Solicitation Details - MCC 7360 RPQ M2025-002R
Back To Search SolicitationsTitle:
Paving Improvements - Portwide 2025
Opening Date:
7/9/2025 2:00:00 PM
Announcement Info:
Scope of Work:
(Contractor must obtain and submit all permits prior to performing any work).
The Contractor shall furnish all materials, labor, services, supervision, tools, equipment, and all other items for milling; resurfacing; signage; pavement markings; pedestrian ramp installation; curb and gutter repairs; sidewalk repairs; re-grading; base stabilization; ADA ramp upgrades; utility adjustments; and grate rim and inlets adjustments. The Contractor shall perform all work in accordance with the current Florida Department of Transportation (FDOT) Standard Specifications for Road and Bridge Construction.
This is a Non-Exclusive, Not to Exceed, Work Order Contract based on unit prices provided in this bid. Tasks will be authorized on a work order basis. The Contractor is not guaranteed the entire contract amount, any unspent funds will remain with the County, and the Contractor is not guaranteed work volume.
CLARIFICATION OF NON-EXCLUSIVE OPEN WORK ORDER CONTRACT:
Pricing for Work Orders shall be based on unit prices established on the Bid Form distributed with the Bid Documents. Prospective bidders are cautioned that failure to submit a complete and accurate Bid Form may result in your bid found non-responsive. The supplemental Bid Form's unit and grand total costs shall be used to determine the low "responsive and responsible" bidder. Prospective bidders are notified hereby that their unit costs and total price for the listed items on the Bid Form shall be all inclusive for each line item (i.e., each cost line item shall include all costs for anticipated labor, equipment such as cranes, lifts, scaffolds, MOT preparation and set-up, materials, overhead & profit, insurance required to implement the work). Furthermore, line-item unit costs must also include costs associated with all labor burden items. The grand total bid price calculated on the Bid Form shall be reflected on Form 5A. The correct summation of the line items, obtained by multiplying the quantity by the quoted unit cost prices entered therein, together with lump sum prices (if applicable) will be considered as the total bid amount. In the event of a discrepancy between a unit bid price and an extension, the unit bid price will govern. Obvious mathematical errors on the Bid Form discovered by the County (PortMiami) will be corrected. The lowest responsive and responsible bidder shall be awarded a contract with a maximum contract value not to exceed $2,000,000.00 including all unit price items and the allowance account (comprised of base: $1,800,000.00; and dedicated: $200,000.00).
Dedicated Allowance Account: for unforeseen conditions (permitting, plan revisions, existing utility relocations, fire watch, specialized pavement repairs, special equipment or materials, etc.), construction changes and for quantity adjustments. Authorization to use the funding from the allowance account must be obtained in writing from the PortMiami project manager (PM). The Dedicated Allowance Account is fixed at $200,000.00. Any portion of this fund remaining after all authorized payments have been made will be withheld from Contract Payments and will remain with the County. If one account has been depleted and funds are available in the other accounts, the PortMiami PM may use some of the available funds to complete the Project. All work will be issued to and billed by the Contractor based on assigned work orders. Payment against said work orders shall be based on the quantities of actual work performed at the unit price for the line item(s) listed in the Contractor's bid form.
All work will be issued to and billed by the Contractor based on assigned work orders. Payment against said work orders shall be based on the quantities of actual work performed at the unit price for the line item(s) listed in the Contractor’s bid form.
Selected Contractor must agree to respond to calls within two (2) hours of initial contact from PortMiami staff. At initial contact, PortMiami will coordinate with the Contractor to set up an in-person meeting, determine the appropriate course of action, define the scope of work, and schedule the required work accordingly. The Contractor must maintain availability seven (7) days a week, with access to the necessary equipment, materials, and labor to complete the required work in line with PortMiami’s schedule. The determination of an adequate response will be made by PortMiami staff on a case-by-case basis based on the nature of the request, operational constraints, and urgency of the work. Some work may be required to be performed afterhours to minimize disruptions to PortMiami's business operations. Please adjust unit costs accordingly.
Failure to respond two (2) consecutive times may result in the firm being removed from participation in the work order-based program.
PortMiami and the Contractor mutually agree that the term of this contract is for twelve (12) months from the issuance of the initial Notice to Proceed date, or until the awarded value of the contract is reached, whichever comes first, subject to changes provided as part of the formal change order process outlined in the General Terms and Conditions of the Construction Contract.
Technical Certification:
Paving; Concrete Finishing; Parking Strip Painting; Pavement Marking
Commodities
| Code | Description |
|---|---|
| 91430 | CONCRETE |
| 91394 | PAVING/RESURFACING, ALLEY AND PARKING LOT |
| 96814 | ALLEY RESURFACING (PAVING) |
| 96856 | MAJOR STREETS - RESURFACING (PAVING) ANDREPAIR |
| 96866 | RESIDENTIAL STREET RESURFACING (PAVING) |
| 98868 | PAVING AND REPAIR OF PARKING LOTS (NOT INCLUDING |
| 21055 | PAVING AND STEPPING BLOCKS |
Solicitation Package/Addendums
| Type | File Name |
|---|---|
| Package | MCC_7360_RPQ_M2025-002R.pdf |