Solicitation Details - 20220032 (MCC 7360)

Back To Search Solicitations

Title:
PTP Vision Zero Multiple Sites
Opening Date:
4/13/2022 2:00:00 PM
Announcement Info:
construct the Work in accordance with the Contract Documents. This project is part of Vision Zero program which is dedicated to eliminating traffic fatalities and serious injuries related to mobility. Work detail consists of roadway improvements and intersection improvements at various sites. Specific work includes but is not limited to intersection improvement, signalization, pavement markings, pedestrian features, advance warning signs, detectable warning surface, curb ramp, curb & gutter, sidewalk, high emphasis crosswalks, milling and resurfacing, and on-road bicycle facilities. Contractor is also responsible to prepare documents to obtain permits when required. Detail scope of work for each site is provided under Appendix B to the Special Provisions. LOCATION OF WORK: A. This is a work order driven contract. The locations of work to be performed under the terms of this Contract have been tentatively listed as follows: 1. 16TH ST & WASHINGTON AVE 2. VENETIAN WAY/ISLAND AVE & CENTURY LN 3. NW 62ND ST & NW 6 AVE 4. W 24TH AVE & W 60 ST 5. NW 20TH ST & NW 10 AVE 6. SE 8TH ST & BRICKELL BAY DR 7. SW 168TH ST and SW 112TH AVE 8. W 37TH ST & W 16 AVE 9. NW 207TH DR and NW 37TH AVE 10. NW 5TH CT &NW 62 ST 11. NW 12TH ST and NW 127TH AVE 12. Snake Creek Trail to Northeast Corridor (0.3mi On-road bicycle facilities (sharrows) along NW 164th St from NE 21st Ave to NE 23rd Ave and NE 21st Ave from NE 164th St to NE 165th St Enhanced existing crosswalk at NE 20th Ave and Snake Creek Trail) 13. HONEY HILL DR BTWN NW 57 AVE & NW 52 AVE 14. SW 127 Av & SW 184 St 15. N Miami Av & NW 71 St 16. SW 57 AVE & SW 88 ST 17. SW 77 AVE N OF SW 95 ST 18. SW 137 CT & SW 59 ST 19. SW 127 AVE & SW 42 ST B. The County may update the work site list subsequent to the Award of this Contract by adding, deleting, or substituting with comparable sites. The combined total cost for all work authorized by the Work Order(s) shall not exceed the Contract Award amount.
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. 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 Project’s 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, 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 Flexible Paving 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: 1. Worker’s Compensation Insurance for all employees of the Contractor as required by Florida Statute 440. 2. Commercial General Liability Insurance in an amount not less than $1,000,000 per occurrence, $2,000,000 in the aggregate including products/completed operations. Miami-Dade County must be included as an additional insured CG 2037 or CG 2010 11/85 endorsements. 3. Automobile Liability Insurance covering all owned, non-owned and hired vehicles in an amount not less than $1,000,000 combined single limit. 4. Umbrella or Excess liability providing excess coverage over underlying(s) 2 and 3 for a minimum $3,000,000 per occurrence/aggregate.

Commodities
Code Description
96842 GENERAL CONSTRUCTION