Solicitation Details - 20210191 (MCC 7360)
Back To Search SolicitationsTitle:
Roadway Resurfacing - Multiple Sites
Opening Date:
12/1/2021 2:00:00 PM
Announcement Info:
Work under this Contract includes furnishing of all supervision, labor, materials, tools, equipment and performing all operations required to construct the Work in accordance with the Contract Documents.
Work includes but is not limited to the following: Milling and resurfacing, widening and resurfacing of intersecting streets, up to the existing joint at the side street or up to the point of curvature as determined by the Engineer or as indicated in the Plans, resurfacing of asphaltic pathways (pedestrian, bicycle, etc.) adjacent or not to the edge of pavement as necessary, temporary utility repairs (cold patches), clearing and excavating of shoulder areas or build-up, as directed by the Engineer; grading and clean-up of adjacent shoulders and removal of roots, as required, pavement markings including the installation of reflective pavement markers (blue/blue) at fire hydrant locations, sidewalk, sidewalk curbs and connectors, and pedestrian ramps. The Engineer will make the final determination of any changes required due to conflict of design and or field conditions.
Resurfacing work may include any of the following:
1. Application of asphaltic concrete surface course to existing wearing course.
2. Application of asphaltic concrete leveling courses to existing wearing surfaces prior to and in preparation for item 1 above.
3. Application of asphaltic concrete to previously primed rock roads.
4. Fathering of the asphaltic concrete mat on private driveways to a point two (2) feet from the edge of the roadway. Resurfacing of the remainder of private driveways is expressly prohibited under this Contract, unless directed by the Engineer.
5. Adjustment of all storm water, water and sewer valves and manholes prior to resurfacing. All adjustments shall be made by the built-up method, not by the use of adjustment of rings.
Location of Work:
1. NW 95 St from NW 6 Ave to NW 3 Ave
2. NE 12 Ave from NE 149 St to NE 143 St
3. NW 12 St from NW 97 Ave to NW 93 Ct
4. NW South River Dr from NW 31 St to Tamiami Swing Bridge
5. SW 48 St from SW 57 Ave to Lincoln Dr
6. Pine Tree Dr from N 51 St to N 63 St
7. Hialeah Garden Blvd from Nw 122 St to NW 138 St
8. NW 42 Ave from NW 156 St to NW 199 St
9. NE 199 St from Highland Lakes Blvd to NE 18 Ave
10.NW 32 Ave from Gratigny Pkwy to NW 103 St
The County may update this work site list subsequent to the Award of this Contract by adding, deleting, or substituting with comparable sites. The actual location(s) of work shall be identified in the Work Order(s) issued subsequent to the Award of the Contract. The combined total cost for all work authorized by the Work Order(s) shall not exceed the Contract Award amount.
The Department does not guarantee that the full amount of the Contract will be issue to the Contractor. The actual amount of Work orders assigned will be the prerogative of the department in its sole discretion and dependent only upon its needs.
Technical Certification:
LICENSE REQUIREMENTS:
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 and Contract Documents, the Bidder must hold a valid, current, and active Certificate of Competency 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. 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
Pursuant to Section 255.20, Florida Statues (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 of Work Underway, and Status of Contract(s) On Hand. Acceptance FDOT prequalification(s) necessary to perform the work specified in the Project’s Scope of Work shall include the Flexible Paving work class.
The Contractor shall furnish Certificates of Insurance to the County prior to commencing any operations under this Contract. The certificates shall clearly indicate that the Contractor has obtained insurance, in the type, amount and classification required by these Contract Documents.
EXPERIENCE:
1. The Bidder must demonstrate that it has full-time personnel with the necessary experience to perform the Project’s Scope of Work. This experience shall include work in successfully completed projects performed by the identified personnel whose bulk of work performed in the Public Right-of-Way is similar in detail to the Project’s Scope of Work described in these Solicitation Documents. Demonstrate the experience requirement by:
a. Providing a detailed description of at least three (3) projects similar in detail to the Project’s Scope of Work described in these Solicitation Documents and in which the Bidder’s identified personnel is currently engaged or has completed within the past five years. List and describe the aforementioned projects and state whether the work was performed for the County, other government clients, or private entities. The description must identify for each project:
1) The identified personnel and their assigned role and responsibilities for the listed project
2) The client name and address including a contact person and phone number for reference
3) Description of work
4) Total dollar value of the contract
5) Contract duration
6) Statement or notation of whether Bidder’s referenced personnel is/was employed by the prime contractor or subcontractor, and
7) For completed projects, provide letters of certification of final acceptance or similar project closure documentation issued by the client and available Contractor’s performance evaluations.
INDEMNIFICATION AND INSURANCE REQUIREMENTS:
The Contractor shall furnish to Department of Transportation and Public Works , 111 NW 1 Street, Miami Florida 33128, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below:
A. Worker’s Compensation Insurance for all employees of the Contractor as required by Florida Statute 440.
B. Commercial General Liability Insurance in an amount not less than $1,000,000 per occurrence, and $2,000,000 in the aggregate including products/completed operations and XCU. Miami-Dade County must be shown as an additional insured.
C. Automobile Liability Insurance covering all owned, non-owned and hired vehicles, in an amount not less than $1,000,000 combined single limit p.
D. Umbrella or excess liability insurance in an amount not less than $3,000,000 per occurrence #3,000,000 in the aggregate.
Commodities
Code | Description |
---|---|
96842 | GENERAL CONSTRUCTION |
Solicitation Package/Addendums
Type | File Name |
---|---|
Package | 20210191_Invitation_to_Bid.pdf |
Package | 20210191_Solicitation_Documents.pdf |
Addendum | 20210191_Doc._Holders_11_05_2021.pdf |
Addendum | 20210191_Pre-bid_Sign-In.pdf |
Addendum | 20210191_Doc._Holders_11_12_2021.pdf |
Addendum | 20210191__Doc._Holders_11_24_2021.pdf |