Summary of Specifications:
INVITATION TO BID NO. 15-11/12 FOR CONCRETE CURBING/SIDEWALK CONSTRUCTION, PURCHASE OF ASPHALTIC CONCRETE/RELATED MATERIALS, & STRIPING OF CITY STREETS & PARKING LOTS
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 6th day of February, 2012, for:
Purpose: The purpose of this bid is to establish a contract, by means of sealed bids, for concrete curbing sidewalk construction, the purchase of asphaltic concrete/related materials, and the striping of city streets and parking lots, as specified herein. This contract shall remain in effect for two (2) years from the date of contract execution by the Mayor and City Clerk and two (2), one (1) year renewal options at the sole discretion of the City Manager.
Scope of Work: The work specified in this bid consists of furnishing all labor, machinery, tools, means of transportation, supplies, equipment, materials, services necessary for concrete/curbing and sidewalk construction, the purchase of asphaltic concrete/related materials, and the striping of City streets and parking lots, in accordance with the bid documents.
Minimum Requirements: Prospective Bidders must have a minimum of three (3) years experience in providing the work specified for the four (4) different groups noted in this ITB. Bidders shall provide references for a minimum of four (4) separate construction projects, per group, at a cost of one-hundred thousand dollars ($100,000) or more in construction work.
For purposes of compliance with this minimum experience requirement, the term “Bidder” is hereby defined to mean either the business entity or the individual employed by the contractor (“Qualifier”) which is submitting a bid pursuant to the ITB. Estimated Budget: The total estimated construction cost is $1 million.
Bid Guaranty: A Bid Guaranty of 5% is required with bid submission, and the successful Bidder executing the Contract, will be required to furnish Performance and Payment Bonds, each in the amount of one hundred thousand ($100,000.00) dollars. 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 January 18, 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.
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 February 1, 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.
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) 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 & Disclosure of Fees – Ordinance No. 2002-3363 • False Claims – Ordinance No. 2003-3398 • 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, Gus Lopez, CPPO Procurement Director