Summary of Specifications:
INVITATION TO BID NO. 16-04/05 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. on the 14th day of June 2005 for: CITY OF MIAMI BEACH FABRICATION AND INSTALLATION OF SIGNAGE PACKAGE IN ACCORDANCE WITH THE CITYWIDE WAYFINDING AND IDENDITY SYSTEM WITH AN OPTIONAL SIGN MAINTENANCE SERVICE AGREEMENT Scope of Work: Work to be performed under this Contract shall consist of fabrication and installation of a Citywide Wayfinding Signage System. This comprehensive signage system includes 3 City Gateways and approximately 564 individual signs, including the following sign types: zone gateways, zone directional, vehicular directional, destination arrival, neighborhood identification, parking trailblazer, parking lot arrival, pedestrian directional, pedestrian orientation map, historic marker, pedestrian/bicycle trail markers and pedestrian/bicycle trail directional. All work will be based upon the design, location and message schedules prepared by Hillier Design Group, contained in the “Graphic Signage Standards Manual” and the “Sign Location Plans and Message Schedule” contained herein. The successful bidder will be responsible for fabrication, installation, engineering drawings, permits, field locations, underground utility verification, as-built-drawings and GIS coordinates. The bid includes add alternates for approximately 382 additional signs, banners, and attic stock. In addition, the City is seeking bids for sign cleaning, replacement and related maintenance services for a 2 year period, with options to renew annually for up to 5 years. Estimated Budget: $1,200,000 Minimum Requirements: A. Prime Contractor: Contractor engaging in Fabrication and Installation of Post and Panel Signage of the type specified in the Bid Documents with a minimum of five (5) years experience, employing only skilled personnel, using methods and tools for producing the highest quality, capable of taking the lead capacity on the Design, Manufacture, and Installation as required by the schedule of bid items and sample projects schedule. The Contractor may specialize in one or all of the disciplines and must provide at least three (3) references of urban sign contracts of over $ 750,000, completed within the last five (5) years. B. Sign Manufacturer: Must provide five (5) years of documented experience and having the financial capability and capacities to manufacture the quantities required in the bid items. Firms must have the manufacturing equipment on-site operational, and the manufacturer must have completed at least three (3) prior urban sign programs, valued over $750,000 within the last five (5) years. C. Sign Installer: Must provide five (5) years documented construction experience of projects and at least three (3) involving urban sign projects with installation contract values of over $325,000 each, completed within the last five (5) years. The sign installer must have a State of Florida Contractor’s License to provide the required work. D. Maintenance Services: Proposals for the add alternate bid items for sign cleaning and replacement services should document experience maintaining signs for at least 2 projects of over $1,000,000 in size. The projects can be in any area including retail, institutional, hospitality, or retail projects. Contractors should have proven experience with managing sign replacement for at least one project of over $500,000 in size. The City reserves the right to award the maintenance portion of the contract to other than the lowest base bid vendor. Bid Guaranty: A 5% Bid Guaranty is required, however the successful Bidder executing the Contract will be required to provide the Performance and Payment Bonds in the amount of one-hundred percent (100%) of the contract amount, and evidence of required insurance within fifteen (15) calendar days after notification of award of the Contract. All Bids shall be accompanied by either an original bid bond executed by a surety company meeting the qualifications for surety companies as specified in Section 5, General Conditions, of this bid document or by cash, money order, certified check, cashier's check, Bid Guaranty Form, Unconditional Letter of Credit (Form 00410), treasurer's check or bank draft of any national or state bank (United States), in the amount of 5% of the Contract Bid Amount, payable to City of Miami Beach, Florida, and conditioned upon the successful Bidder executing the Contract and providing the required Performance and Payment Bonds, each in the amount of one hundred (100%) percent and evidence of required insurance within fifteen (15) calendar days after notification of award of the Contract. A PERSONAL CHECK OR A COMPANY CHECK OF A BIDDER SHALL NOT BE DEEMED A VALID BID SECURITY. At time, date, and place above, bids will be publicly opened. Any bids or proposals received after time and date specified will be returned to the bidder unopened. The responsibility for submitting a bid/proposal before the stated time and date is solely and strictly the responsibility of the bidder/proposer. The city is not responsible for delays caused by mail, courier service, including U.S. Mail, or any other occurrence. A Pre-Bid/Site Visit Conference will be held at 10:00 a.m. on May 25, 2004 at the City of Miami Beach City Hall, City Managers Large Conference Room, Fourth Floor located at 1700 Convention Center Drive, Miami Beach, FL 33139. Attendance at the Pre-bid Conference is HIGHLY ENCOURAGED and recommended as a source of information but is not mandatory. The City of Miami Beach has contracted with BidNet and has begun utilizing a central Bid notification system created exclusively for state and local agencies located in South Florida. Created in conjunction with BidNet, this South Florida Purchasing system allows 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: http://www.govbids.com/scripts/southflorida/public/home1.asp. If you do not have Internet access, please call the BidNet(r) support group at 800-677-1997 extension # 214. Plans and specifications for this project are available on-line at the following address http://www.miamibeachfl.gov/newcity/cip/cip.asp, if preferred, the documents are also available in digital format, please contact the Procurement Division at 305.673.7490 to secure a copy of a Compact Disk which has the aforementioned documents. Any questions or clarifications concerning this Invitation to Bid shall be submitted in writing by mail or facsimile to the Procurement Department, 1700 Convention Center Drive, Miami Beach, FL 33139 FAX: (305) 673-7851 no later than June 2, 2005. 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) five days in advance to initiate your request. TTY users may also call 711 (Florida Relay Service). YOU ARE HEREBY ADVISED THAT THIS INVITATION TO BID IS SUBJECT TO THE "CONE OF SILENCE, " IN ACCORDANCE WITH ORDINANCE NO. 99-3378. A COPY OF ALL WRITTEN COMMUNICATION(S) REGARDING THIS BID MUST BE FILED WITH THE CITY CLERK. YOU ARE HEREBY ADVISED THAT THIS INVITATION TO BID IS SUBJECT TO THE "CODE OF BUSINESS ETHICS” (“CODE”), IN ACCORDANCE WITH RESOLUTION NO. 2000-23879. YOU ARE HEREBY ADVISED THAT THIS INVITATION TO BID IS SUBJECT TO THE CITY OF MIAMI BEACH DEBARMENT ORDINANCE NO. 2000-3234. YOU ARE HEREBY ADVISED THAT THIS INVITATION TO BID IS SUBJECT TO THE BID SOLICITATION PROTEST ORDINANCE NO. 2002-3344. YOU ARE HEREBY ADVISED THAT THIS BID SOLICITATION IS SUBJECT TO THE LOBBYIST FEE DISCLOSURE ORDINANCE NO. 2002-3363. YOU ARE HEREBY ADVISED THAT THIS BID SOLICITATION IS SUBJECT TO THE CAMPAIGN FINANCE REFORM ORDINANCE NO. 2003-3389. CITY OF MIAMI BEACH Gus Lopez, CPPO Procurement Director