Emergency Response for Street Lighting Restoration

Agency: Miami-Dade County
State: Florida
Level of Government: State & Local
Category:
  • 71 - Furniture
Opps ID: NBD10865091098882556
Posted Date: May 11, 2023
Due Date: Jun 14, 2023
Solicitation No: 20230067 (MCC 7360)
Source: Members Only

Solicitation Details - 20230067 (MCC 7360)

Title:
Emergency Response for Street Lighting Restoration
Opening Date:
6/14/2023 2:00:00 PM
Announcement Info:
Work under this contract includes, but is not limited to the following: Furnishing all supervision, labor, required materials, equipment, tools and performing all operations necessary, including Maintenance of Traffic (MOT) to completely perform Emergency Street Lighting Restoration pursuant to Mayor’s, Governor’s, or President Declaration of Emergency (Declaration of Emergency). The County, at its discretion, may award more than one contract based on the proposals received and the impacts of events associated with the Declaration of Emergency. For additional Work detail, refer to the Miami-Dade County Roadway Lighting Manual, the Public Works Manual of Metropolitan Dade County (Public Works Manual), the Florida Department of Transportation (FDOT) Standard Specifications for Road and Bridge Construction and the National Electric Code (NEC). The Street Lighting Restoration may include but not limited to include the following: 1. The repairs/replacement will include returning the street lighting system to its full operation conditions. 2. Work may entail furnish and install all components associated with the street lighting systems. 3. Contractor must cut, remove and discard any obstacles (trees, fences, etc.) obstructing the right of way within the limits of street lighting facilities in order to perform the work. 4. Replace sidewalk flags damaged during the storm by any of the street lighting components. Any sidewalk repairs must be previously approved by the Engineer, and must comply with all FDOT requirements 5. Measure and certify all work to the Engineer or their designated representative. Take digital pictures with GPS coordinates embedded on them before and after work is performed and submit these files/pictures with each daily work log in print and electronic form. Note post identification, approximate location, severity of damage, and time it took to repaired it. C. All work to be performed will be paid by the included pay items. Any work listed under these provisions without pay item must be included as an incidental to the work repair. Location of Work A. This is a work order driven contract. The location(s) of work to be performed under the terms of this Contract will be determined by the Engineer prior to assigning the work. The County does not guarantee a minimum or maximum amount of work per bid item. 1. The County will assign work to Contractors, depending on the areas affected, as contiguous as possible. 2. The actual location(s) of work shall be identified in the Work Order(s) issued subsequent to the Award of the Contract.
Technical Certification:
License Requirements: A. Certificate of Competency Requirement: 1. 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. 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 Electrical Work Class. 3. Additional Contractor Requirements For Work With Traffic Control Devices or Street Lighting a. In addition to the license(s) required of Contractor, all personnel engaged in installing, modifying, repairing, removing or maintaining: roadway street lighting systems; traffic signalization; or any other electrical/electronic traffic control device in Miami-Dade County must: 1) Perform work under the direction of a Master Electrician that is present at the job site or able to respond within 2 hours of notification (4 hours for roadway street lighting systems). 2) 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). 3) Have in their possession a wallet size card or a photocopy of their certifications and licenses. Failure to provide said documents will be cause for removal of employee from the work site, issuance of citations, and shutdown of the Work by the County. B. Experience Requirement: 1. 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: a. 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; 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 as required by Florida Statute 440 2. Commercial General Liability Insurance in an amount not less than $1,000,000 per occurrence, $2,000,000 in the aggregate including products/completed operations. Miami-Dade County must be included as an additional insured CG 2037 or CG 2010 11/85 endorsements 3. Automobile Liability Insurance 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 providing excess coverage over underlying(s) B and C for a minimum $3,000,000 per occurrence/aggregate. Terms to be not more restrictive than underlying CGL insurance Disadvantaged Business Enterprise (DBE) A Disadvantaged Business Enterprise (DBE) aspirational contract goal of at 10.65% percent participation has been established for this Contract. The Contractor shall comply with the requirements pursuant to 49 Code of Federal Regulations (CFR) Part 26. DBE Bid Package information is located under Section 2 of these Solicitation Documents.

Commodities
Code Description
96842 GENERAL CONSTRUCTION
Solicitation Package/Addendums
Type File Name
Package 20230067_Invitation_to_Bid.pdf
Package 20230067_Solicitation__Documents.pdf

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >