Florida Bids > Bid Detail

Venetian Causeway Sweeping Contract

Agency: Miami-Dade County
Level of Government: State & Local
Category:
  • S - Utilities and Training Services
Opps ID: NBD10865489646398184
Posted Date: Nov 28, 2022
Due Date: Dec 7, 2022
Solicitation No: 20220163 (MCC 7360)
Source: https://www.miamidade.gov/apps...

Solicitation Details - 20220163 (MCC 7360)

Title:
Venetian Causeway Sweeping Contract
Opening Date:
12/7/2022 2:00:00 PM
Announcement Info:
Work under this Contract includes furnishing of all supervision, labor, materials, tool, equipment, and all operations required, including cleaning and preparation, to perform the Work in accordance with the Contract Documents. Work consists of sweeping and debris removal along the Venetian Causeway. The sweeping services include the entire dedicated green separated/protected cycling lane and roadway which runs along the north and south side of Venetian Way, from curb to curb (See attached plans), from west of the West Venetian Bridge entrance columns to Purdy Avenue. On San Marco Island, sweeping services to include the islands four corner side quadrants. The contractor must deploy its crew every Monday, Wednesday and Friday. Contractor would operate between Midnight to 5:00AM. Noise levels should be kept to a minimum during the sweeping operation, as required by the Special Provisions. Weight limits are currently in effect for the Venetian Causeway. No access is allowed to vehicles exceeding the posted limits without a permit. For information on the Venetian Causeway bridge weight postings contact: Ryan Fisher @ 786-469-5264 / ryanfisher@miamidade.gov LOCATION OF WORK: The location of the Work to be performed under the terms of this Contract is within Miami-Dade County at the following site: Venetian Causeway, from west of the West Venetian Bridge entrance columns to Purdy Avenue. Approximately 2.60 miles in length (one way).
Technical Certification:
CONTRACTOR CERTIFICATIONS REQUIREMENTS: A. Certificate of Competency Requirement: 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 a General Engineering Contractor, General Contractor or as a Specialty Engineering Contractor, commensurate to the requirements of the Scope of Work, in one or more engineering crafts to include, 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; 2. 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 Project's Scope of Work. B. Experience Requirement: 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: 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 b. Pursuant to Section 255.20, F.S., the County may consider a bid from a Bidder in good standing, meeting the license requirements above, 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 in the Pavement Marking Work Class, Certification of Work Underway, and Status of Contract(s) On Hand. 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: 1. Worker’s Compensation Insurance for all employees of the Contractor as required by Florida Statute 440. 2. Commercial General Liability Insurance in an amount not less than $1,000,000 per occurrence, $2,000,000 in the aggregate including products/completed operations. Miami-Dade County must be included as an additional insured CG 2037 or CG 2010 11/85 endorsements. 3. Automobile Liability insurance covering all owned, non-owned and hired vehicles in an amount not less than $1,000,000 combined single limit. 4. Umbrella or Excess liability providing excess coverage over underlying(s) B and C for a minimum $3,000,000 per occurrence/aggregate. Terms to be not more restrictive than underlying CGL or Auto insurance.

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 >