ClassifiedsMarketplace
Logo
  • Classifieds
  • Sign In
  • Register

  1. Home
  2. Legals
  3. Legal Display

View original file
Public Notice MIAMI-DADE COUNTY, FLORIDA EXPERIENCE AND QUALIFICATIONS: NOTICE TO PROFESSIONAL CONSULTANTS (NTPC) For the Prime: DEPARTMENT OF TRANSPORTATION AND PUBLIC WORKS (DTPW) a) The prime consultant should demonstrate experience with three (3) previously designed projects with similar scope in their respective ENGINEERING AND DESIGN FOR BRIDGE REHABILITATION AND categories, within the last ten (10) years. REPLACEMENT PROGRAM (BRRP) UNDER LOCAL AGENCY For the Subs: PROGRAM (LAP) FUNDS FOR DTPW CONTRACT NO. 874423 a) The sub consultants should demonstrate experience with three (3) projects of similar scope in their respective categories, within the last ten (10) years. FM 449000-1-38-01, 874336 FM 448996-1-38-01, 874443 FM 450978-1-32-01, AND 874294 FM 450961-1-38-01 - SPD FDOT WORK TYPES: 4.2.1 Major Bridge Design – Concrete (PRIME) PROJECT NO. E24TP19 4.2.2 Major Bridge Design – Steel (PRIME) The County Mayor, Miami-Dade County (County), pursuant to Section 287.055, Florida 2.0 Project Development & Environmental (PD&E) Studies Statutes, Sections 2-8.1 and 2-10.4 of the County Code, Implementing Order 3-34, 3.1 Minor Highway Design Florida Statues (F.S.), 23 CFR 172, the Federal Brooks Act (40 USC 1101-1104), and 4.1.1 Miscellaneous Structures Implementing Order (I.O.) 3-39 announces that the Department of Transportation and 5.4 Bridge Load Rating Public Works (DTPW) is seeking Engineering and Design Related Services Projects for 6.1 Traffic Engineering Studies the Department of Transportation and Public Works, in compliance with the applicable state and federal requirements under the Federal Highway Administration (FHWA) 6.2 Traffic Signal Timing and the FDOT Local Agency Program Manual 525-010-300 for Classification C type 7.1 Signing, Pavement Marking and Channelization projects only. 7.2 Lighting 7.3 Signalization PARTICIPATION RESTRICTIONS: 8.1 Control Surveying The selected consultant will not be eligible for award of any Construction, CEI, 8.2 Design, Right of Way Construction Surveying LAP Compliance, or Laboratory testing service contracts. 8.3 Photogrammetric Mapping SCOPE OF SERVICES AND TERMS: 8.4 Right of Way Mapping 9.1 Soil Exploration The County intends to retain one (1) team of consultants to provide four (4) contracts 9.2 Geotechnical Classification Lab Testing for Engineering and Design Services as needed to assist in executing and expediting 9.4.1 Standard Foundation Studies four (4) bridge projects funded by MIAMI-DADE COUNTY and the FHWA through the 9.4.2 Non-Redundant Drilled Shaft Bridge Foundation Studies FDOT LAP program as shown in the DTPW Plan, SW 152nd Street Over Canal 100-A 15.0 Landscape Architect Bridge #874423 FM 449000-1-38-01, NW 32nd Avenue Over Little River Canal (C- 7) Bridge #874336 FM 448996-1-38-01, SW 147th Avenue At Canal C-102 Bridge The Procurement Contracting Officer for this project is Jorge Vital, who may be #874443 FM 450978-1-38-01, and Matheson Hammock Road Over Matheson Hammock Canal Bridge #874294 FM 450961-1-38-01, including, but not limited contacted via e-mail at Jorge.Vital@miamidade.gov. to: preparing sets of contract documents including plans, specifications, supporting engineering analysis, calculations and other technical documents in accordance CONTRACT MEASURE REQUIREMENTS with County and FDOT policy, procedures and requirements. Design standards to In accordance with Section II(a) of the Local Agency Program (LAP), and the FDOT DBE Program be utilized by Consultants, as applicable, include MUTCD, AASHTO, Florida Design Plan, Subpart B, which states in part: “All sub-recipients of FHWA USDOT funds, including local Manual, Florida Greenbook, and the FDOT Speed Zoning Manual for Highways, agencies, are required to comply with FDOT’s DBE Program Plan.” Roads and Streets in Florida. These contract documents will be used by contractors during construction and will be used by the County, or its Construction Engineering After a review of the scope of work, and in keeping with 49 Code of Federal Regulations (CFR) Part 26.21, this office recognizes that this project presents a premium opportunity for certified Inspection (CEI) representatives, to act as the County Engineer of Record (EOR) to aid DBE firm(s) who by reason of their certification are ready, willing, and able to provide and assist with shop drawings approval, inspection and final acceptance of projects. with the services delineated in the scope of work. This office further recommends that certified The selected Consultant will have approximately 18 months to complete the work, DBE’s listed in the Florida Unified Certification Program (UCP – link provided below) website and the final schedule will be provided by the Consultant and approved by Project are afforded maximum opportunity to participate in this project under FDOT’s aspirational DBE Manager after negotiations. goal of 10.54%. (https://fdotxwp02.dot.state.fl.us/EqualOpportunityOfficeBusinessDirectory/) The selected consultant will be responsible for all specific phases of a project through implementation to achieve quality construction documents, cost, and schedule goals, Under 49 CFR 26.21, Miami-Dade County is required to follow the FDOT Disadvantaged these phases include submittals at 30%, 60%, 90%, and 100%. The Consultant must Business Enterprises (DBE) goal on FHWA-assisted contracts. Currently this goal is 10.54% and follow the latest FDOT Florida Design Manual (FDM), including but not limited to is entirely race neutral. Race neutral means that Miami-Dade can likely achieve the overall DBE Chapters 120, 121 and 900 series as applicable. Additional responsibilities may include % through ordinary procurement methods. Therefore, no specific DBE contract goal is applied obtaining all permits, ensuring that all required project components are included in to this project. Assistance with locating DBEs and other special services is available at no cost the development of the contract documents, and that the project can be built, as through FDOT’s Equal Opportunity Office DBE Supportive Services suppliers. More information designed, to specifications. In addition, the selected consultant will be responsible is available by visiting http://www.fdot.gov/equalopportunityserviceproviders.shtm or for applying for and obtaining all required environmental permits, completing all calling (850)414-4750. Bidders are to familiarize themselves with Attachment FDOT Form assessments required by the National Environmental Policy Act (NEPA) and Section 275-030-11 DBE Bid Package Information including the Disadvantaged Business Enterprise 106 of the National Historic Preservation Act (https://ceq.doe.gov/) using qualified Affirmative Action Requirements. professionals to coordinate with regulatory and resource agencies for permitting. The selected consultant will coordinate and conduct all public meetings required A pre-submittal project briefing for interested firms will be held in person on July 8, 2025 at 10:00 AM at Stephen P. Clark Center. 111 NW 1st Street, 18th Floor Conference Room 18-4, during the total duration of the project and will aid the CEI during the construction Miami, FL 33128. While attendance IS NOT mandatory, interested parties ARE ENCOURAGED phase of the project. The selected consultant will report directly to the DTPW Project to attend. Manager of Miami Dade County. Any addition or modification pertaining to pedestrian improvements at signalized intersections and/or pedestrian signals may require a The deadline for submission of proposals is August 4, 2025, at 2:00 P.M., LOCAL TIME. signalization plan to be reviewed and approved by Traffic Engineering Division (TED) and Traffic Signals and Signs Division (TSS). This NTPC is being solicited electronically through INFORMS. Electronic bids are to be The firm providing environmental services for Miami-Dade County will be required to submitted through a secure mailbox at INFORMS (https://supplier.miamidade.gov) until perform the following: provide coordination, project reviews, and NEPA documentation the date and time indicated in this Solicitation document. For information concerning for all types of LAP Minor Transportation Projects. These minor type projects generally technical specifications please utilize the question/answer feature provided by INFORMS at https://supplier.miamidade.gov within the solicitation. require an Environmental Assessment (EA) as defined in the FDOT PD&E manual. The firm will be responsible for completing all assessments required by NEPA, as well as any No part of your proposal can be submitted via HARDCOPY, EMAIL, OR FAX, unless additional studies/reports including but not limited to protected species surveys, wetland otherwise directed by the solicitation documents. assessments, sampling of wells and water bodies, cultural resource assessment studies in accordance with Section 106 of the National Historical Preservation Act, Section 4(f) This solicitation is subject to Miami-Dade County’s Cone of Silence pursuant to Section 2-11.1(t) in compliance with the US DOT Act of 1966 Section 4(f), as amended and codified in 49 of the Miami-Dade County Code, as amended. Please review Miami-Dade County Administrative U.S.C. Section 303 of 1983, and Section 6(f) in compliance with The Land and Water Order 3-27 for a complete and thorough description of the Cone of Silence. Conservation Fund Act of 1965 (16 USC 460 l-4). For legal ads online, go to http://legalads.miamidade.gov
Post Date: 07/17 12:00 AM
Refcode: #IPL0254583 
Print
  • COPYRIGHT
  • PRIVACY POLICY
  • TERMS OF SERVICE
iPublish® Marketplace powered by iPublish® Media Solutions © Copyright 2025