LEHMAN CURVE N41 REALIGNMENT

Agency: Miami-Dade County
State: Florida
Level of Government: State & Local
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD10865168987579117
Posted Date: Jun 2, 2023
Due Date: Jun 7, 2023
Solicitation No: TP-0000008233-R
Source: Members Only

Solicitation Details - TP-0000008233-R

Title:
LEHMAN CURVE N41 REALIGNMENT
Opening Date:
6/7/2023 2:00:00 PM
Announcement Info:
The work includes but is not limited to the following: Correct alignment of Curve #41 in the Lehman Yard Maintenance facility. The work will involve realigning the existing track to its designed 300-foot radius curve. The curve is currently out of service and cannot be used until the curve geometry is corrected. Sections of the existing track bed and substrate will be modified to accept the new track layout. The contact rail will also be aligned to match the 300-foot running rail radius. The track bed will be tamped, and concrete ties installed, as required. New running and third rail will be installed, as needed. The new track will be tested before being accepted to ensure that all control lines and traction power connections function per the intended design. Project Location: 6601 NW 72 Avenue, Miami, Florida 33166
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, the Bidder is preferred to hold a valid, current, and active: 1. Certificate of Competency from the County’s Construction Trades Qualifying Board as 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 Railroad Construction Engineering. 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 2. Certification, as a general contractor provided by the State of Florida Construction Industry Licensing Board, pursuant to the provisions of Section 489.115 of the Florida Statutes (F.S.); or 3. The County may consider a bid from a Bidder that is a duly licensed Contractor in good standing that has experience as highlighted below and is fully capable of performing the work described on the Scope of Work. EXPERIENCE REQUIREMENTS: The Bidder must demonstrate that it has full-time personnel with the necessary experience performing railroad maintenance services. In addition, it must have verifiable experience with the installation or the replacement of crossties, continues welded rail and other rail components. 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 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 similar size private entities. The description should identify for each project (1) The client, (2) Description of work, (3) Total dollar value of the contract, (4) Contract duration, (5) Customer contact person and phone number for reference, (6) Statement or notation of whether Bidder is/was the prime contractor or subcontractor, and (7) The results of the project; provide letters of certification of final acceptance or similar project closure documentation and/or Contractor’s evaluation/performance. 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 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. C. 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.

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 >