Solicitation Details - 20210203 (MCC 7360)

Back To Search Solicitations

Title:
FDOT Traffic Signal Preventive Maintenance
Opening Date:
3/9/2022 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 perform preventive maintenance work in accordance with the Contract Documents. Work includes performing preventive maintenance, at designated Florida Department of Transportation (FDOT) traffic signals intersections, hereinafter referred to as the FDOT Traffic Signals System. Detailed scope of work and schedule for Preventative Maintenance is provided in Section 600ME (Maintenance of Traffic Signals and Devices), attached. Work requires that traffic signal maintenance inspections be performed at a minimum of 80 signalized intersections per calendar month but not exceed 120 signalized intersections per calendar month. Successful bidder to assume existing traffic signal conditions at the time of commencement of the work.
Technical Certification:
Liquidated Damages: Disregard the value shown above in the Liquidated Damages and refer to Article 1.24 of Supplementary Conditions. A. 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 Certificate of Competency from the County’s Construction Trades Qualifying Board as an Electrical Contractor; or 2. 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.). B. Additional Contractor Requirements: 1. In addition to the license(s) required of Contractor, all personnel engaged in installing, modifying, repairing, removing or maintaining: Traffic signalization; or any other electrical/electronic traffic control device in Miami-Dade County must: a. Perform work under the direction of a Master Electrician that is present at the job site or able to respond within 2 hours of notification. b. Perform all work under the direct supervision of a Journeyman Electrician. For Traffic Signalization or Control Devices the Journeyman Electrician must be certified as an International Municipal Signal Association (IMSA) certified Traffic Signal Technician (TST) Level II or Level III. All work related at or pertaining to the controller must be performed by an IMSA certified TST Level II (Field). C. 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 in the Traffic Signal Work Class, Certification of Work Underway, and Status of Contract(s) On Hand. 2. The County reserves the right to request additional information and/or contact listed persons under information pertaining bidder’s experience. Insurance Requirements: 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. -Worker’s Compensation Insurance for all employees of the Contractor as required by Florida Statute 440. -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 coverage for Products and Completed Operations. Miami-Dade County must be shown as an additional insured with respect to this coverage. -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.

Commodities
Code Description
96842 GENERAL CONSTRUCTION