Solicitation Details - 20220010 (MCC 7360)
Back To Search SolicitationsTitle:
Improvements to SW 87 Avenue Bridge Over Canal C-100
Opening Date:
7/6/2022 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:
A. Construction of the new bridge along SW 87 Ave over C-100 Canal.
Broadway connecting the existing SW 87 Ave to the North and South of the proposed bridge with one travel lane, one dedicated bike lane with physical raised separation, Curb & Gutter, and sidewalk in both directions (Northbound, and Southbound).
C. Roadway approach improvements to include, French Drainage, Storm Drainage System, Signing & Pavement Markings, Milling & Resurfacing guardrail installation, etc.
D. Pedestrian lighting, landscaping, fencing.
E. Will require close coordination with all utility stakeholders and Miami-Dade Water and Sewer Department throughout Construction.
F. Particular close coordination with FPL for the relocation of the guidewire and transmission poles.
G. Close coordination with Miami-Dade Water and Sewer Department will be required to keep in place the existing 48” water main along west side of proposed bridge.
A. The location of work to be performed under the terms of this Contract shall be as follows:
1. From intersection SW 87 Ave & SW 164 St to intersection SW 87 Ave to SW 163 Terr
B. The exact location and limits of construction are as shown on the Plans accompanying these Contract Documents.
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:
a. 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 Project’s Scope of Work, in one or more engineering crafts to include Structural 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
b. 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 pre-qualified 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 Project’s Scope of Work shall include the Minor, or Major bridge Work Class.
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.
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 should include coverage required under the U.S. Longshoremen and Harbor Workers’ Act (USL&H) and/or Jones Act as applicable.
B. Commercial General Liability Insurance in an amount not less than $1,000,000 per occurrence, and $2,000,000 in the aggregate, not to exclude Products and Completed Operations. Miami-Dade County must be shown as an additional insured with respect to this coverage.
C. Automobile Liability Insurance covering all owned, non-owned and hired vehicles, in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage.
D. Builders’ Risk Insurance on an “all risk” basis in an amount not less than one hundred (100%) percent of the completed contract value. The policy shall be in the name of Miami Dade County and the Contractor.
E. Umbrella Liability Insurance in an amount not less than $5,000,000 per occurrence, and $5,000,000 in the aggregate.
a. If Excess Liability is provided must be follow form to the Commercial General Liability Insurance.
Commodities
Code | Description |
---|---|
96842 | GENERAL CONSTRUCTION |
Solicitation Package/Addendums
Type | File Name |
---|---|
Package | 20220010_Invitation_to_Bid.pdf |
Package | 20220010_Vol_1_Solicitation_Documents.pdf |
Package | Vol_2_Structure_Design_Report.pdf |
Package | Vol_2_Drainage_Report_1_of_2.pdf |
Package | Vol_2_Drainage_Report_2_of_2.pdf |
Package | Vol_2_Geotechnical_Report.pdf |
Package | Vol_2_Natural_Resources_Report.pdf |
Package | Vol_3_Plans_1_of_2.pdf |
Package | Vol_3_Plans_2_of_2.pdf |
Addendum | 20220010_Doc_Holders_06_10_2022.pdf |
Addendum | 20220010_PreBid_Attendance.pdf |
Addendum | 20220010_RFI_No._1_-signed.pdf |
Addendum | 20220010_Doc_Holders_06_17_2022.pdf |
Addendum | 20220010_Addendum_No._1-signed.pdf |
Addendum | 20220010_RFI_No._2-signed.pdf |
Addendum | 20220010_Addendum_No._2_-_signed.pdf |
Addendum | 20220010_Addendum_No._3-signed.pdf |
Addendum | 20220010_RFI_No._3-signed.pdf |