Solicitation Details - 20250041 (MCC 7360)
Back To Search SolicitationsTitle:
Emergency Response for Ground Mounted Traffic Control Signs Restoration
Opening Date:
5/14/2025 2:00:00 PM
Announcement Info:
A. Work under this contract includes but is not limited to the following: Furnishing all supervision, labor, required materials, equipment, tools and performing all operations necessary, including Maintenance of Traffic (MOT) to completely perform Emergency Traffic Signs Repair/Replacement Operations, pursuant to Mayor’s, Governor’s, or President Declaration of Emergency (Declaration of Emergency). The County, at its discretion, may award more than one contract based on the proposals received and the impacts of events associated with the Declaration of Emergency. Contractor must also:
a. Provide required documentation (placement of County provided decal on sign panel(s) and detailed invoices that include digital photographs of before and after repairs along with GPS coordinates for each location).
b. Include repeated mobilization/demobilization, transportation, supervision, overhead, fuel, insurance, overtime and all other multipliers for direct and indirect costs with the repairs/replacements.
c. Perform Work in accordance with the requirements of the Public Works Manual of Miami Dade County (Public Works Manual), the Miami-Dade County’s Traffic Control Equipment Specifications and Standards for The Metro Traffic Control System Miami-Dade County (TCESS), and the FHWA Manual on Uniform Traffic Control Devices (MUTCD). Sign panels must meet the material requirements of Section 700 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction.
B. Detail Scope of Work may include on or more of the following items per location:
a. Furnish and install complete ground sign assembly (including u-iron base and post; sign panels less than 12 square feet). All ground surface types.
b. Reset existing post and sign, includes all new mounting hardware (5/16 x 2” grade 8 bolts, nuts and washers).
c. Furnish and Install sign panels (less than 12 square feet) to existing u-iron signpost.
d. Remove existing u-iron base and fill in holes (no replacement needed). All ground surface types.
C. Contractor and all subcontractors, under this Contract, are prohibited from performing any work, other than specified in the Contract and/or directed by the Engineer, within the limits of the project site, without prior written notification to the Engineer. This includes any work for private or commercial entities.
LOCATION OF WORK:
Countywide.
Technical Certification:
A. LICENSE REQUIREMENTS:
Include with the bid submittal package, copies of certifications and documentation that demonstrate that:
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 from the County’s Construction Trades Qualifying Board 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, painting and waterproofing, painting or parking strip painting. 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
2. 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 Pavement Marking Work Class.
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 the Public Right-of-Way is similar in detail to the Project’s Scope of Work described in the Scope of Work. Demonstrate the experience requirement by:
a. Providing a detailed description of at least one (3) project similar in detail to the Project’s Scope of Work and in which the Proposer’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.
Contractor must comply with Federal requirements; therefore, is required to perform work amounting to not less than 30 percent of the original contract amount, excluding specialty items, with his own organization.
Disadvantaged Business Enterprise (DBE)
A Disadvantaged Business Enterprise (DBE) contract aspirational goal of 10.67% participation has been established for this Contract. The Contractor shall comply with the requirements pursuant to 49 Code of Federal Regulations (CFR) Part 26. DBE Bid Package information is located under Section 2 of these Solicitation Documents.
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 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 for any and all work.
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
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 | 20250041_Invitation-To-Bid.pdf |
Package | 20250041_Invitation-To-Bid.pdf |
Package | 20250041_Solicitation_Documents.pdf |
Addendum | 20250041_Addendum_No.1-Signed.pdf |
Addendum | 20250041_Addendum_No.2.pdf |
Addendum | 20250041_Pre-Bid_Meeting_Attendance.pdf |
Addendum | 20250041_Doc_Holders_05_02_2025.pdf |
Addendum | 20250041_RFI_No_1-Signed.pdf |
Addendum | 20250041_Doc_Holders_05_07_2025.pdf |
Addendum | 20250041_Doc_Holders_05_16_2025.pdf |