Airfield and Roadway Striping Service Contract

Agency: Miami-Dade County
State: Florida
Type of Government: State & Local
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Posted: Feb 29, 2024
Due: Apr 3, 2024
Solicitation No: MCC 7360 RPQ 10336955
Publication URL: To access bid details, please log in.

Solicitation Details - MCC 7360 RPQ 10336955

Title:
Airfield and Roadway Striping Service Contract
Opening Date:
4/3/2024 2:00:00 PM
Announcement Info:
Scope of Work: (Contractor must obtain and submit all permits prior to performing any work.) 1. CONTRACTOR shall review all documents, specifications, and scope of work provided by Miami-Dade Aviation Department (MDAD) for work to be completed. Please refer to the Technical Specification for Roadway and Airfield Striping for further description of the scope of work. Contractor shall provide all materials, equipment and labor, services, supervision, tools, and all items required to apply Airfield and/or Roadway striping. 2. This contract shall be for a maximum term of four (4) years. The total contract allocation shall not exceed $4,500,000. Work shall be authorized on an as needed basis via Work Orders by the MDAD PM. MDAD offers no guarantee that the $4,500,000 will be used in full nor that the contract will extend for the entire 4 years maximum term. 3. Pricing for Work Orders shall be based on unit prices established on the Supplemental Bid Form to be distributed along with the RPQ documents following the mandatory pre-bid conference call meeting. Prospective bidders are cautioned that failure to complete and submit the Supplemental Bid Form with the bid documents shall result in their bid being rescinded. Unit costs shall be all inclusive (i.e., include all labor, materials, hand tools, mobilization, MOT preparation and set-up, permit fees if any, overhead & profit, liability insurance, MDAD badging, the equipment required to accomplish the specified scopes of work). Any minor variation in the scope of work that is necessary to complete the intended work shall be considered incidental and not warrant additional compensation beyond the applicable unit price. Any major variation encountered in the scope of work that is necessary to complete the intended work will be additional work not included in the unit price pay item and will be compensated through a change order or revised work order. However such major variation shall be completed without delay. The grand total bid price calculated on the Supplemental Bid Form shall be reflected on the RPQ Bid Form – Attachment 5A. 4. All work to be performed shall comply with the requirements of the current Florida Building Code. All road and/or parking lot striping performed outside of the Airside Operations Area (AOA) shall be performed to standards set by the Florida Department of Transportation (FDOT); all work performed inside of the AOA shall conform to the standards as put forth in FAA Advisory Circular 150/5340-1L or the latest revision of the same. It is MDAD’s responsibility to provide any signed and sealed documents necessary to secure permits. The contractor is to adjust their work order schedule based on the time necessary for MDAD to provide such documents. 5. All bidders shall submit proof of compliance with MDAD qualifications requirements and experience at the time of the bid submission. Required qualifications include the following: 5.1. Contractor must possess a minimum of five-years (5) of experience in applying Airfield striping (Runways, Taxiways, etc.) at airports similar in size as Miami International Airport. 5.2. The awarded bidder must have proof of verifiable experience for at least three (3) projects involving the application of Airfield Striping. Proof of experience shall be provided at the time of bid submission. 5.3. Contractor must have a minimum of three-years (3) of experience in applying Roadside striping. The awarded bidder must have proof of verifiable experience for at least three (3) projects involving the application of Roadway Striping. Proof of experience shall be provided at the time of bid submission 5.4. Contractor shall use an adequate number of qualified workers who are thoroughly trained in the techniques required to properly complete the work specified. 5.5. Contractor will own or have access to the equipment necessary and to meet all safety, insurance, and technical requirements of the owner and local, county, state, and federal regulating authorities. Note: Pursuant to the requirements of Section 10-3 of the Code of Miami-Dade County, selected Contractors must possess a valid, current, and active State of Florida and/or Miami-Dade County contractor's license issued by the County's Construction Trades Qualifying Board and which is consistent with the requirements of their respective trade and the scope of work. 6. Prospective bidders are responsible for taking into consideration all applicable Ordinances and/or Regulations in force at the time of the bid, such as Responsible Wages, that may affect unit prices. 7. Prospective bidders shall submit a Bid Bond and Payment & Performance (P&P) bonds. Bidders may use the Surety Company standard bid bond. Alternatively, a certified or cashier’s check will be acceptable in lieu of the bid bond. The P&P bond must be submitted, using the contract specified form, within ten (10) working days from receipt of the Recommendation for Award (RFA) or time extension approved by the MDAD project manager. The P&P bond shall be required for the full contract amount of $4,500,000 or in the amount of one year allocation of $1,125,000.00. The yearly bond shall be renewed and resubmitted annually. Each renewal shall include the allocation ($1,125,000). P&P Bond shall be submitted once the low “responsive and responsible” bidder is determined and the Recommendation for Award is issued. The cost for the bond premium shall be authorized for reimbursement by the MDAD via a written Work Order. Proper back-up documentation verifying the bond premium cost shall be submitted by the awarded contractor before requesting reimbursement. For Contractors opting to submit an initial payment and performance (P&P) bond in the yearly amount established above, the Bid Bond shall be accompanied by a Commitment letter from the Contractor’s Bonding Company acknowledging that the total amount of the P&P Bond is $4,500,000 and the duration of the contract is four (4) years. Furthermore, failure to submit the Commitment letter from the Bonding Company before award will constitute a non-curable deficiency and shall render the bid “non-responsive.” 8. Compliance with the Aviation Department (MDAD)'s Environmental Policy, ISO 14000 certification and Commissioning requirements will be strictly enforced by the MDAD PM. These requirements will be discussed during the mandatory pre-bid conference call meeting. The awarded bidder shall comply with all requirements listed on the project plans, specifications and/or distributed separately following the mandatory pre-bid conference call meeting. 9. Since a conference call does not require a physical presence, social distancing practices for COVID-19 are being adhered to. Bidders are still required/responsible for participating in the MANDATORY pre-bid conference call and site visit. Failure to participate in the MANDATORY conference call and site visit shall result in the corresponding contractor/company being considered non-responsive. Contractors are extremely encouraged to call 5 minutes before the scheduled meeting time for a roll call. Late arrivals to the conference call shall result in the contractor/company being considered non-responsive. The conference call will be recorded. The dial-in instructions for the conference call are described below: • Dial in: 305-876-8333 • Meeting ID: 5762555 • Passcode/Pin: 5869 The agenda for the pre-bid conference call meeting will be sent to you via email to be used during the meeting. Make sure you receive it, if not, please check your junk email or contact our office. Failure to attend the mandatory pre-bid conference call meeting shall result in the corresponding bid being rescinded. 10. The bid box is located in the hallway between Rooms B-205 and B-209 in MIA Bldg. 3030, B-Wing, 2nd Floor. If the time clock adjacent to the bid box is unable to stamp the bid envelope due to its thickness, please see Ms. Silvia Perez, Mr. James P. Ferreira or any MDAD representative at MIA Building 3030 to have bid envelopes signed, dated and timed prior to dropping them in the box. 11. Contractor will be responsible for all work until accepted by MDAD. Any damages to any newly completed or in progress work will be the sole responsibility of the contractor to fix at no additional cost to the MDAD. The contractor shall be responsible for all costs associated with repair and/or replacement of property damage and/or any other condition resulting from negligence or failure to protect the work area. No time extension will be granted for any delays related to such damages. All areas disturbed by Contractor will be repaired and or replaced to original condition as directed by MDAD. 12. The awarded contractor is responsible for the safety and security of the job site. Any vandalism, theft, etc. which occurs during the construction time is the responsibility of the contractor. No monetary compensation shall be granted if any of the above occurs. Contractor is required to have proper insurance to cover ongoing work on the job site. If Contractor opts to hire an independent Security Company, such company is to be properly bonded and insured 13. If the awarded contractor shall neglect, fail, or refuse to complete the work within the time specified for Substantial Completion in the Notice to Proceed (NTP) and/or subsequent Work Orders, then the contractor hereby agrees, as part of the consideration for the awarding of this Contract, to pay to the Owner, as liquidated damages and not as a penalty, the sum of $130.00 per day for each calendar day beyond the dates set forth in the NTP and/or Work Order(s). The said amount is fixed and agreed on by and between the Contractor and the Owner because of the impracticability and extreme difficulty of ascertaining the true value of the damages which the Owner will sustain by failure of the Contractor to complete the Work on time, such as loss of revenue, service charges, interest charges, delays caused to other construction activities of Owner by failure to perform this Contract, and other damages, some of which are indefinite and not susceptible of easy proof. Said amount is agreed to be a reasonable estimate of the amount of damages which the Owner will sustain and said amount shall be deducted from any monies due or that may become due to the contractor, and if said monies are insufficient to cover said damages, then the Contractor shall pay the amount of the difference. Substantial completion does not relieve the contractor of completing the project in its entirety, nor does it obligate the owner to pay the entire contract price. Final acceptance is achieved when a Certificate of Completion (i.e., if required), acceptable warranties, final payrolls, final releases or acceptable Consent of Surety and documentation required in the contract documents has been submitted for approval to the MDAD project manager. 14. The Work may be on both landside and airside and the employees from the awarded contractor as well as its subcontractors (if applicable) shall obtain MDAD identification badges including the CBP seal and comply with all MDAD security requirements, background checks, security badges, etc. All selected contractors and their employees must comply with all MDAD security requirements including background checks, security badges, specialized aviation-related insurance requirements, etc. For contractors that do not already comply with MDAD’s security requirements, MDAD may, at its sole discretion, consider making these security-related expenses reimbursable. Upon the award, the awarded contractor will have up to sixty (60) calendar days to provide a copy of the security badges with the Customs Seal to MDAD/MPEC Division. If, after issuance of the NTP the contractor still is non-compliant with this requirement, MDAD will not issue any Work Order until the security badges with the Customs Seal is secured by the contractor for up to the next thirty (30) calendar days. If the Contractor fails to secure and provide a copy of the required Badges with the Customs Seal at the end of the additional thirty (30) calendar days, Contractor may be terminated for default as established in Article 11D2 of the General Contract Conditions. MDAD reserves the right to suspend non-compliant contractors from participation in the MDAD/MCC 7360 Work-Order Based program. The following items are reimbursable: • Actual cost of MDAD identification (ID) badges with a customs Seal • The Custom Border Protection (CBP) Seal /bond. • Actual cost of fingerprints. • The AOA driving training. • The vehicle Decal necessary to drive in AOA. All other costs are not reimbursable and if not specifically mentioned in the pay items listed in the Bid Form shall be considered as incidental to one or more of the pay items, and no claim for additional compensation will be allowed, and it shall be assumed that the cost therefore is included in the prices for the various items in the Contract. 15. Prospective bidders are notified that Responsible Wages and Benefits requirements apply to this Request for Price Quotation (RPQ), therefore all labor rates listed on the bid Form under PART II: Unanticipated Scope of Work – shall not be less than those contained in the Wage and Benefits Schedule in effect as of January 1st of the year the work is performed. All labor classification listed in the Bid Form must have a value greater than zero ($0.00) and must be in compliance with the Responsible Wages and Benefits requirements. Failure to submit a price for all labor classification shall be considered a non-curable deficiency and shall render the bid “Non-Responsive”. Furthermore, all other Pay Items listed in the Bid Form must also have a value greater than zero; failure to comply with this requirement will not constitute a curable deficiency and shall render the bid “Non-Responsive”. All potential bidders are hereby notified that failure to submit the completed Bid Form reflecting the bid amount and bidder information, and/or the bid bond/guarantee will not constitute a curable deficiency and shall render the bid “non-responsive.” Failure to include the Fair Wage and/or Affirmation of Vendor Affidavits, Addendum or other similar forms due with the bid shall be considered curable deficiencies. Bidders will be allowed to cure these deficiencies within deadlines established by MDAD staff. 16. Once a site visit is scheduled and attended by the Contractor, MDAD staff will work with the contractor to determine the best course of action, establish the scope of the work and schedule the work. Thereafter, the Contractor shall submit a formal proposal within 10 business days after the site meeting with a detailed scope of work to be performed and its cost breakdown. MDAD, based on the complexity of the scope of work, may grant additional time for the submission of the required proposal. The request for additional time shall be submitted in writing to the PM/CM in order to be valid and considered for approval by MDAD staff. Contractors that do not submit the required proposal as previously mentioned, will be issued a letter for deficiency. If the Contractor fails to provide a proposal after the deficiency letter has been sent, a Notice to Cure will be issued. Upon the contractor not submitting the required proposal after a Notice to Cure letter has been issued, the Contractor may be Terminated for Default as established in the General Contract Conditions, Article 11D2 (Termination for Default) of the MCC 7360 contract. MDAD reserves the right to suspend non-compliant contractors from participation in the MDAD/MCC 7360 Work-Order Based program. 17. The costs for a potential storage container, potential temporary toilets, and potential dumpsters are not reimbursable and if not specifically mentioned in the pay items listed in the Bid Form shall be considered as incidental to one or more of the pay items, and no claim for additional compensation will be allowed, and it shall be assumed that the cost therefore is included in the prices for the various items in the Contract. 18. Locations for the dumpster will be discussed and determined based on work location at the site meeting prior to commencement of the Work Order. 19. The awarded contractor shall be responsible for obtaining all utility clearances and coordinating all utility shutdowns at least 14 working days before initiating any work. Damage to existing equipment, utilities, MDAD or its business partners' property, etc. will be repaired and/or replaced at the contractor's expense. MDAD forms and procedures to obtain utility clearances and/or coordinate shutdowns will be distributed following the mandatory pre-bid conference call meeting. 20. The Method of Award will be the lowest responsive/responsible bidder. Recommendation for Award is contingent to availability of proper funding. 21. All requests for information (RFIs) shall comply with the Cone of Silence, Administrative Order 3-27 and shall be directed in writing to the MDAD project manager with a copy to the Clerk of the Board (clerkbcc@miamidade.gov). The deadline to submit RFIs is no later than five (5) working days before the bid opening date and time specified on the RPQ and Invitation to Bid. The MDAD will issue all changes and/or clarifications to the RPQ in writing via an Addendum. Verbal statements made by the County or the Owner’s Representative that are not contained in the RPQ or Addendum are not binding on the County and do not form any basis for a bidder’s response to a RPQ. 22. Potential bidders are hereby notified that some of the documents that will be distributed after the mandatory pre-bid meeting possibly contain sensitive security information (SSI). Accordingly, please comply with the standards for access, dissemination, handling & safeguarding of SSI in accordance with 49 CFR Part 1520, any applicable amendments and/or supplementary guidance(s) issued by the Department of Homeland Security. 23. Working hours will be discussed and determined based on work location at the site meeting prior to commencement of the Work Order. Most work will have to be completed after regular business hours (i.e., night time) to minimize disruptions to the routine business operations of the MDAD and/or its business partners. 24. Adjustments for escalation in labor costs will not be allowed. All Contractors shall comply with the latest Responsible Wages & Benefits requirements. For more information, refer to: https://www.miamidade.gov/smallbusiness/responsible-wages-and-benefits.asp. 25. This project is subject to Inspector General (IG) fees and it will be deducted from each progress payment at a rate of one quarter of one percent by the Finance Department. For more information, refer to: http://www.miamidadeig.org/index2.html. 26. Possible locations for this Project include all airport facilities operated by MDAD including: • Miami International Aiport (MIA) • Miami-Opa Locka Executive Airport (OPF) • Miami Executive Airport (TMB) • Miami Homestead General Aviation Airport (X51) • Dade-Collier Training and Transition Airport (TNT) 27. MDAD does not anticipate the need for any overtime. No claim for overtime by the Contractor shall be allowed unless the Contractor has been given required notice in advance. 28. Each contractor and every low-tier subcontractor is required to submit all certified payrolls and labor compliance documentation electronically by the 10th of every month for the previous month using LCP Tracker, a web-based Certified Payroll Management System (www.lcptracker.net). The system is managed by Small Business Development (“SBD”), a division of the Internal Services Department. The use of the system is mandatory, pursuant to Miami-Dade County Ordinance No. 18-33. The only aspect of this procedure that has been modified is that before the certified payrolls would be submitted through hard copy whereas now Miami-Dade County has moved to a web-based submission. Contractors have always had to submit payrolls even when no physical work was ongoing. This requirement is due once a month by the 10th of every month. 29. Prior to award, unit prices are evaluated, and negotiation of prices is considered. 30. Contractors must agree to perform all work in accordance with the scopes of work established by MDAD, the MCC 7360 contract’s terms and conditions, all required permits and inspections and all applicable federal, state and local laws, codes and regulations. For the MCC 7360 General Contract Conditions, refer to the following link: https://intrax.miamidade.gov/ciis/TheAmendedStandardConstructionGeneralContractConditions.pdf
Technical Certification:
Parking Strip Painting Pavement Marking Painting General Building Contractor Paving

Commodities
Code Description
91394 PAVING/RESURFACING, ALLEY AND PARKING LOT
96820 BUILDING CONSTRUCTION
96842 GENERAL CONSTRUCTION
96861 PAINTING (BRIDGES, ETC.) AND PAVEMENT MARKING SE
96862 PARKING LOT CONSTRUCTION
Solicitation Package/Addendums
Type File Name
Package MCC_7360_RPQ_10336955.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

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

Solicitation #: B240145KLB Project Name: Lovers Key / Bonita Beach Nourishment Scope of

Lee County

Bid Due: 5/08/2024

* 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.