Department of Environmental Protection, Departmental  


  • BDC 31-10/11 Florida Keys Overseas Heritage Trail-Lower Sugarloaf to Summerland Key Trail Segment

    NOTICE OF INVITATION TO BID

    STATE OF FLORIDA

    DEPARTMENT OF ENVIRONMENTAL PROTECTION

    BID NO. BDC 31-10/11

    The Department of Environmental Protection, Division of Recreation and Parks, Bureau of Design and Construction is soliciting formal competitive bids from certified or registered contractors licensed to work in the jurisdiction for the project listed below. Contractor must be certified by the Florida Department of Transportation.

    PROJECT NAME: Florida Keys Overseas Heritage Trail-Lower Sugarloaf to Summerland Key Trail Segment, MM16.5-MM25.5

    SCOPE OF WORK: The Contractor shall provide the necessary labor, materials, equipment, and supervision required to construct an 8' to 12' wide paved bicycle/pedestrian trail and associated improvements on the bay side and ocean side of U.S. 1 between MM16.5 to MM25.5 as part of the Florida Overseas Heritage Trail.

    Pursuant to Executive Order 07-126 and Section 255.252(3), F.S. the Department requires the proposed project be designed and constructed in accordance with green building standards where applicable.

    PROJECT BUDGET: $3,087,092.00

    LOCATION: Between MM16.5 and MM25.5 on Florida Keys Overseas Heritage Trail

    PROJECT MANAGER: Todd McGee, Office of Greenways and Trails, 3900 Commonwealth Blvd., MS #795, Tallahassee, Florida 32399-2400, Telephone Number: (850)245-2070

    INSTRUCTIONS: Any firm desiring a Project Manual for this project may obtain a copy by writing to the address or calling the telephone number below. A Compact Disk (CD) containing the plans and specifications will be available on March 18, 2011, 3900 Commonwealth Boulevard, Florida 32399 Attention: Todd McGee, Construction Projects Manager, telephone: (850)245-2052, fax: (850)245-2082

    MINORITY BUSINESS REQUIREMENT: The Department of Environmental Protection supports diversity in its Procurement Program and requests that all sub-contracting opportunities afforded by this bid embrace diversity enthusiastically. The award of sub-contracts should reflect the full diversity of the citizens of the State of Florida. The Department will be glad to furnish a list of Minority Owned Firms that could be offered sub-contracting opportunities.

    PREQUALIFICATION: When the total Bid including Alternates exceeds $200,000, each Bidder whose field is governed by Chapter 399, 455, 489 or 633, Florida Statutes, for licensure or certification, must submit the following prequalification data of their eligibility to submit bids 240 hours (10 days) PRIOR TO the Bid Opening date, unless the Bidder has been previously qualified by the Department of Environmental Protection for the current biennium (July 1 – June 30) of odd numbered years in accordance with subsection 60D-5.004(2), F.A.C., as evidenced by a letter from DEP to the Bidder, which letter shall be presented to DEP upon request. If the Department requires clarification or additional information, Bidder shall submit such information by 120 hours (5 days) prior to Bid Opening. Material submitted after those deadlines shall disqualify the Bidder.

    ADA REQUIREMENTS: Any person with a qualified disability shall not be denied equal access and effective communication regarding any bid/proposal documents or the attendance at any related meeting or bid/proposal opening. If accommodations are needed because of disability, please contact Michael Renard with the Bureau of Design and Construction at (850)488-5372 at least five (5) workdays prior to openings. If you are hearing or speech impaired, please contact the Florida Relay Services by calling 1(800)955-8771 (TDD) or 1(800)955-8770 (Voice).

    E-VERIFY: Vendor/Contractor shall utilize the U.S. Department of Homeland Security’s E-Verify system to confirm the employment eligibility of all persons employed by the Vendor/Contractor during the term of the Contract to perform employment duties within Florida and all persons, including subcontractors, assigned by the Vendor/Contractor to perform work pursuant to the contract with the Department.

    BID SUBMITTAL DUE DATE: No later than 3:30 p.m. (ET), Tuesday, April 19, 2011 to the below address: Florida Department of Environmental Protection Bureau of Design and Construction, 3540 Thomasville Road, Tallahassee, Florida 32309, Attention Michael Renard, Construction Projects Administrator, Bureau of Design and Construction, (850)488-5372. The Department reserves the right to reject any or all bids.

    BID POSTING DATE: No later than 2:00 p.m. (ET), Tuesday, May 3, 2011 unless extended by the Department for good cause.

    NOTICE OF RIGHTS; Notice of Intent to Protest the Bid Specifications must be filed with (received by) the Agency Clerk, Lea Crandall, Department of Environmental Protection, Office of General Counsel, MS #35, 3900 Commonwealth Blvd., Tallahassee FL 32399-3000, (850)245-2242, FAX: (850)245-2303, Lea.Crandall@dep.state.fl.us during the 72-hour period after Bid Specifications are posted on the Vendor Bid System. Failure to file a Notice of Intent to Protest or a formal, written Protest in accordance with Chapter 28-110, F.A.C., within ten days after the 72-hour period ends, as prescribed in Section 120.57(3), F.S., shall constitute a waiver of your right to an administrative hearing on the Bid Specifications under Chapter 120, Florida Statutes. Rules for bid protests can be found in Sections 120.569 and 120.57, F.S., and Chapter 28-110, F.A.C. A bid protester shall comply with these statutes and rules.

Document Information