Solicitation Details - TP-0000018108

Back To Search Solicitations

Title:
Metromover Fire Panel Upgrade
Opening Date:
3/26/2025 2:00:00 PM
Announcement Info:
New installation of Switch Machines Equipment. Each of the Metromover stations is protected by a Fire Alarm system that was commissioned when the stations were originally built. The protection system needs to be replaced by a new Fire Alarm system in all Metromover stations and the locations provided in the Technical Specifications document. The work will include the provision of a new Fire Alarm system and station devises as specified in the contract Technical Specifications and division 26 documents. The new system must meet all governing NFPA requirements, and the requirements as dictated by the Authorities having Jurisdiction over the locations where the new fire alarm systems will be installed. The new systems must be safety certified per The Department of transportation and Public Works’ Safety and Security Certification Program Plan for Rail Fixed Guideway Systems. Each plan is project specific, and the contractor will develop the plan for this project and provide it to the project manager within 90 days of the notice to proceed. Safety Certification is required as defined in the Federal Transportation Administration (FTA) State Safety Oversight Rule (49 CFR Part 659) and must be safety certified as mandated by the FDOT Fixed Guideway Transportation Systems State Safety Oversight Program Standard and the Department of Transportation and Public Works’ Safety and Security Certification Program Plan for Rail Fixed Guideway Systems. Both documents describe testing and certification processes which must be conducted to ensure safe operation of the track and all governing systems. Upon successful completion of the testing, certification will be submitted to FDOT, in Tallahassee. In supporting the safety certification process, the Contractor shall carry out a detailed accounting of all correspondence and documentation to verify that all safety related requirements, activities, tests, inspections and action items have been completed and satisfied and shall document these results in a Safety Report which shall be submitted to the County for its review and acceptance 30 calendar days prior to the Contractors written application for Substantial Completion. The Technical Specification for the contract provides the specific locations where the work is to be done, the order of execution of the work, and exceptions as noted in the Technical Specifications for the contract. LOCATION OF WORK: Location Address 1 School Board 50 NE 15 Street 2 Adrienne Arsht Center 1455 Biscayne Boulevard 3 Museum Park 1191 Biscayne Blvd 4 Eleventh Street 1098 NE Second Avenue 5 Park West 800 NE Second Avenue 6 Freedom Tower 600 NE Second Avenue 7 College North 100 NE 5 Street 8 Wilkie D. Ferguson, Jr. 90 NW 5 Street 9 Miami Avenue 90 South Miami Avenue 10 Third Street 250 South Miami Avenue 11 Knight Center 100 SE Second Street 12 Bayfront Park150 Biscayne Boulevard 13 Dupont Plaza 16 SE 2 ST 14 First Street 225 NE First Street 15 College/Bayside 225 NE 3 Street 16 Riverwalk 88 SE 4 Street 17 Fifth Street 35 SE 5 Street 18 Eighth Street 59 SE 8 Street 19 Tenth Street 1011 SE First Avenue 20 Brickell 1001 SW First Avenue 21 Financial District 50 SE 14 Street 22 Stephen P. Clark Center 111 NW First Street – 4th and 5th floors 23 Mover Maintenance 100 S.W. 1st Avenue
Technical Certification:
A. LICENSE REQUIREMENTS: A. All Contractors must hold a current valid Certificate of Competency for Electrical Contractor, as required by the Florida Building Code, for the types of Work covered by the Contract at the time of RPQ submission and maintain same throughout the duration of the project. The certificate(s) is to be issued by: 1. The State of Florida Construction Industry Licensing Board, pursuant to the provisions of Section 489.115 of the Florida Statute and registered with the Miami-Dade County, Building Department or, 2. The Dade County Construction Trades Qualifying Board, pursuant to the provisions of Section 10-3(a) of the County Code. Holders of Miami-Dade County Certificates of Competency must also hold Certificates of Registration issued by the State of Florida Construction Licensing Board, pursuant to the provisions of Section 489.115 or Section 489.117 of the Florida Statutes. B. 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. Subsequent to the commencement of the Contract, Miami-Dade County may require specific qualifications based on a Project’s scope of work. Such requirements will be included within the Request for Price Quotation. B. EXPERIENCE REQUIREMENTS: This project requires specialized equipment and license requirements to include a State of Florida Electrical Contractor. The project is considered a closed and interconnected system, which requires that the work be completed by the same Contractor. The Contractor must be able to pull in a Master Permit. In addition, the Contractor is required to have a minimum of three years of experience with Electrical Power Systems in a Transit environment including Power Cables and Fiber Optic installation, termination and testing, equipment installation, testing and commissioning for revenue service; have previously worked on Electronic Signage and SCADA systems. Additional Qualifications: 1.Electrical Contractor (Primary) 2. A minimum of 3 years of experience with commercial electrical and fiber optic Systems in a Transit environment including cabling, installation, testing and commissioning for revenue service. 3.Previously worked on Fiber Optic cable installations. 4.Work with a Test Plan to verify integration with the existing systems in all Metrorail stations and in the Stephen P. Clark Center, 5.Technical Certification 2.00- Mass Transit Systems. 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 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. 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 to coverages B and C. 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. Miami-Dade County reserves the right, upon reasonable notice, to request and examine the policies of insurance (including but not limited to policies, binders, amendments, exclusions or riders, etc.) NOTE: CERTIFICATE HOLDER MUST READ: MIAMI-DADE COUNTY 111 NW 1st STREET SUITE 2340 MIAMI, FL 33128