Solicitation Details - 20240171 (MCC 7360)
Back To Search SolicitationsTitle:
Intersection Improvements to SW 109 Ave. and SW 32 St.
Opening Date:
11/20/2024 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 remove the existing multiway stop control and replacing it with a traffic circle, meeting all requirements for Florida Greenbook and roundabout standards such as deflection, splitter islands, pedestrian refuge, design vehicle, lighting, etc. The upgrade of the stormwater system may be required based on the proposed design.
LOCATION OF WORK:
SW 109 Avenue at SW 32nd Street.
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 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 or electrical 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,
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 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.
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's 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.
2. The County reserves the right to request additional information and/or contact listed persons pertaining to bidder’s experience.
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 for $1,000,000 each occurrence, $2,000,000 aggregate. Products/completed operations. Miami-Dade County must be included as additional Insured
C. Automobile Liability Insurance covering all owned, non-owned and hired vehicles for$1,000,000 combined single limit.
D. Umbrella providing excess coverage over underlying(s) B and C for a minimum $3,000,000 each occurrence/aggregate. Terms to be not more restrictive than underlying coverages.
SEA LEVEL RISE ORDINANCE
Key considerations include, but are not limited to, enhancing ecological performance through the use of native vegetation and green infrastructure, and implementing flood risk reduction measures such as permeable surfaces and bioswales.
Commodities
Code | Description |
---|---|
96842 | GENERAL CONSTRUCTION |
Solicitation Package/Addendums
Type | File Name |
---|---|
Package | 20240171_Invitation_to_Bid.pdf |
Package | 20240171_Solicitation_Documents.pdf |
Package | 20240171_Plans_1.pdf |
Package | 20240171_Plans_2.pdf |
Addendum | 20240171_Doc_Holders_10_25_2024.pdf |
Addendum | 20240171__PreBid_Attendance.pdf |
Addendum | 20240171_Doc_Holders_11_01_2024.pdf |
Addendum | 20240171_Doc_Holders_11_08_2024.pdf |
Addendum | 20240171_Doc_Holders_11_15_2024.pdf |