Department of Military Affairs, Departmental  


  • 207005 Renovation of Tallahassee National Guard Armory

    ADVERTISEMENT FOR BIDS

    PROPOSALS ARE REQUESTED FROM QUALIFIED LICENSED CONTRACTORS BY THE State of Florida, Department of Military Affairs HEREINAFTER REFERRED TO AS OWNER, FOR CONSTRUCTION OF:

    PROJECT NUMBER: 207005

    ACCOUNTING CODE: FARP   FY 08

    PROJECT NAME AND LOCATION: Renovation of the Tallahassee National Guard Armory, 1225 Easterwood Drive, Tallahassee, Florida 32311

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

    A COMPLETE COPY OF THIS SOLICITATION MUST BE OBTAINED FROM THE MYFLORIDA.COM, MYFLORIDAMARKETPLACE, VENDOR BID SYSTEM.

    FOR (PROJECT DESCRIPTION):

    Work includes but is not necessarily limited to the following: Work is to be performed on two (2) buildings, the Armory, the New Platoon Storage Building and on associated sitework. Work will involve construction phasing. Portions of this work are included Additive Alternates. Construction trades and materials from most of the 16 CSI Divisions are involved.

    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 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.

    BID SECURITY: Bids/Proposals in total excess of $100,000.00, the bidder must provide with bid, a good faith deposit in the amount of 5% of the bid by way of a bid bond from a surety insurer authorized to do business in the STATE OF FLORIDA as surety or a certified check or cashier’s check accompanying the bid.

    PERFORMANCE BOND AND LABOR AND MATERIAL PAYMENT BOND’S are required from any persons or parties entering into a formal contract with the STATE OF FLORIDA for contracts in total excess of $100,000.00 for construction, additions, renovations, repairs, or demolition of any public building pursuant to Section 255.05(1)(a), Florida Statutes.

    PROCUREMENT RULES AND INFORMATION:

    CONTACT PERSON: All questions related to this procurement should be addressed to:

    Skinner Vignola McLean, Inc., 1628 N. W. 6th Street, Gainesville, Florida 32609, Attn: James M. Vignola, AIA, E-Mail Address: jim@svmarchitects.com.

    Any questions from proposers concerning this solicitation shall be submitted in writing, identifying the submitter, to the contact listed above at the address specified above by email no later than the date April 2, 2008, 8:00 a.m. (EST).

    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 solicitations which are 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.

    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 agency 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.

    MANDATORY PRE-BID MEETING:

    DATE AND TIME: March 19, 2008, 10:00 a.m. (EST)

    PLACE:   Tallahassee National Guard Armory, 1225 Easterwood Drive, Tallahassee, Florida 32311

    All Contractors and subcontractors interested in bidding on this project are invited to attend.

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

    DATE AND TIME: April 10, 2008   10:00 a.m. (EST)

    PLACE: Tallahassee National Guard Armory, 1225 Easterwood Drive, Tallahassee, Florida 32311

    MARK ENVELOPES: DO NOT OPEN – SEALED BID for Project Number 207005 Renovation of the Tallahassee National Guard Armory, 1225 Easterwood Drive, Tallahassee, Florida 32311, Attn: SGM (Ret) K.C. “Butch” Hersey.

    Bids submitted prior to the bid opening via courier or mail, are to be delivered in a SEALED package to: State of Florida, Department of Military Affairs-CFMO, Robert F. Ensslin, Jr. Armory, 2305 State Road 207, St. Augustine, Florida 32086 Attn: SGM (Ret) K.C. “Butch” Hersey. Early Bid shall be received at this address NO LATER THAN April 9, 2008, 3:00 p.m. (Local Time).

    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 in 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: Skinner Vignola McLean, Inc., 1628 N. W. 6th Street, Gainesville, Florida, 32609

    TELEPHONE: (352)378-4400

    Make all checks or money orders payable to: Skinner Vignola McLean, Inc. No Credit cards are accepted.

    DRAWINGS AND SPECIFICATIONS:

    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. Contact Terry Biehl at (352)378-4400.

    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 Agency 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 Agency 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 Department'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.

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

    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 AGENCY REPRESENTATIVE WILL OPERATE TO SUPERSEDE INFORMATION PUBLISHED IN THIS SOLICITATION. ONLY WRITTEN ADDENDUMS ISSUED BY THE DEPARTMENT OF MILITARY AFFAIRS CONSTRUCTION AND FACILITY MANAGEMENT OFFICE OR ITS REPRESENTATIVES WILL OPERATE TO ALTER OR OTHERWISE AMEND THIS SOLICITATION.

Document Information