Summary of Specifications:
INVITATION TO BID (ITB) NO. 22-02/03 DESIGN/BUILD SERVICES FOR WASHINGTON AVENUE IMPROVEMENTS PHASES 2, 4 AND 5. Scope of Work: The Design Build Firm (DBF) will be responsible for the design, construction and construction management of the water main distribution, sanitary sewer collection, storm water collection / disposal, irrigation, electrical, curb / gutter, sidewalk, road reconstruction and asphalt milling / resurfacing of the Washington Avenue Improvements (the Project). The Project limits consist of the Washington Avenue corridor from 5th to Lincoln Road. A Design Criteria Package (DCP) has been prepared by the City’s Project Manager, Hazen & Sawyer, which includes conceptual construction drawings and technical specifications for the civil, electrical, and landscaping disciplines. The City has obtained the Miami-Dade Department of Health Water Main Construction, Miami – Dade Department of Environmental Resources Management Storm Water and State of Florida Department of Transportation Right-of-way permits. Remaining design elements include the revision / incorporation of the City’s master Division 1 technical specifications; sanitary sewer gravity collector replacement at 6th and 8th Streets; revision / modifications to the existing conditions along the project limits, curb / sidewalk modifications at the intersection of Washington Avenue and Española Way to incorporate ‘bump-outs”; landscaping plan revisions to the Washington Avenue median between 5th and 6th Streets; and plan revisions to accommodate the City’s construction sequence restrictions. A Pre-Bid Conference is scheduled for 10:00 a.m. on May 8, 2003, at the following address: City of Miami Beach, City Hall – First Floor Conference Room, 1700 Convention Center Drive, Miami Beach, Florida. A Bid Guaranty of $100,000.00 will be required with the Bid. The successful bidder will also be required to furnish Performance and Payment Bonds, each in the amount of one hundred (100%) percent of the Contract amount. Palns and Specification must be ordered through T-Suare Miami (305) 324-1234, order form on page 11 of the bid document must be faxed to T-Square before prospective bidders will receive requested plans and specifications. Any questions or request for 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. The Bid title/number shall be referenced on all correspondence. All questions on request for clarifications must be received no later than ten (10) calendar days prior to the scheduled Bid opening date. All responses to questions/clarifications will be sent to all prospective bidders in the form of a written addendum(s). 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. YOU ARE HEREBY ADVISED THAT THIS INVITATION TO BID IS SUBJECT TO THE "CONE OF SILENCE, " IN ACCORDANCE WITH ORDINANCE NO. 2002-3378. 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 INVITATION TO BID IS SUBJECT TO THE CITY OF MIAMI BEACH LOBBYIST FEES 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