Solicitation Details - TP-0000008861 (MCC 7040)
Back To Search SolicitationsTitle:
ONLY THOSE MCC 7040 PLAN CONTRACTORS APPROVED AND LISTED ON THE ATTACHED BIDDER’S LIST ARE ELIGIBLE TO PARTICIPATE IN THIS RPQ – Unit Substation Equipment Replacement - Phase 1
Opening Date:
6/21/2023 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.
Replace Unit Substation equipment located at four (4) Metro Rail stations, and Unit Substations (2) equipment located at William Lehman Center.
Miami-Dade, Department of Transportation and Public Works (DTPW) is replacing the Unit Substation equipment at four Passenger Stations, and at the William Lehman Center in Phase 1. The Unit Substation equipment at these locations has exceeded its life expectancy (30 years), the failure rate and associated maintenance cost has increased exponentially, and spare parts are no longer available.
LOCATION OF WORK:
DLS – Dadeland South unit substation – 9090 South Dixie Hwy, Miami FL
DLN – Dadeland North unit substation – 8310 South Dixie Hwy, Miami FL
SMI – South Miami unit substation – 5801 South Dixie Hwy, Miami FL
UNV – University unit substation – 5400 Ponce de Leon Blvd, Coral Gables FL
PYD – Lehman Center unit substations 1 and 2 – 6601 NW 72nd Ave, Miami FL
The exact location and limits of construction are as shown on the Specifications accompanying these Contract Documents.
Technical Certification:
INSURANCE REQUIREMENTS:
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 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, in an amount not less than $1,000,000 combined singl limit per occurrence for bodily injury and property damage.
D. 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.
E. Installation Floater on an "all risk" basis in an amount not less than one hundred percent (100%) of the replacement value of the equipment and materials. The policy shall list Miami Dade County as a Loss Payee A.T.I.M.A.
CONTRACTOR CERTIFICATE OF COMPETENCY REQUIREMENT:
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 an Electrical Contractor. or;
b. Certification, as an electrical contractor provided by the State of Florida Electrical Contractors' Licensing Board, pursuant to the
provisions of Section 489.511 of the Florida Statutes (F.S.).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 Electrical Work Class.
3. Proof of such Certificate(s) must be submitted at the time of initial response and maintained current throughout the contract period. The County may request proof of continued certification at any time during the contract period. Failure to provide such proof within five (5) working days from notification by the County shall result in the removal from the contract and the rejection of any current or future RPQ bid submissions.
EXPERIENCE REQUIREMENT:
The Bidder must demonstrate that it has full-time personnel with the necessary experience performing similar Scope of Work, and to demonstrate at least five (5) years of experience in the Installation/Maintenance of 15 KV/480 VAC Unit Substations in a Transit environment, to include 15 KV cable installation, splicing, terminations, testing and commissioning for revenue service. Contractor shall provide work references for verification.
Demonstrate the experience requirement by:
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.
The County reserves the right to request additional information and/or contact listed persons pertaining to bidder’s experience.
Commodities
Code | Description |
---|---|
96842 | GENERAL CONSTRUCTION |
Solicitation Package/Addendums
Type | File Name |
---|---|
Package | TP-0000008861_INVITATION_TO_BID.pdf |
Package | Final_Bid_Documents_compressed.pdf |
Package | TP-_0000008861Bidders_List_Eligible_to_Participate |
Package | Bidders_List_Eligible_to_Participate.pdf |
Addendum | TP-0000008233-R_PreBid_Attendance__(1).pdf |
Addendum | TP-0000008861__Doc_Holders_05_19_2023.pdf |
Addendum | TP-0000008861_PreBid_Attendance.pdf |
Addendum | TP-0000008861__Addendum_No._1.pdf |
Addendum | TP-0000008861__Doc_Holders_05_26_2023.pdf |
Addendum | TP-0000008861_-_RFI_No_1.pdf |
Addendum | TP-0000008861__Doc_Holders_06_02_2023.pdf |
Addendum | TP-0000008861_-_RFI_No.2.pdf |
Addendum | TP-0000008861__Addendum_No._2.pdf |
Addendum | TP-0000008861_-_RFI_No.3.pdf |
Addendum | TP-0000008861_____RFI_No._4.pdf |
Addendum | TP-0000008861__Doc_Holders_06_16_2023.pdf |