Summary of Specifications:
INVITATION TO BID (ITB) No. 49-11/12 CITY OF MIAMI BEACH RIGHT-OF-WAY INFRASTRUCTURE IMPROVEMENT PROGRAM – VENETIAN ISLANDS BID PACKAGE 13C MIAMI BEACH, FLORIDA Sealed bids will be received by the City of Miami Beach Procurement Division, 3rd Floor, 1700 Convention Center Drive, Miami Beach, Florida 33139, until 3:00 p.m. on the 9th day of July, 2012, for the City of Miami Beach Right-of-Way Infrastructure Improvement Program – Venetian Islands Bid Package 13C. Scope of Work: The Scope of Work comprises the construction of the City of Miami Beach Right-of-Way Infrastructure Improvement Program – Venetian Islands Bid Package 13C. The work will include, but not be limited to, site preparation; earthwork; demolition; storm drainage; roadway; concrete valley gutters; walkway paving and grading; watermain; lighting; and planting on the islands of San Marino, Dilido, and Rivo Alto. The work generally includes the following items: • Installation of a new 8" diameter potable watermain system from a recently installed watermain system along the Venetian Causeway including new fire hydrants and reconnection to all existing residential water services. • Installation of a new positive drainage system consisting of french drains, inlets, manholes, and control structures discharging into Biscayne Bay. The drainage outfall system will consist of 7 new outfalls and restoration of 7 existing outfalls. • Abandonment, in place, of the existing potable water system and removal and disposal of the existing storm drainage system. • Reconstruction of the existing roadway to consist of pulvermixing of the existing base and installation of new asphalt surfaces and construction of new valley gutters throughout all roadways. • Limited sidewalk and ramp reconstruction throughout Dilido and Rivo Alto Islands. • Landscaping, including tree pruning, removal, sodding and planting a variety of new trees and plants. • Street lighting, including all of its electrical components. Bidders shall include, as part of their bid, the use of E-Builder within the contract. All cost for training personnel and use of equipment, software and connection to the network will be included as part of the bid. All reports, correspondence, digital photos, payment applications (drafts and finals), request for information, change orders, and other project information shall be uploaded to the City’s E-Builder document management system by the Contractor. At the end of each week, the Contractor will transmit the original documentation to the City for review. The Contractor will maintain and file paper copies of all documents for reference as per contract requirements. All closeout documents shall be uploaded to the City’s E-Builder document management system by the Contractor. Minimum Requirements: Bidders must be licensed as either a General Contractor or Underground Utility and Excavation Contractor in the State of Florida, with a minimum of ten (10) years of experience in right-of-way and infrastructure improvements. Bidders should also demonstrate experience performing deep excavations/dewatering procedures in a coastal environment. Bidders must have completed three (3) projects similar in size and scope, with a minimum value of $8,000,000, which included deep excavations/dewatering procedures in a coastal environment in the last five (5) years. Bidders must perform at least 60% or the work with his/her own workforce. IN ORDER TO BE DEEMED RESPONSIVE, BIDDERS MUST MEET THE MINIMUM REQUIREMENTS SET FORTH HEREIN. NON-RESPONSIVE BIDS WILL BE DISQUALIFIED FROM CONSIDERATION. Estimated Budget: The total estimated construction cost is $8,700,000. Bid Guaranty: A Bid Guaranty of 5% is required with bid submission, and the successful Bidder executing the Contract will be required to provide Performance and Payment Bonds in the amount of one hundred percent (100%) of the contract amount. Bidders will be required to submit a letter of intent, from an A rated Financial Class V Surety Company to bond the Project. At the time, date, and place on page 1 hereof, bids will be publicly opened. Any bids received after time and date specified will be returned to the bidder unopened. The responsibility for submitting a bid before the stated time and date is solely and strictly the responsibility of the bidder. The City is not responsible for delays caused by mail, courier service (including U.S. Mail), or any other occurrence. A Pre-Bid Conference is scheduled for 2 p.m. on June 22, 2012, at the following address: City of Miami Beach, City Hall, 4th Floor, City Manager’s Large Conference Room, 1700 Convention Center Drive, Miami Beach, Florida. Attendance (in person or via telephone) to this Pre-Bid submission meeting is strongly encouraged and recommended but is not mandatory. Bidders interested in participating in the Pre-Bid meeting via telephone must follow these steps: (1) Dial the TELEPHONE NUMBER: 1-877-953-3061 (Toll-free North America) (2) Enter the MEETING NUMBER: 8982915# (note that the number is followed by the pound (#) key). Bidders who are interested in participating via telephone, please send an e-mail to theocarrasco@miamibeachfl.gov expressing your intent to participate via telephone. Plans and Specifications for this project shall be available in digital format on CDs. Please call Theo Carrasco at 305.673.7000 ext. 6230, or e-mail theocarrasco@miamibeachfl.gov to secure a CD set of the Plans and Specifications. The cost for these CDs is $20. One may purchase a CD through the Finance Cashier located on the 1st Floor in City Hall. Please make reference of the Bid number (ITB 49-11/12) and project name (CITY OF MIAMI BEACH RIGHT-OF-WAY INFRASTRUCTURE IMPROVEMENT PROGRAM – VENETIAN ISLANDS BID PACKAGE 13C) to the Finance Cashier. CDs are available in the Procurement Office located on the 3rd Floor in City Hall with presentation of receipt from the Finance Cashier. The City of Miami Beach is using BidSync, a central bid notification system that provides bid notification services to interested vendors. BidSync allows vendors to register online and receive notification of bids, amendments and awards. Vendors with Internet access should review the registration options at the following website: www.bidsync.com If you do not have Internet access, please call the BidSync’s vendor support at 801-765-9245. Any questions or clarifications concerning this Invitation to Bid shall be submitted in writing by e-mail to theocarrasco@miamibeachfl.gov, mail to the Procurement Department, 1700 Convention Center Drive, Miami Beach, FL 33139, or via FAX: (786) 394-4624 no later than July 2, 2012, at 3 p.m. The Bid title/number shall be referenced on all correspondence. All responses to questions/clarifications will be sent to all prospective bidders in the form of an addendum. The City of Miami Beach reserves the right to accept any proposal or bid deemed to be in the best interest of the City of Miami Beach, or waive any informality in any proposal or bid. The City of Miami Beach may reject any and all proposals or bids. To request this material in accessible format, sign language interpreters, information on access for persons with disabilities, and/or any accommodation to review any document or participate in any city-sponsored proceeding, please contact 305-604-2489 (voice) or 305-673-7218 (TTY) 5 days in advance to initiate your request. TTY users may also call 711 (Florida Relay Service). YOU ARE HEREBY ADVISED THAT THIS REQUEST FOR PROPOSAL IS SUBJECT TO THE FOLLOWING ORDINANCES/RESOLUTIONS, WHICH MAY BE FOUND ON THE City OF MIAMI BEACH WEBSITE: http://web.miamibeachfl.gov/procurement/scroll.aspx?id=23510 • Cone of Silence – Ordinance No. 2002-3378 • Campaign Contributions by Vendors - Ordinance No. 2003-3389 • Code of Business Ethics – Resolution No. 2000-23879 • Debarment Proceedings -- Ordinance No. 2000-3234 • Protest Procedures – Ordinance No. 2002-3344 • Lobbyist Registration and Disclosure of Fees – Ordinance No. 2002-3363 • Requirement for City Contractors to Provide Equal Benefits for Domestic Partners – Ordinance No. 2005-3494 • Local Preference for Miami Beach-Based Vendors – Ordinance No. 2011-3747 • Preference for Florida Small Businesses Owned and Controlled by Veterans and to State-Certified Service-Disabled Veteran Business Enterprises – Ordinance No. 2011-3748. Sincerely, Raul J. Aguila Chief Deputy City Attorney (for Procurement Division)