Safe Route to Schools Locations Phase 21 FM 439894-1

Agency: Miami-Dade County
State: Florida
Type of Government: State & Local
Posted Date: Dec 15, 2022
Due Date: Jan 18, 2023
Solicitation No: 20220029 (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 - 20220029 (MCC 7360)

Title:
Safe Route to Schools Locations Phase 21 FM 439894-1
Opening Date:
1/18/2023 2:00:00 PM
Announcement Info:
Work under this contract includes but is not limited to providing the supervision, labor, required materials, equipment, tools, operations and documentation for installing pedestrian signals head and push button detection at existing signalized intersections, electrical power service assemblies, school speed zone signs and flashing beacons, school crosswalk signs, pavement markings, sidewalks, curb and gutter, pedestrian ramps, and other related tasks pursuant to the requirements of the Contract Documents. 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 are listed at the following Schools located in Miami-Dade County: 1. FLAGAMI ELEMENTARY, 920 SW 76 AVE. Miami FL 33144 2. CARRIE P. MEEK WEST VIEW K-8 CENTER, 2101 NW 127 ST. Miami, FL 33167 3. SHADOWLAWN ELEMENTARY, 149 NW 49 ST. Miami, FL 33127 4. HUBERT O. SIBLEY K-8 CENTER, 255 NW 115 ST. Miami, FL 33168
Technical Certification:
Contractors Qualification Requirements: 1. 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 as a Specialty Engineering Contractor, commensurate to the requirements of the Scope of Work, in one or more engineering crafts to include paving engineering or concrete-work 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; or b. 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; 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 Traffic Signal Work Class. Disadvantaged Business Enterprise (DBE) 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. Identification and Insurance Requirements: A. To the extent provided by law, Contractor shall indemnify, defend, and hold harmless the County and the State of Florida, Department of Transportation, including FDOT officers, agents, and employees, against any actions, claims, or damages arising out of, relating to, or resulting from negligent or wrongful act(s) of the Contractor, or any of its officers, agents, or employees, acting within the scope of their office or employment, in connection with the rights granted to or exercised by the Contractor, hereunder, to the extent and within the limitations of Section 768.28, Florida Statutes. B. The foregoing indemnification shall not constitute a waiver of sovereign immunity beyond the limits set forth in Florida Statutes, Section 768.28. Nor shall the same be construed to constitute agreement by the Contractor to indemnify the County for the negligent acts or omissions of the County, its officers, agents, or employees, or third parties. Nor shall the same be construed to constitute agreement by the Contractor to indemnify FDOTs for the negligent acts or omissions of FDOTs officers, agents, or employees, or third parties. This indemnification shall survive the termination of this Agreement. C. This indemnification shall survive the termination of this Agreement. Nothing contained in this paragraph is intended to nor shall it constitute a waiver of the State of Florida and the County' sovereign immunity. D. The Contractor shall furnish the Department of Transportation and Public Works, 111 NW 1st 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 compensation insurance for all employees as required by Florida Statute 440. 2. Commercial General Liability in an amount not less than $1,000,000 per occurrence $2,000,000 aggregate. Coverage to include products/completed operations and XCU. Miami Dade County shall be included as additional insured. 3. Automobile Liability 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 insurance in an amount not less than $3,000,000 per occurrence $3,000,000 aggregate. All insurance policies required above shall be issued by companies authorized to do business under the laws of the State of Florida, with the following qualifications: 1. The company must be rated no less than A as to management, and no less than Class VII as to financial strength, by Best Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent, subject to the approval of the County Risk Management Division. or; 2. The company must hold a valid Florida Certificate of Authority as shown in the latest List of All Insurance Companies Authorized or Approved to Do Business in Florida issued by the State of Florida Department of Financial Services.

Commodities
Code Description
96842 GENERAL CONSTRUCTION
Solicitation Package/Addendums
Type File Name
Package 20220029_Invitation_to_Bid.pdf
Package 20220029_Solicitation_Documents.pdf
Package 20220029_FM-439894-1_FinalPlans-1-23.pdf
Package 20220029_FM-439894-1_FinalPlans-24-46.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

solicitation doc dept/buyer/category/solicitation type dates status PRE-QUAL OF VENDORS/STRIPING, MARKING & WAY FINDING

Palm Beach County

Bid Due: 10/02/2028

Advertisement Detail Department of Transportation Informational Notice Districtwide Cultural Resources Assessment and National

State Government of Florida

Bid Due: 10/11/2040

Advertisement Detail Department of Transportation Agency Decisions INTENT TO AWARD - Vanguard Variable

State Government of Florida

Bid Due: 10/11/2050

Advertisement Detail Department of Transportation Agency Decisions Districtwide Cultural Resources Assessment and National

State Government of Florida

Bid Due: 10/11/2040