Solicitation Details - TP-0000027116-R (MCC 7360)

Back To Search Solicitations

Title:
Green Line Rail Component Replacement
Opening Date:
7/23/2025 2:00:00 PM
Announcement Info:
The Department of Transportation and Public Works (DTPW) will provide the required materials and support as follows: 1.Materials Provided by DTPW: a. Forty (40) miles lineal or twenty (20) track miles of Running Rail 115LB RE. 2.DTPW Support: a. A flagman to assist the contractor during work on the track. b. Necessary track drawings required for the work. c. Track & Guideway Safety Training, including Power Safety Training. d. De-energization of the third rail prior to work commencing. e. Implementation of single tracking service to accommodate contractor operations. f. Inspection of the area worked prior to the tracks going back into service each morning before 4:00 AM. 3. Key Activities of the Project: A. Rail Removal and Replacement: a. Remove and replace 40 miles lineal or 20 track miles of Running Rail. b. Weld the replaced Running Rail to achieve Continuous Welded Rail (CWR). B. Contractor Responsibilities: a. Provide joint bars, nuts, and bolts to connect each installed piece of running rail. Each joint set will consist of four (4) bolts fully tightened for safe service and prepared for welding to achieve CWR. b. Supply all necessary Personal Protective Equipment (PPE) for employees. c. Secure the Running Rail to the fasteners at the end of each shift to ensure safe service. d. Mark and inform DTPW supervisors of any rail mismatches exceeding 1/18 of an inch during installation. Speed restrictions may be introduced if required. e. Handle unloading, handling, and disposal of old 40 miles lineal or 20 track miles of Running Rail. f. Ensure proper transport of rail from the PYD yard to the mainline if needed. g. Ensure the completely installed Running Rail is de-stressed to DTPW standards. C. Equipment and Permits: a. Provide and maintain all necessary rental or maintenance equipment, fuel, operators, and riggers for the completion of the project, including transportation and setup. b. Obtain all necessary permits to complete the work in compliance with local, state, and federal regulations and bear all associated costs. 4. Safety and Compliance: A. DTPW Safety Measures: a. Provide Track & Guideway Safety Training and Power Safety Training to contractors. B. Inspection and Approval: a. DTPW Track Supervisors will inspect the completed work area daily before tracks are returned to service. C. Safety Standards: a. The contractor must ensure that all employees follow safety protocols and are always equipped with proper PPE. LOCATION OF WORK: The location of work to be performed under the terms of this Contract shall be as follows: 1) Dadeland South Station to Palmetto Station Tk#1 & 2 of the Metrorail System – Earlington Heights to MIC and all Pocket Track sections of the Metrorail will not be included in these phases of the project.
Technical Certification:
A. 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 have experience in the installation or the replacement of running rails, continuous welded rail (CWR), and other rail components, and is preferred to hold a valid, current, and active: 1. Certificate of Competency from the County’s Construction Trades Qualifying Board as a Railroad Construction Contractor, appropriate to the requirements of the Scope of Work, or 2. Certification, as a General Engineering Contractor, or Specialty Engineering 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.). B. EXPERIENCE REQUIREMENTS: 1. Railroad Production Experience: a. A minimum of five (5) years of experience under the current business name performing railroad overhaul services, including the installation of up to ¾ to 1 mile of rail at one time. b. A minimum of five (5) years of experience under the current business name performing railroad overhaul services in the presence of an active 3rd rail (electrified rail system). The experience must demonstrate proficiency in working safely and effectively around electrified rail systems, adhering to all applicable safety standards and operational requirements. 2. Specialized Expertise: a. Verifiable experience in the installation or replacement of rail, rail welding, continuous welded rail, distressing rail, and other rail components. 3. Rail Distressing Specifications: a. Proven ability and experience in distressing rail to meet the following specifications: i. When laying continuous welded rail, the rail must be heated or cooled before final anchoring to achieve a temperature of 100 degrees Fahrenheit, with an allowable variance of +5 degrees or -10 degrees. 4. Service Documentation: a. A detailed list of services performed for this or other agencies, including relevant project descriptions. 5. Client References: a. Three (3) reference letters from previous clients verifying the successful completion of comparable projects. Each reference must include specific details about the project scope, timeline, and quality of work performed. b. 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 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 similar size private entities. The description should identify for each project (1) The client, (2) Description of work, (3) Total dollar value of the contract, (4) Contract duration, (5) Customer contact person and phone number for reference, (6) Statement or notation of whether Bidder is/was the prime contractor or subcontractor, and (7) The results of the project; provide letters of certification of final acceptance or similar project closure documentation and/or Contractor’s evaluation/performance. All submitted documentation must clearly demonstrate the bidder's ability to meet the specified requirements and successfully execute the contract 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 Chapter 440, Florida Statutes. 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 & Completed Operations. Policy must be endorsed to include Contractual Liability-Railroads coverage via ISO endorsement CG2417 (or equivalent) for work on or within 50 feet of railroad property, including Metrorail and Metromover. Miami-Dade County must be shown as an additional insured with respect to this coverage. C. Railroad Protective Liability Insurance in an amount not less than $2,000,000 per occurrence, and $6,000,000 in the aggregate. Miami-Dade County must be shown as a Named Insured with respect to this coverage. D. 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. E. Umbrella Liability or Excess Liability Insurance in an amount not less than $5,000,000 per occurrence, and $5,000,000 in the aggregate. NOTE: If Excess Liability insurance is provided, must be follow-form to the underlying Commercial General Liability and Automobile Liability policies. Excess/Umbrella Liability insurance may be used to supplement minimum liability coverage requirements. Follow form basis is required if providing Excess Liability. 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