Florida Bids > Bid Detail

Culvert Replacement at SW 132 Ave and C-100 Canal

Agency: Miami-Dade County
Level of Government: State & Local
Category:
  • Y - Construction of Structures and Facilities
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD10865208572404841
Posted Date: Mar 14, 2024
Due Date: Apr 17, 2024
Solicitation No: MCC 7360 RPQ 20230245
Source: https://www.miamidade.gov/apps...

Solicitation Details - MCC 7360 RPQ 20230245

Title:
Culvert Replacement at SW 132 Ave and C-100 Canal
Opening Date:
4/17/2024 2:00:00 PM
Announcement Info:
LOCATION OF WORK: A. The location of work to be performed under the terms of this Contract shall be as follows: 1. At SW 132 Avenue and C-100 Canal. B. The exact location and limits of construction are as shown on the Plans accompanying these Contract Documents. 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: Certificate of Competency from the County’s Construction Trades Qualifying Board as a General Engineering Contractor or as a Specialty Engineering Contractor, commensurate to the requirements of the Scope of Work, in one or more engineering crafts to include pipeline engineering contractor, or paving engineering contractor. 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 Certification as an Underground Utility and Excavation Contractor, provided by the State of Florida Construction Industry Licensing Board, pursuant to the provisions of Section 489.115 of the Florida Statutes. 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: 2. 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. 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: 1. Worker’s Compensation Insurance for all employees of the Contractor as required by Florida Statute 440 should include coverage required under the U.S. Longshoremen and Harbor Workers’ Act (USL&H) and/or Jones Act as applicable. 2. 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. Miami-Dade County must be shown as an additional insured with respect to this coverage. 3. 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. 4. 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 for coverage’s 1 and 2 BID DOCUMENTS: Bidding documents may be purchased from the Miami-Dade County Department of Transportation and Public Works, Capital Improvements Division, 111 NW 1st Street, 14th Floor, Miami, Florida 33128 for a non-refundable fee of One Hundred Dollars ($100.00) per each complete set of documents. Payment shall be in the form of a company check, cashier’s check, or money order payable to the “Miami-Dade County, Department of Transportation and Public Works”. ADDENDUMS - RFI''S All RFI requests should be e-mailed to reyesel@miamidade.gov while copying the Clerk of the Board (clerkbcc@miamidade.gov). The Department of Transportation and Public Works has made changes with regard to how addendums and requests for information (RFI) will be sent to document holders. Be advised that all Addendums, RFI’s, and the document holders list (bidder’s list) are now available to view online at the following web address: https://www8.miamidade.gov/Apps/ISD/DPMWW/SolicitationList.aspx Therefore, during the advertisement period, the Department will not be sending these documents via certified mail. All document holders must provide a dedicated e-mail address. The Department will only be sending addendums and RFIs by e-mail and posting online at the aforementioned link. The bidders list will be updated every Friday during the advertisement phase of the contract. Please be aware that acknowledgment of receipt of all addendums and RFI’s remain a requirement when submitting bids. VENDOR REGISTRATION: Due to the new Vendor Registration procedures of the Internal Service Department, Procurement Management Division, updated definitions along with the “Affirmation of Vendor Affidavits” has been added to the Bid Submittal Package. The successful bidder must be registered under this new procedure prior to award. PRE BID - BID SUBMITTAL DUE DATE: Pre-Bid Conference date, time and location: Thursday, April 4, 2024, at 10:00 A.M., Non-Mandatory Pre-Bid Meeting will be conducted via teleconference in Microsoft Teams. Those interested in attending, please use the telephone number and access code below: Telephone No. 1 786 628 2782 Phone Conference ID: 104 397 889# Bid Due Date, Opening Time & Location: Bid Submittal Time and Location: Wednesday, April 17, 2024, 2:00 PM, at 111 NW 1st Street, 17th Floor, Clerk of the Board Office. Bid Opening immediately after in the 18 Floor.
Technical Certification:
General Engineering Paving Underground Utility / Excavation

Commodities
Code Description
91394 PAVING/RESURFACING, ALLEY AND PARKING LOT
96820 BUILDING CONSTRUCTION
96842 GENERAL CONSTRUCTION
Solicitation Package/Addendums
Type File Name
Package MCC_7360_RPQ_20230245.pdf

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >