Solicitation Details - 20240076 (MCC 7360)

Back To Search Solicitations

Title:
Emergency Response for Traffic Signals Restoration
Opening Date:
6/12/2024 2:00:00 PM
Announcement Info:
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), Mobilization and Demobilization costs to perform Emergency Generator Installation and Refueling Operations and Traffic Signal Repair Operations pursuant to Mayor’s, Governor’s, or President Declaration of Emergency (Declaration of Emergency). The Work may also include nighttime work as directed by the County. 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. If more than one award is made, award will be based off lowest responsive bid then the next lowest responsive bid and so forth and activated in the same order based on the Contractors availability and ability to satisfy the needs of the County at the time contacted. No quantities are guaranteed and there will be no unit cost adjustment for quantities required over or under the estimated quantities. For detailed scope of Work, please refer to Article 3.01 of the Special Provisions. All repairs/replacements to damaged span-wire and/or mast-arm signal installations to be perform in accordance with the requirements of the Public Works Manual of Metropolitan 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). Work to be coordinated with Engineer. The County, at its sole discretion and at any time, may elect to perform work with in-house forces or additional contract forces. This Project is subject to the Provisions of Federally Funded Projects therefore; Contractor to comply with all requirements of any emergency relief program, including but not limited to FHWA Emergency Relief Program The Miami Dade County's User Access Program (UAP) does not apply to this project. Bid Bond Requirements: Due to the fact that this contract will be activated after the Mayor's, Governor’s, or President Declaration of emergency (Declaration of Emergency) the Bid Bond is not required. Performance and Payment Bond will be required pursuant to Mayor’s, Governor’s, or President Declaration of emergency (Declaration of Emergency) and after recommendation for award(s) has been made to the Contractor(s).
Technical Certification:
License Requirements: 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: 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.). 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 Traffic Signal Work Class. Additional Licensing Requirement 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). B. 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 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: Due to the nature of this project, a bid bond will not be required with the bid submittal. Please disregard the check mark above, requesting a bid bond. Please be aware that id the project gets awarded, the contractor must provide a performance and payment bond to finalize the award. 1. Worker’s Compensation Insurance for all employees of the Contractor as required by Florida Statute 440. 2. 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. 3. 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. 4. 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 for coverages 2 and 3. Disadvantaged Business Enterprise (DBE) A Disadvantaged Business Enterprise (DBE) aspirational contract goal of at 10.67% percent 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.