Notice of Bid/Request for Proposal

DEPARTMENT OF HEALTH
Hernando (Springhill) County Health Department - New Facility -DOH # 20027200

PUBLIC ANNOUNCEMENT FOR CONSTRUCTION CONTRACTORS TO PROVIDE CONSTRUCTION MANAGEMENT AT RISK SERVICES

REQUEST FOR QUALIFICATIONS (RFQ): The State of Florida, Department of Health, Division of Administration, Bureau of General Services, Office of Design and Construction requests qualifications from licensed general contractors who wish to compete for Construction Management (CM) at Risk services (i.e., the Negotiated Fee-Guaranteed Maximum Price (GMP) Construction Contracting Method, as defined by subsection 60D-5.002(12), Florida Administrative Code (F.A.C.), on the following project: Further, if a corporation, the applicant must be registered by the Department of State, Division of Corporations, to operate in the State of Florida at the time of application. The selection will be made in accordance with Section 255.29(3), F.S., and the procedures and criteria of Building Construction.

PROJECT NUMBER:         DOH 70027200

PROJECT NAME:              Hernando (Springhill) County Health Department – New Facility

PROJECT LOCATION:     Spring Hill, Florida

ESTIMATED CONSTRUCTION BUDGET: $11,500,000. Phases to be implemented are dependent on the availability of funding subject to actions of the Florida Legislative process and at sole discretion of the Department of Health.

RESPONSE DUE DATE: Responses must be received by the Department, in accordance with the document delivery instructions below, on or before 4:00 p.m. (Eastern Standard Time), December 23, 2008. For additional information contact Steve Tenace, Project Manager at (850)245-4444, ext. 3133.

INSTRUCTIONS: Firms interested in being considered for this project must submit three (3) printed copies of their submittals with a table of contents and tabbed sections in the following order:

1.     Letter of interest detailing the firm’s qualification to meet the above referenced selection criteria.

2.     A current Experience Questionnaire and Contractor’s Financial Statement, Form DBC5085.

3.     Resumes of proposed staff and staff organizations.

4.     Resumes of proposed consultants.

5.     Examples of project reporting manuals, schedules, past experience and examples of similar projects completed by the firm (include name and phone number for client and architect for each project).

6.     References from prior clients received within the last five years.

7.     Copies of the firm’s current Florida Department of Business and Professional Regulation Contracting License.

8.     For Corporations only: If the firm offering services is a corporation, it must be properly registered with the Department of State to operate in Florida and must provide a copy of the firm’s current Florida Corporate Registration.

INTERVIEWS: The Selection Committee will conduct discussions with and may require presentation by no less than three firms regarding their qualifications, approach to the project and ability to furnish the required services. Selection of finalists for interview will be made on the basis of specific experience and ability, financial capability, scheduling and cost control ability, office staff, on-site staff, information systems, and distance to site.   Each invitee will be notified by facsimile transmission of the date and time of its interview/presentation. DOCUMENT DELIVERY: Responses are to be submitted to:

                                Ms. Mary Warren, Staff Assistant

                                Office of Design and Construction

                                Department of Health

                                4052 Bald Cypress Way

                                Tallahassee, Florida 32399

The time/date stamp/clock in the Department shall serve as the official authority to determine timeliness of the responses. Late responses will be declared non-responsive and will not be further evaluated. Unsealed and/or unsigned responses received by telegram, facsimile transmission or other similar means are not acceptable, and will be declared non-responsive and will not be further evaluated. Submittals that do not comply with the requirements or instructions of this solicitation document will be declared non-responsive and will not be further evaluated. All proposal information submitted becomes the property of the Department of Health, will be placed on file, and not returned. Proposals submitted by qualified firms shall be evaluated in accordance with Chapter 60D-2, Florida Administrative Code and Section 287.055, Florida Statutes.

PROTESTS: Any protest concerning this solicitation shall be made in accordance with Section 120.57(3), Florida Statutes and Chapter 28-110, Florida Administrative Code. It is the Department’s intent to ensure that specifications are written to ensure competitiveness, fairness, necessity and reasonableness in the solicitation process. Section 120.57(3)(b), F.S. and Rule 28-110.003, F.A.C., require that a notice of protest of this solicitation document shall be made within seventy-two hours after the posting of this solicitation. Section 120.57(3)(a), F.S. requires the following statement to be included in the solicitation: “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.” Rule 28-110.005, Florida Administrative. Code requires the following statement to be included in the solicitation: “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.”