Solicitation Details - 20210077 (CAPITAL)

Back To Search Solicitations

Title:
Roadway Improvements to SW 328 Street from SW 187 Avenue to US-1,
Opening Date:
4/6/2022 2:00:00 PM
Announcement Info:
The work under this Contract includes furnishing of all supervision, labor, materials, tools, equipment and performing all operations required to perform the Work in accordance with the Contract Documents. The project consists of roadway improvements which include reconstruction and widening of an existing road from a 2-lane to 3-lane roadway with a combination of striped center turn lane. Furthermore, the scope includes landscaped medians, bike lanes, sidewalks, curbs and gutters, continuous stormwater drainage system, pavement markings and signage, signalization, and roadway lighting.
Technical Certification:
CONTRACTOR CERTIFICATION AND EXPERIENCE REQUIREMENTS: Certificate of Competency Requirement: 1. Include with the bid submittal package, copies of certifications and documentation that demonstrate that at the time of Bid and pursuant to the requirements of Section 10-3 of the Code of Miami-Dade County, Florida and these Solicitation Documents, the Bidder holds a valid, current, and active: a. Certificate of Competency from the County’s Construction Trades Qualifying Board as a General Engineering Contractor or as a Specialty Engineering Contractor, commensurate to the requirements of the Scope of Work, in one or more engineering crafts to include paving engineering contractor. The specialty contractor shall subcontract with a qualified contractor any work which is incidental to the specialty but is specified in the aforementioned Code as being the work of other than that of the Engineering Specialty for which certified; or b. Pursuant to Section 255.20, F.S. and in lieu of the above, the County may consider a bid from a Bidder that is a duly licensed Contractor in good standing that has been prequalified and considered eligible by the Florida Department of Transportation (FDOT) under Section 337.14, F.S. and Chapter 14-2, Florida Administrative Code, to perform the work described in the Contract Documents. Contractors seeking consideration under this Paragraph shall submit along with the Bid Documents for review and consideration, current copy(ies) of their FDOT Certificate(s) of Qualification, Certification, as a Underground Utility and Excavation Contractor, provided by the State of Florida Construction Industry Licensing Board, pursuant to the provisions of Section 489.115 of the Florida Statutes. Certification of Work Underway, and Status of Contract(s) On Hand. Acceptable FDOT prequalification(s) necessary to perform the Work specified in the Contract Documents include the Flexible Paving and Drainage Work Classes. Additional Licensing Requirement In addition to the license(s) required of the Contractor, any personnel engaged in installing, modifying, repairing, removing or maintaining traffic signalization, or any other electrical/electronic traffic control device in Miami-Dade County must: Perform work under the direction of a Master Electrician which has to be present at the job site or be able to respond within 2 hours of notification. Perform all work under the direct supervision of a Journeyman Electrician that is certified as an International Municipal Signal Association (IMSA) certified Traffic Signal Technician (TST) Level II or Level III. All work related at or pertaining to the controller must be performed by an IMSA certified TST Level II (Field). Provide a copy of all of the above licenses and certifications for their company and employees, including a list of their employees assigned to this Project. In addition to the above license(s), any contractor engaged in installing modifying, repairing, or maintaining roadway street lighting systems in Miami-Dade County must: Perform work under the direction of a Master Electrician that is either at the job site(s) or able to respond within (4) hours of notification; and Perform all work under the direct supervision of a Journeyman electrician present at the job site(s). Experience Requirement: 1. The Bidder, through full time personnel employed by the Bidder, must demonstrate a minimum of five years of continual experience as the prime contractor in projects with scopes comparable to the Project Scope of Work. Demonstrate the experience requirement by including along with the bid submittal package: a. Providing a detailed description of completed projects, similar to the Project Scope of Work, in which the Bidder is currently engaged or has completed within the past ten years. List and describe those projects performed for government clients, similar size private entities, and any work performed for the County. The description should identify for each project (1) the client, (2) description of work, (3) total dollar value of the contract, (4) contract duration, (5) customer contact person and phone number for reference, (6) statement or notation of whether Bidder is/was the prime contractor or subcontractor, and (7) the results of the project; or b. Pursuant to Section 255.20, F.S., the County may consider a bid from a Bidder in good standing, meeting the license requirements above, that has been prequalified and considered eligible by the Florida Department of Transportation (FDOT) under Section 337.14, F.S. and Chapter 14-2, Florida Administrative Code, to perform the work described in the Contract Documents. Contractors seeking consideration under this Paragraph shall submit along with the Bid Documents for review and consideration, current copy(ies) of their FDOT Certificate(s) of Qualification in the Flexible Paving and Drainage Work Classes, Certification of Work Underway, and Status of Contract(s) On Hand. 2. The County reserves the right to request additional information and/or contact listed persons pertaining to bidder’s experience. SMALL BUSINESS ENTERPRISE (SBE) PROGRAM: Small Business Enterprise-Construction Program Measures (SBE-Cons) and Small Business Enterprise-Good and Services Measures (SBE-GS) In accordance with Miami-Dade County Ordinance No.'s 97-52 and 97-158; A.O. 3-22, a SBE-Cons Contract Measure of 28.85% have been established for this Project. Compliance with the Small Business Development provisions is required for all Bidders.