Notice of Bid/Request for Proposal

DEPARTMENT OF MILITARY AFFAIRS
207050 Haines City FMS 4 Bay Addition

NOTICE OF BID/REQUEST FOR PROPOSAL

EXHIBIT 1

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: 207050

PROJECT NAME AND LOCATION: Three Additional Workbays for Field Maintenance Shop Number Four (FMS #4), 1107 West Commerce Road, Haines City, Florida 33844

FOR: State of Florida, Department of Military Affairs, Construction and Facility Management Office

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

FOR (PROJECT DESCRIPTION): Construct an addition to an existing vehicle maintenance building located at the Haines City National Guard Armory. The 6,000 sq. ft. addition has been designed with three vehicle workbays with motor operated roll up doors on both sides to allow for easy circulation of large military vehicles. The addition itself


consists of a brick veneer to match the adjacent building with stucco accents between the vehicle workbays and a pitched standing seam metal roof. The addition consists of multiple vehicle maintenance equipment items such as vehicle exhaust systems, overhead lubrication oil system, electrical vehicle analysis computers, 15-ton overhead bridge crane as well as hazardous material storage and containment, and providing building ventilation mechanical equipment. Other elements consist of site pavement, drainage, and relocating existing utilities.

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 Form DBC 5085 Contractor’s Experience Questionnaire and Financial Statement 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. The Department of Military Affairs will not be performing prequalification prior to bid opening due to time constraints on this project.

CONTRACTOR INSURANCE: The contractor must provide the Owner with proof of insurance within 10 days of contract award. No work may commence in connection with the contract until he has obtained all insurance as specified in the Non-Technical Specifications Level III, Section C-4 or the Non-Technical Specifications Level IV & V, Section C-3 and such insurance has been approved by the Owner, nor shall the contractor allow any subcontractor to commence work on his subcontract until all similar insurance required of the subcontractor has been so obtained and approved by Owner. All insurance policies shall be with insurers qualified and doing business in Florida through an authorized licensed Florida Resident Agent. The insurance requirements shall be completed in a timely manner in order not to delay the construction schedule.

All questions regarding this procurement will be accepted in writing via facsimile ONLY to: Mr. Quinn Turner at Fax (407)658-4410.

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 Owner 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.

Any questions from proposers concerning this solicitation shall be submitted in writing, identifying the submitter, to the Contact Person listed above at the address specified above by email or by facsimile no later than the date specified in the Tentative Schedule. E-mail inquiries are preferred; however a hard copy or facsimile is acceptable.

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 is 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

DATE AND TIME: February 11, 2009, 10:00 a.m. (Local Time)

PLACE: Field Maintenance Shop Number Four (FMS #4), 1107 West Commerce Road, Haines City, Florida 33844

All General Contractors interested in bidding on this project are required to attend this pre-bid meeting.

FINAL QUESTIONS FROM BIDDERS: February 26, 2009, before 4:30 p.m. Questions submitted after this date will not be answered. Addenda will be sent to all parties on A/E plan holders list as well as published in the Vendor Bid System.

Sealed bids will be received, publicly opened, and read aloud on:

DATE AND TIME: March 11, 2009, 10:00 a.m. (Local Time)

PLACE: Robert F. Ensslin, Jr., National Guard Armory, 2305 State Road 207, St. Augustine, Florida 32086

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.

MARK ENVELOPES: SEALED BID for Project Number 207050, Three Additional Workbays for Field Maintenance Shop Number Four (FMS #4)

ADDRESSED TO: Department of Military Affairs, ATTN: CFMO-Contracting Branch (Ms. Michele M. Dobbs), 2305 State Road 207, St. Augustine, Florida 32086

Bids submitted via courier or mail must be delivered to the above address. Please do not send Sealed Bids to Haines City or any other Department of Military Affairs location. The Department of Military Affairs will not assume receipt of any sealed bid unless delivered to the address listed in this solicitation.

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 accordance with the requirements of the Drawings, Specifications, Bidding Conditions and Contractual Conditions, and Non-Technical Specifications, which have been prepared by the Architect/Engineer as listed, and may be obtained as follows:

ARCHITECT‑ENGINEER: GLE Associates – Mr. Quinn Turner at (407)658-4151

Make all checks or money orders payable to GLE Associates.   No Credit cards are accepted.

DEPOSIT: $150.00 per set of Drawings and Specifications is required with a limit of two 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 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 $150.00 per set.

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

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 Owner 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 Owner 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 Owner’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.

INABILITY TO POST ELECTRONICALLY: If the Owner is unable to post (due to technical difficulties) as defined above, the Owner will notify all proposers via the Point of Contact and electronic address provided to the Owner by the proposer at the Mandatory Pre-Bid meeting. Notice will be posted as defined above once the technical difficulties have been rectified; however, the official posting time will be that time at which the last proposer was electronically notified.

MINORITY PROGRAM: Minority Business Enterprises (MBE) are encouraged to participate in this Invitation to Bid. Utilization of MBE participation is highly encouraged from all Bidders. MBEs must be certified by the Office of Supplier Diversity.

The State of Florida, through the Department of Management Services, has instituted MyFloridaMarketPlace, a statewide e-procurement system. Pursuant to subsection 60A-1.032(1), Florida Administrative Code, this contract shall be exempt from the one percent (1%) transaction fee.

The State of Florida’s performance and obligation to pay under this contract is contingent upon availability of funding and an annual appropriation by the Legislature.

NO VERBAL STATEMENTS MADE BY ANY STATE OF FLORIDA EMPLOYEE OR OWNER’S REPRESENTATIVE WILL OPERATE TO SUPERSEDE INFORMATION PUBLISHED IN THIS SOLICITATION. ONLY WRITTEN ADDENDUMS ISSUED BY THE STATE OF FLORIDA, DEPARTMENT OF MILITARY AFFAIRS, CONSTRUCTION & FACILITY MANAGEMENT OFFICE OR ITS REPRESENTATIVES WILL OPERATE TO ALTER OR OTHERWISE AMEND THIS SOLICITATION.