Solicitation Details - IRP346A1-DTPW (MCC 7360 Plan)

Back To Search Solicitations

Title:
Transit Facilities Improvements Per Recertification Requirements
Opening Date:
4/29/2026 2:00:00 PM
Announcement Info:
Scope of Work: The work, in general, consists of the rehabilitation of the existing buildings located at 3300 NW 32 Avenue Buildings 6, 7, 9, & 12) and 360 NE 185 Street (Buildings 1, 2, 3, 4, 6, 8, & 9). The work includes but is not limited to, furnishing all supervision, labor, materials, equipment, tools, services, and all incidentals for the concrete repairs, joint repairs, structural steel restoration, lighting repairs, and misc. electrical repairs, where applicable, in compliance with the Florida Building Code, 8th Edition (2023). LOCATION OF WORK: A. The location of work to be performed under the terms of this Contract shall be as follow: 1. 3300 NW 32 Avenue Buildings 6, 7, 9, & 12) and 360 NE 185 Street (Buildings 1, 2, 3, 4, 6, 8, & 9) B. The exact location and limits of construction are as shown on the Plans accompanying these Contract Documents.
Technical Certification:
LICENSE REQUIREMENTS: 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 General Engineering. 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 b. Certification, as a General Contractor provided by the State of Florida Licensing Board, pursuant to the provisions of Section 489.511 of the Florida Statutes (F.S.). 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: 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. 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: A. Worker’s Compensation Insurance as required by Florida Statute 440 or any applicable law. B. Commercial General Liability Insurance for $1,000,000 each occurrence, $2,000,000 aggregate including Products/completed operations. Miami-Dade County must be included as additional insured for all the work C. Automobile Liability Insurance covering all owned, non-owned and hired vehicles, in an amount not less than $1,000,000 combined single limit. D. Remodeling and renovations Builder’s Risk for the total value of the project on a replacement cost basis. Coverage to include existing structures. All Risks or special perils including wind. Miami-Dade County must be included as named insured or loss payee. DISADVANTAGE BUSINESS ENTERPRISE (DBE) Effective October 3, 2025, the U.S. Department of Transportation (USDOT) issued an Interim Final Rule (IFR), suspending all DBE and ACDBE goals in solicitations until further notice.