenue, Miami, Florida 33172, on September 21, 2006, 5:00 p.m. If the Department is unable to post as defined above, the Department will notify all Bidders/Proposers by mail, fax and/or telephone. The Department will provide written notification of any future posting in a timely manner.

BID SOLICITATION/AWARD/NON-AWARD PROTEST RIGHTS: Any person adversely affected by this Bid Solicitation shall file a notice of protest within 72 hours of receipt of the bid documents. Any person adversely affected by the intended decision of the Department to award a contract or to reject all bids shall file a notice of protest within 72 hours after the posting. If notice of intended decision is given by certified mail or express delivery, the adversely affected person must file the notice of protest within 72 hours after receipt of the notice of intent.

A formal written protest must be filed within ten (10) days after filing the notice of protest. The formal written protest shall state with particularity the facts and law upon which the protest is based. All protests must be submitted in accordance with Sections 120.569, and 120.57 Florida Statutes. The required notice of protest and formal protest must each be timely filed with the Clerk of Agency Proceedings, Florida Department of Transportation, 605 Suwannee Street, MS 58 Room 550, General Counsel’s Office, Tallahassee, Florida 32399-0458.

In accordance with Section 120.57(3), Florida Statutes, 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.

THE DEPARTMENT RESERVES THE RIGHT TO REJECT ANY OR ALL BIDS/PROPOSALS RECEIVED.