Notice of Bid/Request for Proposal

DEPARTMENT OF AGRICULTURE AND CONSUMER SERVICES
Division of Administration
INVITATION TO BID – CROOM MOTORCYCLE AREA ROAD IMPROVEMENT PROJECT

As a Contractor, you are invited to submit a bid to the FLORIDA DEPARTMENT OF AGRICULTURE AND CONSUMER SERVICES, DIVISION OF FORESTRY, hereinafter referred to as Owner, for the Croom Motorcycle Area Road Improvement Project, 6420 La Rose Road, Brooksville, Florida. The Project Budget is estimated to be $260,000.00.

The Department is seeking a paving Contractor for the Croom Motorcycle Area Road Improvement Project. The paving contractor shall provide all materials, labor, equipment and inspection fees necessary to complete the Croom Motorcycle Area Road Improvement Project in accordance with the terms and conditions of the Invitation to Bid.

PROJECT NAME AND LOCATION: Croom Motorcycle Area Road Improvement Project, 6420 La Rose Road, Brooksville, Florida.

SOLICITATION DOCUMENT: The entire solicitation document, which includes specifications, may be viewed and downloaded from the Vendor Bid System at: http://myflorida.com, click on Business, Doing Business with the State of Florida, Everything for Vendors and Customers, Vendor Bid System, Search Advertisements, Bid Number ITB/DF-10/11-04, or by calling the Purchasing Office at (850)617-7181.

PLANS AND DRAWINGS: Civil Engineering Drawings, including technical specifications, can be viewed at T.A.S. Technical Services, 2160 Mariner Blvd., Spring Hill, FL 34609, (352)686-2097 (Office). These documents are available for viewing and/or purchasing copies.

MANDATORY PRE-BID CONFERENCE/SITE VISIT: Each bidder must, before submitting a bid, attend the mandatory pre-bid conference/site visit. The pre-bid conference/site visit will be held on August 17, 2010, 10:00 a.m., Withlacoochee Forestry Center Conference Room, 15019 Broad Street, Brooksville, FL (7 miles North of Brooksville on US Highway 41), (352)754-6777. During the pre-bid conference, a site visit will be held for prospective bidders. It is the bidders’ responsibility to consider any and all site conditions or requirements for the project. Specifications will be available at the mandatory pre-bid conference/site visit.

PUBLIC ENTITY CRIME INFORMATION STATEMENT: A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, F.S., for Category Two for a period of 36 months from the date of being placed on the convicted vendor list.

DISCRIMINATION; DENIAL OR REVOCATION FOR THE RIGHT TO TRANSACT BUSINESS WITH PUBLIC ENTITIES: An entity or affiliate who had been placed on the discriminatory vendor list may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity.

PERFORMANCE BOND AND LABOR AND MATERIAL PAYMENT BOND: Each bid shall be accompanied by a Performance Bond in the amount of one-hundred percent (100%) of the Base Bid Price.

BID BOND: Each bid shall be accompanied by a Bid Bond Guarantee payable to the Department in the amount of five percent (5%) of the Base Bid Price.

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

DATE AND TIME: September 3, 2010, 2:00 p.m.

PLACE: Department of Agriculture and Consumer Services, 407 S. Calhoun Street, SB-8 Mayo Building, Tallahassee, Florida 32399-0800, (850)617-7181.

CONTRACT AWARD: The official Notice of Award Recommendation will be by electronic posting 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, responsive low bidder in accordance with Chapter 60D-5, F.A.C., by the Owner.