Point Of Contact Not Available
Scope of Work: (Contractor must obtain and submit all permits prior to performing any work.) CONTRACTOR shall review all documents, specifications, plans and scope of work provided by Miami-Dade County Parks, Recreation, and Open Spaces Department for work to be completed to: Furnish all labor, equipment and materials required for the Rickenbacker Causeway signing and pavement marking project including but not limited to: Modify the existing Rickenbacker Causeway dedicated bike lanes beginning at the toll plaza and ending at the Crandon Marina, with green coating painted bike lanes; Place pavement markings and reflective markers as buffers between vehicular and bicycle traffic; Install and replace traffic signs; Mill and resurface limited roadway pavement where through lane and turn lane were modified, at the location in front of the Miami Seaquarium; The total project roadway length is approximate 3.5 miles; The green paint on the William Powell Bridge is excluded from this project. With work further identified in the contract documents. BID DOCUMENTS: To receive the contract documents request from Jeffery Becar (PROS) via email at
[email protected] A full bid package of the Bid Documents must be requested directly from the Parks, Recreation and Open Spaces Department or your bid may be deemed non-responsive. COMMENTS: EMPLOY MIAMI-DADE PROGRAM In accordance with Section 5.02 of the Miami-Dade County Home Rule Amendment and Charter, Section 2-8.1 of the Code of Miami-Dade County, and Administrative Order No. 3-63, all contractors and subcontractors of any tier on (i) construction contracts valued in excess of one million dollars ($1,000,000) for the construction, demolition, alteration and/or repair of public buildings, or public works; or (ii) contracts or leases valued in excess of one million dollars ($1,000,000) for privately funded construction, demolition, alteration or repair of buildings, or improvements on County-owned land. The awarded Contractor is hereby notified that the County will consider whether the Contractor made its best reasonable efforts to promote Employ Miami-Dade on this contract, as defined in A.O. 3-63, as part of the Countyâs evaluation and responsibility review of the Contractor for new County contract awards. RESIDENTS FIRST TRAINING AND EMPLOYMENT PROGRAM In accordance with Section 2-11.17 of the Code of Miami-Dade County and Implementing Order No. 3-61, all contractors and subcontractors of any tier on (i) construction contracts valued in excess of $1 million for the construction, demolition, alteration and/or repair of public buildings, or public works; or (ii) contracts or leases valued in excess of $1 million for privately funded construction, demolition, alteration or repair of buildings, or improvements on County-owned land shall comply with the following: (i) prior to working on the project, all persons employed by the contractor or subcontractor on the project to perform construction have completed the OSHA 10-hour safety training course, and (ii) the contractor will make its best reasonable efforts to have 51% of all construction labor hours performed by Miami-Dade County residents. In accordance with Miami-Dade County Implementing Order 3-9, Accounts Receivable Adjustments, if money is owed by the Contractor to the County, whether under this Contract or for any other purpose, the County reserves the right to retain such amount from payment due by County to the Contractor under this Contract. Such retained amount shall be applied to the amount owed by the Contractor to the County. The Contractor shall have no further claim to such retained amounts which shall be deemed full accord and satisfaction of the amount due by the County to the Contractor for the applicable payment due herein. This project is subject to the criteria and conditions of federal funded projects. Location of Work The locations for work to be performed under the terms of this Contract is along Rickenbacker Causeway CONTRACTORS QUALIFICATION REQUIREMENTS 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 Countyâs 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. 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; 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 Contract Documents include the Flexible Paving, Signing and Pavement Marking Work Class(s). Disadvantaged Business Enterprise (DBE) A race neutral Disadvantaged Business Enterprise (DBE) statewide aspirational goal of 10.65% percent exists for FHWA-assisted contracts. The Contractor shall comply with the requirements pursuant to 49 Code of Federal Regulations (CFR) Part 26 as implemented by the approved FDOT DBE Program. BID DOCUMENTS must be requested via email from the Miami-Dade Parks, Recreation and Opens Spaces Department RFI'S: All RFI REQUESTS should be e-mailed to
[email protected] by March 25, 2020 while copying the Clerk of the Board (
[email protected]). VENDOR REGISTRATION Due to the new Vendor Registration procedures of the Internal Services Department, Procurement management Division, updated definitions along with the âAffirmation of Vendor Affidavitsâ has been added to the Bid Submittal Package. The successful bidder must be registered under this new procedure prior to award. MANDATORY PRE-BID AND BID SUBMITTAL DATES: Pre-Bid Conference time and location: March 18, 2020, 10:00 AM, at 275 NW 2nd Street, 4th Floor Collaboration Hub. RFI Deadline: March 25, 2020 Bid Submittal Time and Location: April 8, 2020, 2:00 PM, at 111 NW 1st Street, 17th Floor, Clerk of the Board Office. Bid Opening immediately after Bid Submittal in the 18th floor.
Bid Protests Not Available