Solicitation Details - TP-00000014313 (MCC 7360)
Back To Search SolicitationsTitle:
High Mast Pole Light Refurbishing at William Lehman Center
Opening Date:
4/10/2024 2:00:00 PM
Announcement Info:
A. Work under this Contract includes furnishing of all supervision, labor, materials, tools, equipment and performing all operations required to retrofit 15 high mast arms light poles. Detail work includes but is not limited to:
a) Remove existing luminaires and furnish and install new 90 LED luminaires type ERHM03E90VW750ND4BGRAYT.
b) Refurbish (furnish and installation) the complete internal mechanism of the 15 poles lowering devices that includes the cables gearbox and locking components (includes Stainless Steel Hoist and Winch Cable).
c) Provide Portable drive unit.
d) Replace any existing damaged cables, conduits and deliver a complete working system.
e) Contractor will be responsible for preparing and obtaining all required permits.
f) Work to be performed in compliance with the 2023 National Electrical (NEC) Code and inspected by the proper authorities having jurisdiction where the work is to be performed.
B. If any changes are required due to conflict of design and or field conditions, the Engineer will make the final determination.
C. The Contractor and all subcontractors, under this Contract, are prohibited from performing any work, other than specified in the Contract and/or directed by the Engineer, within the limits of the project site, without prior written notification to the Engineer. This includes any work for private or commercial entities.
Technical Certification:
A. LICENSE REQUIREMENTS:
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 Construction Industry Licensing Board, pursuant to the provisions of Section 489.115 of the Florida Statutes (F.S.), or;
2. 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.
B. EXPERIENCE REQUIREMENTS:
1. As per Miami Dade County Resolution R-1122-21, 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 is similar in detail to the Project’s Scope of Work described in these Solicitation Documents. 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’s 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
2. The County reserves the right to request additional information and/or contact listed persons pertaining to the bidder’s experience.
C. 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 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 single 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 policy.
All insurance policies required above shall be issued by companies authorized to do business under the laws of the State of Florida, with the following qualifications:
The company must be rated no less than “A-” as to management, and no less than “Class VII” as to financial strength, by Best’s Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent, subject to the approval of the County Risk Management Division.
or
The company must hold a valid Florida Certificate of Authority as shown in the latest “List of All Insurance Companies Authorized or Approved to Do Business in Florida” issued by the State of Florida Department of Financial Services.
Commodities
Code | Description |
---|---|
96842 | GENERAL CONSTRUCTION |
Solicitation Package/Addendums
Type | File Name |
---|---|
Package | TP-00000014313_ITB.pdf |
Package | TP-0000014313_Solicitation_Documents_Volume_I.pdf |
Package | TP-0000014313_Solicitation_Documents_Volume_II.pdf |
Addendum | TP00000014313_Doc_Holders_03_22_2024.pdf |
Addendum | TP_0000014313_Pre_Bid_Attendance_Form.pdf |
Addendum | TP00000014313_Doc_Holders_03_29_2024.pdf |
Addendum | TP-00000014313_-_RFI_No_1-Signed.pdf |
Addendum | TP00000014313_Doc_Holders_04_05_2024.pdf |
Addendum | TP-00000014313_-_RFI_No_2-Signed.pdf |