Solicitation Details - 20250180 (MCC 7360)
Back To Search SolicitationsTitle:
Traffic Circle Improvements at N Miami Avenue and N 195th St FDID No. 449371-1-58-01
Opening Date:
5/20/2026 2:00:00 PM
Announcement Info:
Work includes, but is not limited to, providing all supervision, labor, required materials, equipment, tools, operations, and documentation necessary for the construction of a traffic circle, including site preparation, grading, pavement construction, curb and gutter installation, sidewalks, ADA-compliant pedestrian ramps, drainage structures, pavement markings, and signage, all in accordance with the contract documents.
LOCATION OF WORK
Intersection of N Miami Ave and NW 195th St – Approx. 150 ft from intersection at Sta 30+75.31 / End Project 33+31.12, along Miami Ave.
Technical Certification:
LICENSE REQUIREMENTS:
At the time of bid submission, and pursuant to Section 10-3 of the Code of Miami-Dade County, Florida, and these Solicitation and Contract Documents, the Prime Contractor (Bidder) must hold valid, current, and active Florida Department of Transportation (FDOT) Certificate(s) of Qualification.
The required FDOT prequalification(s) must be held by the Prime Contractor and must authorize performance of the Work specified in the Contract Documents. Acceptable prequalification classes include, but are not limited to, the Flexible Paving and Drainage Work Classes.
EXPERIENCE REQUIREMENT:
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; or
b. Pursuant to Section 255.20, F.S., the County may consider a bid from a Bidder in good standing, meeting the license requirements above, 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 and Status of Contract(s) On Hand.
INDEMNIFICATION AND INSURANCE:
A. To the extent provided by law, Contractor shall indemnify, defend, and hold harmless the
County and the State of Florida, Department of Transportation, including the Department’s
officers, agents, and employees, against any actions, claims, or damages arising out of, relating
to, or resulting from negligent or wrongful act(s) of the Contractor, or any of its officers, agents, or
employees, acting within the scope of their office or employment, in connection with the rights
granted to or exercised by the Contractor hereunder, to the extent and within the limitations of
Section 768.28, Florida Statutes.
B. The foregoing indemnification shall not constitute a waiver of sovereign immunity beyond the
limits set forth in Florida Statutes, Section 768.28. Nor shall the same be construed to constitute
agreement by Contractor to indemnify County for the negligent acts or omissions of County, its
officers, agents, or employees, or third parties. Nor shall the same be construed to constitute
agreement by the Contractor to indemnify the Department for the negligent acts or omissions of
the Department, its officers, agents, or employees, or third parties. This indemnification shall
survive the termination of this Agreement.
C. This indemnification shall survive the termination of this Agreement. Nothing contained in this
paragraph is intended to nor shall it constitute a waiver of the State of Florida and the County’s
sovereign immunity.
D. The Contractor shall furnish the Department of Transportation and Public Works, 111 NW 1st
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.
Commercial General Liability in an amount not less than $1,000,000 per occurrence, and
$2,000,000 in the aggregate not to exclude Products & Completed Operations. Miami-Dade
County and State of Florida, Department of Transportation must be shown as an additional
insured with respect to this coverage.
3. 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.
4. Professional Liability Insurance in an amount not less than $1,000,000 per claim.
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.
&
FLORIDA DEPARTMENT OF TRANSPORTATION
1000 NW 111TH AVE
MIAMI, FL 33172
Commodities
| Code | Description |
|---|---|
| 96842 | GENERAL CONSTRUCTION |
Solicitation Package/Addendums
| Type | File Name |
|---|---|
| Package | 20250180__Invitation_to_Bid.pdf |
| Package | 20250180_Solicitation_Doc__449371-1_Vol_1.pdf |
| Package | 20250180_Solicitation_Doc__449371-1_Vol_2.pdf |