Notice of Bid/Request for Proposal

DEPARTMENT OF TRANSPORTATION
FDOT District Three - Fixed Capital Outlay Projects - 11-12-2009

Sealed bids will be received by the Florida Department of Transportation, District Three, Administration Building, Procurement Services Conference Room, District Office Complex, Department of Transportation, 1074 Highway 90, Chipley, Florida. Bids will be publicly opened and read aloud on:

DATE AND TIME: Thursday, November 12, 2009, 2:00 p.m. (Local Time)

PLACE: Florida Department of Transportation, Procurement Services Conference Room, Room 230, District Office Complex, 1074 Highway 90, Chipley, Florida 32428.

FINANCIAL ITEM NO.: 425493 1 5201 & 423903 3 5201

PROJECT NAME & LOCATION: FDOT Panama City Operations Re-Roofing

The work performed under this contract includes flat roof removal and new placement of shop, warehouse, gas house and crew building at the Panama City Operations Center in Bay County. Contract No. E3H99 – 60 Days. Approved budget for this project is $200,000. (There is a $40.00 charge for the plans and specifications for this project.)

Note: A Mandatory Pre-Bid Conference has been scheduled for this project.

Location: Florida Department of Transportation, Panama City Operations Center Conference Room, 3633 Highway 390, Panama City, Florida 32405.

Date and Time: October 20, 2009, 1:00 p.m. (Local Time). Attendance at the Mandatory Pre-Bid Conference is required to bid on this project. Note: All Proposers must be present and signed in prior to the start of the Mandatory Pre-Proposal Meeting. The convener of the meeting will circulate the attendee sign in sheet at the time the meeting was advertised to begin. Once everyone has signed, the sign in sheet will be taken and the meeting will “Officially” start. Anyone not signed in at the “Official” start of the meeting will be considered late and will not be allowed to propose on the project. Please allow 10 to 15 minutes to sign in as a visitor prior to arriving at the Mandatory Pre-Proposal Meeting.

FINANCIAL ITEM NO.: 423903 3 5201

PROJECT NAME & LOCATION: FDOT Midway Operations HVAC Renovations

The work performed under this contract includes the replacement of the HVAC system at the Midway Operations Center in Leon County. Contract No. E3I01 – 180 Days. Approved budget for this project is $250,000. (There is a $40.00 charge for the plans and specifications for this project.)

Note: A Mandatory Pre-Bid Conference has been scheduled for this project.

Location: Florida Department of Transportation, Midway Operations Center Conference Room, 17 Commerce Blvd., Midway, Florida 32343.

Date and Time: October 21, 2009, 12:00 Noon (Local Time). Attendance at the Mandatory Pre-Bid Conference is required to bid on this project. Note: All Proposers must be present and signed in prior to the start of the Mandatory Pre-Proposal Meeting. The convener of the meeting will circulate the attendee sign in sheet at the time the meeting was advertised to begin. Once everyone has signed, the sign in sheet will be taken and the meeting will “Officially” start. Anyone not signed in at the “Official” start of the meeting will be considered late and will not be allowed to propose on the project. Please allow 10 to 15 minutes to sign in as a visitor prior to arriving at the Mandatory Pre-Proposal Meeting.

Orders for drawings, specification, and/or bid documents should be directed to: Amanda Barefield, Professional Services Office, 1074 Highway 90, Chipley, FL 32428, (850)415-9364. Proposal documents will not be issued after 2:00 p.m. (Local Time), Wednesday, November 11, 2009. Bids must be submitted in full accordance with the requirements of the drawings, specifications, bidding conditions and contractual conditions, which may be examined and obtained from the Professional Services Office.

*New or first time bidders with the Florida Department of Transportation can request a bid process orientation meeting by calling (850)415-9364, by emailing: amanda.barefield@ dot.state.fl.us or by writing: Florida Department of Transportation, Attention: Amanda Barefield, 1074 Highway 90, Chipley, Florida 32428.

MINORITY PROGRAM: The Department encourages Minority Business Enterprise (MBE) firms to compete for Department contracts, and also encourages non-MBE firms to use MBE firms as sub-contractors. However, the use of MBE sub-contractors is not mandatory and no goals have been established for MBE participation for this project.

Requirements for the projects noted above:

1.             PREQUALIFICATION: Each bidder shall submit a current applicable State Contractor’s license issued by the State of Florida and, if a Corporation, a copy of the Corporate Charter as prequalification of their eligibility to submit bids prior to the Department releasing the Bid Proposal package. After the bid opening, the lowest responsible bidder must qualify in accordance with Rule 60D-5.004, F.A.C. A copy of the rule requirements is included in the Bid Proposal package.

2.             BID BOND: If the bid on a project exceeds $100,000, the bidder must provide with the bid, a good faith deposit in the amount of 5% of the bid. This may be accomplished by way of a bid bond from a surety insurer authorized to do business in this State as surety, a certified check made payable to the Florida Department of Transportation, a cashier’s check, treasurer’s check or bank draft of any national or state bank. A bid bond, check or draft in an amount less than five per cent (5%) of the actual bid will invalidate the bid. Bid bonds shall conform to the furnished proposal forms.

3.             PERFORMANCE AND LABOR AND MATERIAL PAYMENT BOND: If the contract award amount exceeds $100,000, a Performance Bond and Labor and Material Payment Bond for the full amount of the contract is required.

4.             BID POSTING: Unless otherwise notified in writing, the Summary of Bids and Notices of Intent will be posted at: Professional Services Office, Florida Department of Transportation, Room 250, 1074 Highway 90, Chipley, Florida 32428, on November 25, 2009. In the event that the Summary of Bids and Notice of Intent cannot be posted on this date, then all bidders will be notified by certified United States mail or express delivery, return receipt requested. Information concerning the posted project can be obtained by calling: Professional Services Office at (850)415-9364, during the posting period. The right is reserved to reject any or all bids.

5.             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 of the Summary of Bids. 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 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 Section 120.57(3), Florida Statutes, and DOT Chapter 14-25, Florida Administrative Code (F.A.C.). The required notice of protest and formal protest must each be timely filed with: Clerk of Agency Proceedings, Florida Department of Transportation, 605 Suwannee Street, Mail Station #58, Room 550, Tallahassee, Florida 32399-0458, (850)414-5393. 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.