Florida Bids > Bid Detail

Venetian Causeway Bridges No. 874459 and No. 874474 - Hurricane Irma Repairs

Agency: Miami-Dade County
Level of Government: State & Local
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD10865651339783609
Posted Date: Mar 2, 2023
Due Date: Apr 5, 2023
Solicitation No: 20230004 (MCC 7360)
Source: https://www.miamidade.gov/apps...

Solicitation Details - 20230004 (MCC 7360)

Title:
Venetian Causeway Bridges No. 874459 and No. 874474 - Hurricane Irma Repairs
Opening Date:
4/5/2023 2:00:00 PM
Announcement Info:
Work under this Contract includes furnishing of all supervision, labor, materials, tools, equipment and performing all operations required to construct the Work in accordance with the Contract Documents. Tasks to be performed includes, but is not limited to the following: • Remove components from the existing damaged timber fender system including, wales, spacer blocks, catwalk planks, deck supports, all associated connections and wire ropes, and install new wales, spacer blocks, catwalk planks, deck supports, wire ropes and handrail at both bridges. • Remove and replace fender navigational light system at both bridges. • Remove and replace existing damaged ladders platforms at both bridges. • Remove and replace existing damaged roof tiles at both bridge tender houses. Care to be taken not to allow any damaged tile to fall into water or adjacent sidewalk area. Damaged tile not eligible for repair to be disposed of in accordance with plans. • Remove and replace bitumen roof at the East Bridge Generator Building. • Repair spalls with exposed reinforcing as per specifications and plans at existing fender concrete piles, at both bridges. • Repair spalls with exposed reinforcing as per specifications and plans and repair concrete deck slab spalls at the East Bridge Generator Building. • Repair existing walls, clean and paint the exterior walls and steel gate at the East Bridge Generator Building. A. The location of work to be performed under the terms of this Contract shall be as follows: 1. Bridge No. 874459 (Venetian West Bascule) and Bridge No. 874474 (Venetian East Bascule) at the Fender System, Tender Houses and the East Bascule Generator House. B. The exact location and limits of construction are as shown on the Plans accompanying these Contract Documents.
Technical Certification:
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: a. 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 as a General Engineering Contractor or as a Specialty Engineering Contractor, commensurate to the requirements of the Project’s Scope of Work, in one or more engineering crafts to include Structural Engineering. 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 b. Pursuant to Section 255.20, Florida Statues (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 pre-qualified 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 shall include the Minor, or Major bridge Work Class. 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: 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. 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. As applicable should include coverage required under the U.S. Longshoremen and Harbor Workers’ Act (USL&H) and/or Jones Act for any activities on or about navigable water. 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 shall be included as additional insured. 3. 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. In addition to the insurance coverages listed above the Contractor and/or sub-contractor that owns the barge(s) and/or vessel(s) must provide the following insurance coverage: 1. Protection and Indemnity Insurance in the name of the vessel owner, in an amount not less than $1,000,000 per occurrence. Miami-Dade County must be shown as an additional insured with respect to this coverage.

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 >