Florida Bids > Bid Detail

Metrorail Public Address System Replacement

Agency: Miami-Dade County
Level of Government: State & Local
Category:
  • 58 - Communications, Detection and Coherent Radiation Equipment
Opps ID: NBD10865229564141688
Posted Date: Sep 1, 2023
Due Date: Sep 20, 2023
Solicitation No: TP 0000008807 (MCC 7360)
Source: https://www.miamidade.gov/apps...

Solicitation Details - TP 0000008807 (MCC 7360)

Title:
Metrorail Public Address System Replacement
Opening Date:
9/20/2023 2:00:00 PM
Announcement Info:
Work under this Contract includes but is not limited to furnishing all supervision, labor, materials, tools, permits, and equipment and performing all operations required for the replacement and improvement of the Public Address Systems on the Metrorail System. The Public Address System shall be integrated with an existing Station Controller Unit (SCU) in each of the Metrorail Stations. All components of the Public Address System shall reside on the Metrorail SCADA Network and be IP Network addressable and remotely configurable over the SCADA Network. All monitoring and reporting shall also occur over the SCADA Ethernet Network. The intent of the work is to obtain the following services at all main-line Metrorail stations: •Furnish and install a Public Address System at 22 Metrorail Stations. •The Public Address System shall be comprised of the following components: 1.Paging Amplifiers 2.Digital Mixers 3.Surface mounted Station Speakers 4.Interface Digital Mixers with Station Control Units (SCUs) (existing) – manage station paging and Digital Display control. 5.Ambient Noise Sensors. 6.Low Level Audio cabling 7.Provision of power for all components from existing Station UPS. 8.Ethernet Network cabbing between existing Ethernet Switches and equipment provided by the Contractor. A detailed scope of work can be found on the Solicitation Documents, under Appendix A of the Special Provisions.
Technical Certification:
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 a General Engineering Contractor, or; b. Certification, as a general 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; c. Certification, as an electrical contractor provided by the State of Florida Electrical Contractors' Licensing Board, pursuant to the provisions of Section 489.511 of the Florida Statutes (F.S.), or; d. Pursuant to Section 255.20, F.S. and in lieu of the above, the County may consider a bid from a Bidder that is a duly licensed Contractor in good standing that has been prequalified and considered eligible by the Florida Department of Transportation (FDOT) under Section 337.14, F.S. and Chapter 14-2, Florida Administrative Code, to perform the work described in the Contract Documents. Contractors seeking consideration under this Paragraph shall submit along with the Bid Documents for review and consideration, current copy(ies) of their FDOT Certificate(s) of Qualification, Certification of Work Underway, and Status of Contract(s) On Hand. Acceptable FDOT prequalification(s) necessary to perform the Work specified in the Contract Documents include the Electrical Work Class. 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. 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. In addition, it must have verifiable experience with high voltage and low voltage work. Demonstrate the experience requirement by: a. 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; or 2. 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: 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 coverage for 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. Cyber Liability Insurance to include data breach and third-party liability, in an amount not less than $1,000,000 per occurrence.

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 >