Department of Corrections, Departmental  

  •  

    DEPARTMENT OF CORRECTIONS

    Roof Replacement on two buildings at Lancaster Correctional Institution

    ADVERTISEMENT FOR BIDS

    PROPOSALS ARE REQUESTED FROM CERTIFIED ROOFING CONTRACTORS BY THE STATE OF FLORIDA, DEPARTMENT OF CORRECTIONS, FOR THE CONSTRUCTION OF:

    PROJECT NO: NX-24(RR)

    PROJECT NAME & LOCATION: ROOF REPLACEMENT OF TWO BUILDINGS AT LANCASTER CORRECTIONAL INSTITUTION, 3449 S.W. STATE ROAD 26, TRENTON, FLORIDA

    FOR: STATE OF FLORIDA, DEPARTMENT OF CORRECTIONS

    PERFORMANCE BOND AND LABOR AND MATERIAL PAYMENT BOND: If the construction contract award amount is $100,000 (one hundred thousand dollars) or less, a Performance Bond and a Labor and Material Payment Bond are not required.

    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 for Category Two, for a period of 36 months from the date of being placed on the convicted vendor list.

    PREQUALIFICATION: Each bidder, whose field is governed by Chapter 399, 489, and 633 of the Florida Statutes for licensure or certification, must submit prequalification data of their eligibility to submit proposals as soon as possible. Bidders must receive confirmation of their prequalification five (5) calendar days prior to the bid opening date. If not previously qualified by the Department for the current biennium (July 1 through June 30) of odd numbered years, or you are unsure, please contact Ms. Cassandra Anderson, at anderson.cassandra@mail.dc.state.fl.us for prequalification instructions. After the bid opening the low bidder must qualify in accordance with Rule 60D-5.004. A copy of the rule requirements is included in the "Instruction to Bidders" under Article B-2 Bidder Qualification Requirements and Procedures.

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

    DATE AND TIME: September 1, 2015, 2:00 p.m., Eastern Time.

    PLACE: CRA, 2027 Thomasville Road, Tallahassee, FL 32308

    Any person with a qualified disability requiring special accommodations at the pre-bid conference, and/or bid/proposal opening, shall contact the person listed below at least (5) working days prior to the event. If you are hearing or speech impaired, please contact this office by using Florida Relay Services by dialing 1(800)955-8771 (TDD).

    PROPOSAL: Bids must be submitted in full in accordance with the requirements of the Drawings, Specifications, Bidding Conditions and Contractual Conditions, which may be obtained from: CRA (850)385-6153. Drawings and specifications may be purchased for a Non-refundable price of $150 per print set and $30 per electronic file set from the Architect. Bidder must pay postage/shipping. Partial sets may not be purchased.

    A mandatory pre-bid conference will be held on August 11, 2015 at 10:00 a.m., Eastern Time at the Lancaster Correctional Institution Administration Building, conference room. A brief walk-through of the work area(s) will be available as part of the pre-bid conference. Everyone attending the Pre-Bid conference must have a valid Driver’s License or a valid Photo ID; and must sign in and out at the CI’s Administrative Office. For a background check, interested parties must send an email to Rick Landrum, Landrum.rick@mail.dc.state.fl.us, at least four (4) days prior to the date of the site visit and furnish them with the following information on all attendees: Attendee’s full name, social security number, date of birth, gender, race, driver’s license number, and state of issuance. Persons present as attendees must be the same individuals for whom information was provided and must be approved by the Department prior to the site visit. For security reasons, admittance of any person not previously approved is at the sole discretion of the Warden. Bidders who did not seek prior approval may be denied access.

    NOTE: Any technical questions regarding this Bid or Requests for substitutions shall be submitted in writing, by email or fax, to the address listed below and must be received no later than August 19, 2015, 5:00 p.m., Eastern Time. Only written questions and answers will be binding. Email: triley@craarchitects.com or fax: (850)386-8420.

    CONTRACT AWARD: Bid Tabulation and Notice of Award Recommendation will be sent to all bidders by email or facsimile, Return Receipt Required. If no protest is filed per Article B-20 of the Instructions to Bidders, Bid Protests, Points of Entry, the contract will be awarded by the Secretary, Department of Corrections. RIGHT IS RESERVED TO REJECT ANY OR ALL BIDS.

Document Information