Loading...
HomeMy WebLinkAboutC - 25-18-ITB - Citywide Pavement Maintenance and Rehabilitative Services Pre-Bid PowerPointPre-Bid Meeting 25-18-ITB CITYWIDE PAVEMENT MAINTENANCE AND REHABILITATIVE SERVICES July 22, 2025 Agenda Cone of Silence Schedule Questions Authorized Signer Bid Bond/Bonding Capacity Liquidated Damages Insurance Bid Documents Required Forms Bid Submittal Minimum Qualifications Scope of Work Cone Of Silence The no-contact period began on July 10,2025, and will continue until the city council decides to approve or reject the award (tentatively scheduled for September 10,2025). Failure to comply with this requirement may be grounds for disqualification. Address all comments,concerns,or questions to the Procurement Division.DO NOT contact city Staff or Council Members. Schedule Event Date Question Deadline July 29, 2025 Response Due August 14, 2025 Tentative Council Award September 10,2025 The schedule is tentative and subject to change. Questions All questions must be submitted in writing to the Procurement Division. All questions and modifications to the solicitation will be addressed by an addendum and posted on VendorLink. Authorized Signer Each bid submittal must include the signature of an officer or employee having the authority to bind the contractor. A Corporate Resolution is provided for corporations,if needed. If a corporate resolution is not provided with the bid submittal,the bid submittal may be marked non-responsive. Bid Bond Five percent (5%)of the total bid amount. See Section 11 for the Bid Bond form. Electronic bid security shall be submitted with the bid package. A contractor may file an alternative form of security in cash,a money order,a certified check,or a cashier’s check. Performance Bond A Performance and Payment Bond of $1,000,000.00 is required. The bond must be renewed on or before October 1 of each subsequent year of the agreement for $1,000,000.00 At any given time,the City may require the Contractor to provide a Bond Rider or a separate Bond for a specific project. Bonding Capacity Bidders shall submit the Bonding Capacity Certification Letter. The letter shall be notarized and issued by a surety company licensed and holding a current certificate to conduct business in Florida. See Section 11 for the Bonding Capacity form. Liquidated Damages The Contractor hereby agrees,as part consideration for awarding the Agreement, to pay the City the sum of Five Hundred Dollars ($500.00),for each and every calendar day that the Contractor shall be in default after the time stipulated in the agreement and/or the individual purchase orders for completing the Work. Insurance Commercial General Liability: Per Occurrence:$1,000,000 General Aggregate:$2,000,000 Business Automobile: Bodily Injury and Property Damage: Combined Single Limit (each Accident): $1,000,000.00 Workers'Compensation State Worker’s Compensation:Statutory Employer’s Liability: $1,000,000.00 Each Accident $1,000,000.00 Disease,Policy Limit $1,000,000.00 Disease,Each Employee Bid Documents 5 documents were uploaded to VendorLink. Before submitting your bid, ensure you have received, downloaded,and reviewed ALL solicitation documents. Document List: 25-18-ITB -Citywide Pavement Maintenance and Rehabilitative Services (Solicitation) Attachment A -Contract Provisions for Non-Federal Entity Contracts Under Federal Awards Attachment B -FY 2025-26 FDOT Standard Specifications Section 334 Attachment C -Electronic Price Sheet Attachment D -Sample Contract         Required Forms Required Form List Continued: Certification Regarding Debarment And Suspension Certification Regarding Scrutinized Companies Appendix A,44 C.F.R.Part 18 –Certification Regarding Lobbying Contracting With Entities Of Foreign Countries Of Concern Prohibited Affidavit Reference List Subcontractor List Addenda Acknowledgement Bid Price Form Instructions Electronic Bid Price Form Bid Bond Bonding Capacity Letter Bid Submittal All submittals are due electronically via VendorLink. Bidders may access VendorLink via the link below: https://www.myvendorlink.com/external/home Submittals sent by mail, facsimile, electronic mail, telephone, or other means will not be accepted. Minimum Qualifications The Prime Bidder must meet the minimum experience requirements in Section 2.32.The Prime Bidder SHALL NOT use a subcontractor to meet the minimum qualifications listed in Section 2.32. Bidder must possess five (5)years of experience providing Pavement Maintenance and Rehabilitation Services. Bidders must submit a minimum of five (5)Cape Seal project references from a City or County in the State of Florida that have been completed within the past three (3) years. Minimum Qualifications Bidders must submit a minimum of five (5)In-Place Recycling-Reconstruction (with emulsion and cement blend stabilization)project references from a City or County in the State of Florida,that have been completed within the past two (2)years. Bidder must submit previous use documentation and test data conclusively demonstrating that;the TiO2 Enhanced Asphalt Rejuvenating Agent has been used successfully for a period of two years by government agencies such as state,City and municipal governments,etc. Minimum Qualifications Florida Law and Rules of the State of Florida,Department of Transportation,require Contractors to be prequalified with the Department in order to bid for the performance of road,bridge,or public transportation construction contracts greater than $250,000.00. All contractors and subcontractors shall be FDOT prequalified in the work classes of drainage,flexible paving,grading,and hot plant–mixed bituminous courses. Scope of Work Contractor shall provide pavement and asphalt maintenance/rehabilitation,and striping/pavement marking on an as-needed basis. The services include,but may not be limited to: milling resurfacing pavement preservation (asphalt rejuvenation) full-depth reclamation micro-surfacing crack sealing paint and thermoplastic striping/pavement markings QUESTIONS? The following is the only person who should be contacted regarding this solicitation. Jessica Graham Procurement Manager 772-388-8231 procurement@cityofsebastian.org