Solicitation Details - 20240269 (MCC 7360)
Back To Search SolicitationsTitle:
Roadway Improvements to NE 151st Street – Phase 1
Opening Date:
4/9/2025 2:00:00 PM
Announcement Info:
The project consists of roadway improvements which include, the reconstruction of the existing 4-lane road to a 6-lane roadway with raised medians, sidewalks, curbs and gutters, stormwater drainage system, pavement markings and signage, signalization modifications and roadway lighting.
Project Background:
The existing NE 151st Street from Biscayne Boulevard to Bay Vista Boulevard serves as the main entrance to educational institutions such as the Florida International University Biscayne Bay Campus, the David Lawrence Jr. K-8 School and the Alonzo & Tracy Mourning Senior High School. A feasibility study prepared in 2015 by R.J. Behar & Company, Inc. for DTPW recommended to widen the segment from 4 to 6 lanes. The study took into consideration a Planning Study prepared by Kimley-Horn and Associates, Inc. for the Miami-Dade County MPO in 2011 which purpose was to evaluate the feasibility of adding another entrance to FIU’s Biscayne Bay Campus concluding that the only feasible access improvement was to expand NE 151st Street from a 4-lane to a 6-lane roadway from Biscayne Boulevard to Bay Vista Boulevard. This corridor expansion would relieve the current traffic congestion and provide improved mobility for the planned enhancements to the Florida International University, anticipated growth of the other educational institutions along the route and the planned development of the Biscayne Landing Community.
LOCATION OF WORK:
NE 151 Street from East of the Railroad Tracks to Sole Mia Way.
Technical Certification:
A. LICENSE REQUIREMENTS:
1) 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 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
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 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.
2) 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.
B. EXPERIENCE REQUIREMENTS:
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 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 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.
C. 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, not to exclude Explosion Collapse and Underground Hazards and Products & 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. Pollution Liability insurance, in an amount not less than $1,000,000 covering third party claims, remediation expenses, and legal defense expenses arising from on-site and off-site loss, or expense or claim related to the release or threatened release of Hazardous Materials that result in contamination or degradation of the environment and surrounding ecosystems, and/or cause injury to humans and their economic interest.
E. Umbrella Liability Insurance in an amount not less than $3,000,000 per occurrence, and $3,000,000 in the aggregate.
a. If Excess Liability is provided must be follow form of the General Liability coverage.
All insurance policies required above shall be issued by companies authorized to do business under the laws of the State of Florida, with the following qualifications:
The company must be rated no less than “A-” as to management, and no less than “Class VII” as to financial strength, by Best’s Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent, subject to the approval of the County Risk Management Division.
or
The company must hold a valid Florida Certificate of Authority as shown in the latest “List of All Insurance Companies Authorized or Approved to Do Business in Florida” issued by the State of Florida Department of Financial Services.
Miami-Dade County reserves the right, upon reasonable notice, to request and examine the policies of insurance (including but not limited to policies, binders, amendments, exclusions or riders, etc.)
NOTE: CERTIFICATE HOLDER MUST READ:
MIAMI-DADE COUNTY
111 NW 1st STREET
SUITE 2340
MIAMI, FL 33128
Commodities
Code | Description |
---|---|
96842 | GENERAL CONSTRUCTION |
Solicitation Package/Addendums
Type | File Name |
---|---|
Package | 20240269_Invitation-To-Bid.pdf |
Package | 20240269_Solicitation_Documents_Vol_I.pdf |
Package | 20240269_Solicitation_Documents_Vol_II.pdf |
Addendum | 20240269_Pre-Bid_Sign_In.pdf |
Addendum | 20240269_Addendum_No.1-Locked.pdf |
Addendum | 20240269_Doc_Holders_03_21_2025.pdf |
Addendum | 20240269_Addendum_No.1-Locked.pdf |
Addendum | 20240269_Addendum_No.2-Locked.pdf |
Addendum | 20240269_Doc_Holders_03_28_2025.pdf |
Addendum | 20240269_Doc_Holders_04_04_2025.pdf |