Solicitation Details - 20240275 (MCC 7360)

Back To Search Solicitations

Title:
Bridge Rehabilitation at NW 22 Ave and NW 67 Ave over Canal C-8 Bridges No. 874030 and No. 874360
Opening Date:
4/30/2025 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. • Bridge at NW 22nd Avenue over Biscayne Canal Bridge (C-8) – Bridge No. 874030 • Bridge at NW 67th Avenue over Biscayne Canal Bridge (C-8) – Bridge No. 874360 Bridge rehabilitation consists of the installation of Rotation Restrainers Reinforced Concrete Block. Rotation restrainers consist of building up the top ends of the intermediate bridge supports using a reinforced concrete block underneath the sidewalk. The reinforced concrete block is connected to the existing bridge supports by means of mechanical dowels and sized to completely fill the gap between the bottom of sidewalk and the intermediate support. Work will be performed from the water by means of a floating work platform/floating dock/floating barge-type vessel and/or small work skiff. The floating platform/dock/barge will be used for material containment as well as support equipment such as compressor/generator for air/power for minor concrete removal and concrete surface preparation, and material for forming the concrete. Handheld chipping tools will be used to remove concrete and drill dowel holes. All the work for the removal of the concrete, the forming for the new pour and the casting of the concrete will be done from the work platform/dock/barge in the canal. The roadway may be used for delivery of material, such as concrete, and equipment using off-peak, daytime lane closures. The work will require the installation of turbidity barrier in the canal. Existing utilities are to remain in service and unaffected by the work. 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. Along NW 22nd Ave. over Canal C-8 and, 2. Along NW 67th Ave. over Canal C-8. B. The exact locations and limits of construction are shown on plans accompanying these Contract Documents. 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 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'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. a. As applicable should include coverage required under the U.S. Longshoremen and Harbor Workers’ Act (USL&H) and/or Jones Act for any activities on or about navigable water. 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 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 used in connection with the work, in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. D. Umbrella Liability Insurance in an amount not less than $3,000,000 per occurrence, an $3,000,000 in the aggregate. If Excess Liability is provided must be follow form of the General Liability coverage.

Commodities
Code Description
96842 GENERAL CONSTRUCTION