Summary of Specifications:
Work to be performed under this Contract shall include all labor, materials, equipment and incidentals required and perform the modifications, repairs or replacements to the sanitary sewer system in their entirety as shown on the Drawings and as specified in the Contract Documents.
The Work includes, but is not necessarily limited to the following:
1. Cleaning and closed-circuit televising (pre and post refurbishment) of portions of the gravity sanitary sewer mains. This work includes approximately 47,000 linear feet of gravity sanitary sewer mains.
2. The rehabilitation of gravity sanitary sewer mains using cured-in-place pipe (CIPP), joint grouting, and/or point repair methods, as directed. This includes approximately 41,000 linear feet of gravity sewers (8, 10, 12, 14, 15, 16, 18, 21, 24, 27 and 30-inch).
3. The replacement of gravity sanitary sewer mains by the open-trench method. This includes replacement of approximately 900 linear feet of sewer mains.
4. The rehabilitation of approximately 200 sanitary sewer manholes.
Associated work includes pipe dewatering, by-pass pumping, groundwater dewatering, trimming of intrusions, maintenance of traffic and traffic control, permitting, Pipeline Assessment and Certification Program (PACP) reports, excavation and backfill, restoration, and all other appurtenances and miscellaneous related items and work for a completed project.
The pipe segments requiring rehabilitation under this contract are scattered throughout various areas of the City designated by basins. Included are:
a. Basin 11 – bounded to the north by 23rd St., south by 15th St., east by the Atlantic Ocean and to the west by Convention Center Dr. and Dade Blvd./Pine Tree Dr. – 27,000 linear feet of sanitary sewer
b. Basin 19 – bounded to the north by 72nd St., to the south by 65th St., to the east by the Atlantic Ocean and to the west by Indian Creek Dr. – 20,700 linear feet of sanitary sewer
c. Basin 27B – bounded to the north by the 5400 block of Collins Ave., to the south by 4500 block of Collins Ave., to the east by the Atlantic Ocean and to the west by the Indian Creek – 8,400 linear feet sanitary sewer
d. Basin 28D – bounded to the north by the 4500 block of Collins Ave., to the south by 23rd St., to the east by the Atlantic Ocean and to the west by Indian Creek Dr. and Collins Ave. – 31,900 linear feet of sanitary sewer
e. Basin 29 – bounded to the north by 65th St., to the south by the 6000 block of Collins Ave., to the east by the Atlantic Ocean, and to the west by Allison Island – 12,600 linear feet of sanitary sewer
f. Basin 31A – bounded to the north by 1st St. and 4th St., to the south by South Pointe Park and Government Cut, to the east by Ocean Dr. and to the west by Alton Rd. – 13,900 linear feet of sanitary sewer
g. Basin 31B – bounded to the north by 5th St. and 7th St., to the south by 1st St and 4th St., to the east by Ocean Dr. and to the west by Alton Rd. – 17,700 linear feet of sanitary sewer
The Bidder must submit documentation WITH ITS BID PACKAGE certifying that the proposed repair methods have been used by the Bidder and that said methods meet all American Society Testing Materials (ASTM) requirements outlined in the technical specifications.
Minimum Requirements: For purposes of compliance with this minimum experience requirement, the term “Bidder” is hereby defined to mean the firm and/or business entity which is submitting a bid pursuant to the ITB. Accordingly, the firm and/or business entity must have been in business at the time of bidding, as evidenced by an occupational or business license issued by the state of Florida, for a minimum of five (5) years experience as a General Contractor in the state of Florida in order to be deemed responsive. Non-responsive bids will be disqualified from consideration.
The Bidder must also demonstrate the following experience to be deemed responsive for this Bid:
For the installation of CIPP, the Bidder must demonstrate experience installing a minimum of 100,000 linear feet of CIPP in the United States. For the replacement and/or rehabilitation of sewer mains by the open-trench method, the Bidder must demonstrate experience installing a minimum of 250 point repairs in the United States. To performing closed-circuit televising for condition assessment, the Bidder must also submit documentation that confirms their National Association of Sewer Service Companies Pipeline Assessment and Certification Program (NASSCO PACP) certification. Contractors shall furnish the names, addresses, and telephone numbers of a minimum of four (4) firms or government organizations for which the Contractor has met this requirement.
The Bidder should perform at least 30% of the work with his/her own workforce. The bidder (General Contractor) must have a valid State of Florida General Contractor’s License, CCTV Video Certification, MOT (Maintenance of Traffic) Certification by Florida’s Department of Transportation, and OSHA (Occupational Safety and Health Administration) Certification.
Estimated Budget: The estimated construction cost is $5 million.
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 above, 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 10 a.m. on August 5, 2009, 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 as a source of 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 theocarrasco@miamibeachfl.gov expressing your intent to participate via telephone.
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 group at 801-765-9245.
The City of Miami Beach also utilizes BidNet for automatic notification of bid opportunities and document fulfillment. This system allows vendors to register online and receive notification of new bids, amendments and awards. Vendors 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 800-677-1997 extension # 214.
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 14, 2009. 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.
The City of Miami Beach reserves the right to accept any proposal deemed to be in the best interest of the City of Miami Beach, or waive any informality in any proposal. The City of Miami Beach may also reject any and all proposals.
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) five 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 & DISCLOSURE OF FEES -- ORDINANCE NO. 2002-3363 • REQUIREMENT FOR CITY CONTRACTORS TO PROVIDE EQUAL BENEFITS FOR DOMESTIC PARTNERS - ORDINANCE NO. 2005-3494