Summary of Specifications:
INVITATION TO BID (ITB)
JOB ORDER CONTRACT; ITB No. 22-08/09 - VERTICAL CITYWIDE JOB ORDER CONTRACT; ITB No. 23-08/09 - HORIZONTAL RIGHT-OF-WAY (ROW) JOB ORDER CONTRACT; ITB No. 24-08/09 - ELECTRICAL JOB ORDER CONTRACT; ITB No. 25-08/09 - MECHANICAL JOB ORDER CONTRACT; ITB No. 26-08/09 - WATERPROOFING/PAINTING JOB ORDER CONTRACT; ITB No. 27-08/09 - ROOFING
NOTICE TO CONTRACTORS
Sealed bids will be received by the City of Miami Beach Procurement Director, 3rd Floor, 1700 Convention Center Drive, Miami Beach, Florida 33139, until 3:00 p.m. local time on April 24, 2009 for Job Order Contracts (referred to as “JOC”) according to the Bid Table on the following page.
ITB No. 22-08/09 Vertical Citywide - Minimum Requirements: Bidder (Business Entity) must have a minimum of five (5) years of General Contracting construction experience, as evidenced by an occupational or business license issued by the state of Florida, and have a valid Florida Certified General Contractor License and/or Florida Registered General Contractor License to be deemed responsive for the VERTICAL CITYWIDE contract. The work to be performed under this contract will be primarily repair and alteration and new construction projects.
ITB No. 23-08/09 Horizontal ROW - Minimum Requirements: Bidder (Business Entity) must have a minimum of five (5) years of General Contracting construction experience, as evidenced by an occupational or business license issued by the state of Florida, and have a valid Florida Certified General Contractor License, Florida Registered General Contractor License, and/or Engineering License issued by Miami-Dade County to be deemed responsive for the HORIZONTAL ROW contract. The work to be performed under this contract will be primarily site/civil/utility and Right-of-Away Projects.
ITB No. 24-08/09 Electrical - Minimum Requirements: Bidder (Business Entity) must have a minimum of five (5) years of Electrical construction experience, as evidenced by an occupational or business license issued by the state of Florida, and have a valid Florida Certified Electrical Contractor License and/or Florida Registered Electrical Contractor License to be deemed responsive for the ELECTRICAL contract. The work to be performed under this contract will be primarily electrical and fire alarm installation and repair.
ITB No. 25-08/09 Mechanical - Minimum Requirements: Bidder (Business Entity) must have a minimum of five (5) years of Mechanical construction experience, as evidenced by an occupational or business license issued by the state of Florida, and have a valid Florida Certified Mechanical License, Florida Registered Mechanical License, Florida Certified Air Conditioning License, and/or Florida Registered Air Conditioning License to be deemed responsive for the MECHANICAL contract. The work to be performed under this contract will be primarily HVAC and fire protection.
ITB No. 26-08/09 Waterproofing/Painting - Minimum Requirements: Bidder (Business Entity) must have a minimum of five (5) years of Waterproofing construction experience, as evidenced by an occupational or business license issued by the state of Florida, and have a valid Painting License issued by Miami-Dade County to be deemed responsive for the WATERPROOFING/PAINTING contract. The work to be performed under this contract will be primarily painting and waterproofing.
ITB No. 27-08/09 Roofing - Minimum Requirements: Bidder (Business Entity) must have a minimum of five (5) years of Roofing construction experience, as evidenced by an occupational or business license issued by the state of Florida, and have a valid Florida Certified Roofing Contractor License and/or Florida Registered Roofing Contractor License to be eligible to submit bids for the ROOFING contract. The work to be performed under this contract will be primarily roofing repair and replacement.
For the purposes of compliance with the minimum experience requirements, the term “Bidder” is hereby defined to mean the firm and/or Business Entity which is submitting a bid pursuant to the ITB.
BID TABLE Bid Number Estimated Contract Term Value Maximum Contract Duration (Years) Maximum Not to Exceed Contract Value Payment and Performance Bond (Each) Minimum License Requirement Self Performance Requirement ITB No. 22-08/09 Vertical Citywide $5,000,000 5 $25,000,000 $ 2,000,000 Florida Certified General Contractor and/or Florida Registered General Contractor 10% ITB No. 23-08/09 Horizontal ROW $5,000,000 5 $25,000,000 $ 2,000,000 Florida Certified General Contractor and/or Florida Registered General Contractor and/or Miami-Dade County Engineering 30% ITB No. 24-08/09 Electrical $1,000,000 5 $5,000,000 $500,000 Florida Certified Electrical Contractor and/or Florida Registered Electrical Contractor 50% ITB No. 25-08/09 Mechanical $1,000,000 5 $5,000,000 $500,000 Florida Certified Mechanical Contractor and/or Florida Registered Mechanical Contractor and/or Florida Certified Air Conditioning Contractor and/or Florida Registered Conditioning Contractor 50% ITB No. 26-08/09 Waterproofing/Painting $1,000,000 5 $5,000,000 $500,000 Miami-Da e County Painting 50% ITB No. 27-08/09 Roofing $1,000,000 5 $5,000,000 $500,000 Florida Certified Roofing Contractor and/or Florida Registered Roofing Contractor 50%
A bid guaranty for all JOC contracts is required in the amount of $20,000.00.
JOC is a competitively bid, firm fixed price indefinite quantity construction contract under which the Bidder/Contractor will perform a variety of work at different project locations. The Scope of Work includes a collection of detailed repair, construction and demolition tasks with related performance specifications and pre-established unit prices. The contracts are for repair, alteration, modernization, maintenance, rehabilitation, demolition and construction of infrastructure, buildings, structures, site civil or other real property. Work is accomplished by means of issuance of a Job Order against the contract. Under the JOC concept, the Contractor is required to furnish all management, documentation, labor, materials and equipment needed to perform the work including scope documentation services to support individual Job Orders.
Each contract will have an initial Contract Term of one (1) year. Each contract includes bilateral options for four (4) additional one (1) year Contract Terms, exercisable at the mutual discretion of both the City and Contractor. The Maximum Contract Duration shall not exceed five (5) years. The Maximum Not to Exceed Contract Value is $25,000,000.00 for the VERTICAL CITYWIDE and HORIZONTAL ROW contracts. The Maximum Not to Exceed Contract Value is $5,000,000.00 for the ELECTRICAL, MECHANICAL, WATERPROOFING/PAINTING, and ROOFING contracts.
If the Bidder is a joint venture, the joint venture itself will be considered a separate and distinct entity and must be in compliance with all requirements of the State statutes and the Florida Contracting licensing regulations.
At the time, date, and place referenced herein, bids will be publicly opened. Any bids received after the 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 has been scheduled for 10:00 A.M. on April 2, 2009, at the City of Miami Beach Convention Center, Room B 114-115, 1901 Convention Center Drive, Miami Beach, FL 33139. The City strongly encourages Bidders to attend the Pre-Bid Conference. The Pre-Bid Conference is held for the purpose of discussing the JOC concept and the Contract Documents, the City’s construction program, and bid considerations. Bidders should be represented by a person that will be directly involved preparing the JOC bid and responsible for executing the construction work.
Attendance (in person or via telephone) to this Pre-Bid submission meeting is encouraged and recommended as a source of information but is not mandatory. Bidders interested in participating in the Pre-Bid submission meeting via telephone must follow these steps:
(1) Dial the TELEPHONE NUMBER: 1-800-915-8704 (Toll-free North America)
(2) Enter the MEETING NUMBER: *2659980* (note that number is preceded and followed by the star (*) key).
Bidders who are interested in participating via telephone, please send an e-mail to guslopez@miamibeachfl.gov expressing your intent to participate via telephone. The Project Manual, the Construction Task Catalog®, and Specifications for this project are available in digital format on CD’s. Please call Kenneth Patterson at (305) 673-7490 to secure a CD set containing said documents. The cost for these CD’s is $20.00; company checks and cash accepted, no credit cards please. The CD’s can be picked up in the Procurement Division, 3rd Floor, City Hall. The City of Miami Beach is using BidSync powered by RFP Depot, a central bid notification system which provides bid notification services to interested vendors. BidSync allows for 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 BidSync’s vendor support group at 1-800-990-9339 or 1-801-765-9245.
The City of Miami Beach also utilizes BidNet for automatic notification of bid opportunities and document fulfillment. This system allows for vendors to register online and receive notification of new bids, amendments and awards. Vendors with Internet access should review the registration options at the following website: www.govbids.com/scripts/southflorida/public/home1.asp.
If you do not have Internet access, please call the BidNet support group at 1-800-677-1997 extension # 214.
Interested bidders who would like to know particulars of this and other bids for the City of Miami Beach should view the City’s Procurement Division’s web page at http://web.miamibeachfl.gov/procurement/scroll.aspx?id=23510.
Any questions or clarifications concerning this Invitation to Bid shall be submitted in writing by e-mail to guslopez@miamibeachfl.gov, mail, or facsimile, to the Procurement Department, 1700 Convention Center Drive, Miami Beach, FL 33139 FAX: (786) 394-4007. 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.