Department of Transportation, Departmental  

  •  

    DEPARTMENT OF TRANSPORTATION

    ROOF REPLACEMENT DISTRICT 7 HEADQUARTERS BUILDING

    Sealed bids will be received and publicly opened and read aloud by the Florida Department of Transportation at the following date, location, and local time: December 4, 2013, 2:30 p.m., 11201 N. McKinley Drive, Tampa, FL 33612 (Pelican Conference Room). FINANCIAL PROJECT NO.: 433782-1-52-01; CONTRACT NO.: E7J09.

    PROJECT NAME: Roof Replacement District Seven Headquarters Building

    PROJECT LOCATION: 11201 N. McKinley Drive, Tampa, FL 33612

    PROJECT DESCRIPTION: Project in general includes the complete removal of the existing metal roofing system and related appurtenances in a phased manner and the subsequent installation of a new asphalt shingle roof system on the four hipped roof areas and the high center pyramid section. A new single-ply roof membrane system shall be installed on the low-slope transition roof areas. Work also includes gutters, collector boxes, and downspouts replacement, drainage modifications, cleaning and recording sizes of building perimeter underground roof stormwater pipe system.

    PRE-BID MEETING (check appropriately) X Mandatory,

    A Mandatory Pre-Bid Meeting will be held on October 28, 2013, 10:00 a.m. local time at 11201 N. McKinley Drive, Tampa, FL 33612 in the Auditorium. Owner representatives will be present to discuss plans, specifications, and conditions of the project.

    Bid Proposal documents will be issued only to those in attendance at the Pre-Bid Meeting shown above.

    NOTE: Any contractor who fails to attend the mandatory pre-bid meeting will not be eligible to bid on this project.

    Owner’s Project Manager is Darron Derrick and he may be reached at (813)975-6629.

    MINORITY BUSINESS ENTERPRISES (MBE) UTILIZATION: The Owner encourages the recruitment and utilization of certified and non-certified minority businesses. The Owner, its contractors, suppliers, and consultants should take all necessary and reasonable steps to ensure that minority businesses have an opportunity to compete for and perform contract work for the Owner in a nondiscriminatory environment.

    BID PROPOSAL: 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: Sharlena Korman at sharlena.korman@dot.state.fl.us, (813)975-6036.

    INSURANCE: The awarded Bidder is responsible for maintaining the insurance coverage specified in the Non-Technical Specifications for the duration of this project.

    PREQUALIFICATION: Each bidder shall submit a current General Contractor’s license issued by the State of Florida and, if a Florida Corporation, a copy of the Corporate Charter as prequalification of their eligibility with the bid document to the Department of Transportation, Contracts Administration Office, 11201 N. McKinley Drive, Tampa, FL 33612. The bid will be rejected if a copy of the Contractors License is not included either with the bid or provided to the Owner prior to the Letting. After the bid opening, the lowest responsive bidder shall qualify in accordance with this contract document.

    BID BOND: If the bid amount exceeds $100,000, the bidder must provide with the bid, a Bid Guaranty of five percent (5%) of the actual total bid in the form of a certified check, cashier’s check, treasurer's check, bank draft of any national or state bank, or a surety Bid Bond made payable to the Department of Transportation. A Bid Guaranty in an amount less than five percent (5%) of the actual bid will invalidate the bid. Bid Bonds shall conform to the Department’s Bid/Proposal Bond Form furnished with the proposal package.

    PERFORMANCE BOND and LABOR AND MATERIALS PAYMENT BOND: If the contract award amount exceeds $100,000, both a Performance Bond and a Labor and Material Payment Bond of 100% each of the contract sum are required at the time of award.

    BID POSTING/CONTRACT AWARD: The Bid Tabulation and Notice of Award Recommendation will be posted at the following location, date: 11201 N. McKinley Drive, Tampa, FL 33612 (Executive Conference Room) and on the District 7 Website on December 13, 2013, 5:00 p.m., through December 19, 2013, 5:00 p.m., http://www.dot.state.fl.us/contractsadministrationdistrict7/Roof%20Replacement/Roof%20Replacement.shtm. In the event the Bid Tabulation and Notice of Award Recommendation cannot be posted in this manner, all bidders will be notified by certified United States Mail, return receipt requested, express or fax delivery, receipt requested. If no protest is filed, the Owner will award the contract to the qualified, responsive low bidder. The Owner reserves the right to reject any or all bids.

    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 in accordance with Section 120.57(3), Florida Statutes and Rule Chapter 28-110, Florida Administrative Code. Any person adversely affected by the intended decision of the Owner 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 (bid tabulation). If notice of intended decision is given by certified mail, express or fax 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 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 Section 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, Office of General Counsel, 605 Suwannee Street, Room 550, MS 58, Tallahassee, Florida 32399-0450. 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.

    DISCRIMINATION CLAUSE: An entity or affiliate who has 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 or 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, per Section 287.134(3)(a), Florida Statutes.

    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.

Document Information