Installation of a Horizontal Fall Arrest System at the Joseph Bryant Metromover Maintenance Facility

Agency: Miami-Dade County
State: Florida
Type of Government: State & Local
NAICS Category:
  • 236220 - Commercial and Institutional Building Construction
  • 237990 - Other Heavy and Civil Engineering Construction
  • 238990 - All Other Specialty Trade Contractors
  • 561210 - Facilities Support Services
Posted Date: Nov 18, 2022
Due Date: Dec 14, 2022
Solicitation No: 376954-R (MCC 7360)
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page

Solicitation Details - 376954-R (MCC 7360)

Title:
Installation of a Horizontal Fall Arrest System at the Joseph Bryant Metromover Maintenance Facility
Opening Date:
12/14/2022 2:00:00 PM
Announcement Info:
(Contractor must obtain and submit all permits prior to performing any work). This project involves the installation, training, and warranty of a horizontal fall arresting system to be used by two employees working on top of the mover car in the designated bay identified as M5. The system shall consist of one rigid rail lifeline over the mover car. The fall arrest system will be installed at the Joseph Bryant Metromover Maintenance Facility at 100 SW 1st Avenue, Miami, FL 33130
Technical Certification:
LICENSE REQUIREMENTS: A. All Contractors must hold a current valid State of Florida Certified General Contractor License, a General Building Contractor License, or a Building Contractor License as required by the Florida Building Code, for the types of Work covered by the Contract at the time of RPQ submission and maintain same throughout the duration of the project. The certificate(s) is to be issued by: 1. The State of Florida Construction Industry Licensing Board, pursuant to the provisions of Section 489.115 of the Florida Statute and registered with the Miami-Dade County, Building Department or, 2. The Dade County Construction Trades Qualifying Board, pursuant to the provisions of Section 10-3(a) of the County Code. Holders of Miami-Dade County Certificates of Competency must also hold Certificates of Registration issued by the State of Florida Construction Licensing Board, pursuant to the provisions of Section 489.115 or Section 489.117 of the Florida Statutes. B. 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: 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: 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 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 Flexible Paving and Drainage Work Class, Certification of Work Underway, and Status of Contract(s) On Hand. 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 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. Policy must be endorsed to include Riggers Liability coverage and Railroad Contractual Liability via CG 24 17 endorsement or equivalent Miami-Dade County must be shown as an additional insured with respect to this coverage. 1. If Railroad Protective Liability cannot be endorsed onto the General Liability policy a standalone policy, as listed below, will be accepted. AND/OR C. Railroad Protective Liability $2,000,000 per occurrence $6,000,000 in the aggregate. Miami- Dade County must be shown as a Named Insured with respect to this coverage. D. 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.

Commodities
Code Description
96842 GENERAL CONSTRUCTION
Solicitation Package/Addendums
Type File Name
Package 376954-R_Invitation_To_Bid.pdf
Package 376954-R__Solicitation__Documents.pdf
Addendum 376954-R_Addendum_No._1-signed.pdf
Addendum 376954-R_Doc_Holders_11_04_2022.pdf
Addendum 376954-R_Doc_Holders_11_10_2022.pdf
Addendum 376954_Pre-Bid_Attendance_Sheet.pdf

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Advertisement Detail Department of Transportation Invitation to Bid Furnish, Install, and Replace-Emergency Standby

State Government of Florida

Bid Due: 12/13/2080

Advertisement Detail Department of Transportation Informational Notice Furnish and Install Emergency Generator Power

State Government of Florida

Bid Due: 10/11/2090

solicitation doc dept/buyer/category/solicitation type dates status PBSO Cabana Colony Youth Center - Fire

Palm Beach County

Bid Due: 3/28/2024

Title : Installation Services of the DEP-owned Ambient Air Monitoring Shelter to the

State Government of Florida

Bid Due: 4/29/2024