ONLY THOSE MCC 7040 PLAN CONTRACTORS APPROVED AND LISTED ON THE ATTACHED BIDDER’S LIST ARE ELIGIBLE TO PARTICIPATE IN THIS RPQ – Traffic Signal Loop Detector Repair and Installation

Agency: Miami-Dade County
State: Florida
Type of Government: State & Local
Category:
  • 16 - Aircraft Components and Accessories
  • J - Maintenance, Repair, and Rebuilding of Equipment
Posted: Mar 25, 2024
Due: Apr 24, 2024
Solicitation No: 20230220 (MCC 7040)
Publication URL: To access bid details, please log in.

Solicitation Details - 20230220 (MCC 7040)

Title:
ONLY THOSE MCC 7040 PLAN CONTRACTORS APPROVED AND LISTED ON THE ATTACHED BIDDER’S LIST ARE ELIGIBLE TO PARTICIPATE IN THIS RPQ – Traffic Signal Loop Detector Repair and Installation
Opening Date:
4/24/2024 2:00:00 PM
Announcement Info:
The scope of work consists of, but is not limited to, replacement/repair of existing traffic signal loop detectors and installation of new loop detectors at signalized intersections throughout Miami-Dade County. Intersections requiring the repair or new installation of loops include locations damaged by construction projects, locations with end of service-life loop failures, locations with failing loop systems due to cracked or unstable pavement, locations where the original installation was poor, locations experiencing loop malfunctions, etc. The Contractor shall provide all materials, tools, labor, and equipment necessary to perform the work as per the requirements of Section 660 (Vehicle Detection System) of Miami-Dade County Specifications. Project locations will be assigned by the Engineer on a work order-driven basis. LOCATION OF WORK: The location(s) of the Work to be performed under the terms of this Contract are along Miami-Dade County. The actual location(s) of work shall be identified in the Work Order(s) issued subsequent to the Award of the Contract. The combined total cost for all work authorized by the Work Order(s) shall not exceed the Contract Award amount.
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. Certificate of Competency from the County’s Construction Trades Qualifying Board as an Electrical 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.). Additional Licensing Requirement Perform all work under the direct supervision of a Journeyman Electrician. For Traffic Signalization or Control Devices the Journeyman Electrician must be certified as an International Municipal Signal Association (IMSA) certified Traffic Signal Technician (TST) Level II or Level III. All work related at or pertaining to the controller must be performed by an IMSA certified TST Level II (Field). EXPERIENCE: 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's 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. 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 coverage for Products and Completed Operations. Miami-Dade County must be shown as an additional insured with respect to this coverage. 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. 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: The company must be rated no less than “A-” as to management, and no less than “Class VII” as to financial strength, by Best’s 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 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
91438 ELECTRICAL
96842 GENERAL CONSTRUCTION
Solicitation Package/Addendums
Type File Name
Package 20230220_Invitation_to_Bid.pdf
Package 20230220_Bidders_List_Eligible_to_Participate.pdf
Package 20230220_Solicitation_Documents.pdf
Addendum 20230220__Addendum_No._1.pdf
Addendum 20230220_Doc_Holders_03_25_2024.pdf
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Follow Civil Works IDIQ 2024 - Hurlburt Field, FL Active Contract Opportunity Notice

Federal Agency

Bid Due: 5/01/2024

Synthetic Training Environment (STE) Next Generation Constructive (NGC) Active Contract Opportunity Notice ID

Federal Agency

Bid Due: 5/15/2024

reference number bid opening date and time information conference date & time category

Manatee County

Bid Due: 4/30/2024

24-011 Naples Pier Reconstruction - ITB Bid/RFP Status: Open - accepting bids and

City of Naples

Bid Due: 5/07/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.