View original filePublic Notice NOTICE TO QUALIFIED CONTRACTORS c. Perform Work in accordance with the requirements of the Public Works 3. Department of Transportation and Public Works – Bryan Rodriguez
Manual of Miami Dade County (Public Works Manual), the Miami-Dade – (305) 375-5301 Miami-Dade County is soliciting interested contractors to register to County’s Traffic Control Equipment Specifications and Standards for The participate and perform in Miscellaneous Construction Contract (MCC) Bids Metro Traffic Control System Miami-Dade County (TCESS), and the FHWA RPQ No: 20260008 - Swale Blocks and Drainage Improvements Multiple Sites under the MCC 7040 & 7360 Plan projects. Contractual Opportunities are Manual on Uniform Traffic Control Devices (MUTCD). Sign panels must continuously available for all businesses located in Miami-Dade who are meet the material requirements of Section 700 of the Florida Department ESTIMATED COST: $947,890.00 interested in doing business with the County. of Transportation Standard Specifications for Road and Bridge Construction.
REGISTERING WITH MIAMI-DADE COUNTY MUST BE DONE VIA MIAMI-DADE LICENSE REQUIREMENT: Paving, Pipelines, Pipeline Engineering
COUNTY’S AUTOMATED WEB-BASED VENDOR REGISTRATION PORTAL. Please Contractor and all subcontractors, under this Contract, are prohibited from Contractor, Underground Utility/Excavation, General Engineering
visit the STRATEGIC PROCUREMENT DEPARTMENT (SPD) Vendor Services performing any work, other than specified in the Contract and/or directed
page at http://supplier.miamidade.gov., to enroll as a vendor. If you have by the Engineer, within the limits of the project site, without prior written SCOPE OF WORK:
any vendor registration questions, please contact Vendor Assistance at (305) notification to the Engineer. This includes any work for private or commercial Work under this Contract includes furnishing of all supervision, labor,
375-5773 extension #1. entities. materials, tools, equipment and performing all operations required to
The types of contracts available under the MCC Program are construction construct the Work in accordance with the Contract Documents.
projects, facility repairs, neighborhood improvements, emergency repairs Bid Bond Requirements: Work includes but is not limited to the installation of swale blocks, including
and maintenance work with a maximum value of $5.0M; ORD 09-101. All Due to the fact that this bond will be activated after the Mayor’s, Governor’s, excavation, saw cut edge of pavement, curb border, base & subbase
capital departments are participating. or President Declaration of emergency (Declaration of Emergency) the Bid preparation, aggregates, and four locations for the installation of an Arbor Bond is not required. System Urban Tree Planting System or approved equal.
Additional opportunities are available through Weatherization Assistance Work includes but is not limited to the installation of drainage structures,
Program (WAP) which enables low-income families to reduce their energy LICENSE REQUIREMENTS: French drains, miscellaneous drainage improvements, driveway restoration,
bills by making their homes more energy efficient. Funds are used to Include with the bid submittal package, copies of certifications and grading, sodding, and miscellaneous roadway restoration including
improve the energy performance of dwellings by families in need, using documentation that demonstrate that: construction of concrete curb and gutters, and sidewalks where needed in
the most advanced technologies and testing procedures available in the accordance with the construction plans and specifications.
housing industry. Measures to make homes more energy efficient include: 1. At the time of Bid and pursuant to the requirements of Section 10-3 of
replacement or installation of key components, installation of energy the Code of Miami-Dade County, Florida and these Solicitation and Contract LOCATION OF WORK:
recovery ventilation systems including bathroom and kitchen exhaust fans Documents, the Bidder must hold a valid, current, and active: A. This is a work order driven contract. The locations of work to be performed
and installation of whole mechanical exhaust systems to provide better under the terms of this Contract have been tentatively listed as follows:
indoor air quality, install attic insulation, install window solar films, repair or a. Certificate of Competency from the County’s Construction Trades 1. Swale Blocks at NW 8 Street and NW 10 Street from NW 82 Ave. to NW replace inefficient cooling units, repair or replace water heaters and address Qualifying Board as a Specialty Engineering Contractor, commensurate to 78 Ave. air infiltration with weather stripping, caulking thresholds, minor wall repairs, the requirements of the Scope of Work, in one or more engineering crafts to
ceiling and floors, windows and doors. include, paving engineering contractor, painting and waterproofing, painting 2. SW 118 Court and SW 220 Street.
All solicitations are available online at: or parking strip painting. The specialty contractor shall subcontract with 3. SW 15 Street from SW 73 Ave. to SW 72 Ave. and SW 14 Street from SW https://www8.miamidade.gov/Apps/ISD/DPMWW/SolicitationList.aspx a qualified contractor any work which is incidental to the specialty but is 73 Place to SW 73 Ave.
specified in the aforementioned Code as being the work of other than that of
For Miami-Dade County Legal Ads online: the Engineering Specialty for which certified; or B. The exact locations and limits of construction are shown on plans
https://www.miamidade.gov/global/navigation/legal-ad-index.page accompanying these Contract Documents. The County may update the License Requirements - At the time of Bid and pursuant to the requirements 2. Pursuant to Section 255.20, F.S. and in lieu of the above, the County
of Section 10-3 of the Code of Miami-Dade County, Florida and Request may consider a bid from a Bidder that is a duly licensed Contractor in good work site list subsequent to the Award of this Contract by adding, deleting, or substituting with comparable sites. The combined total cost for all work
for Price Quotation (RPQ) and Contract Documents, the Bidder and all its standing that has been prequalified and considered eligible by the Florida
subcontractor must hold a valid, current, and active State and/or Miami-Dade Department of Transportation (FDOT) under Section 337.14, F.S. and Chapter authorized by the Work Order(s) shall not exceed the Contract Award amount.
County contractor’s license consistent with the requirements of the Scope 14-2, Florida Administrative Code, to perform the work described in the
of Work. Contract Documents. Contractors seeking consideration under this Paragraph LICENSE REQUIREMENTS: shall submit along with the Bid Documents for review and consideration, At the time of Bid and pursuant to the requirements of Section 10-3 of the
AVAILABLE MCC 7360 PLAN – REQUEST FOR PRICE QUOTATION (RPQ) current copy(ies) of their FDOT Certificate(s) of Qualification, Certification Code of Miami-Dade County, Florida and these Solicitation and Contract of Work Underway, and Status of Contract(s) On Hand. Acceptable FDOT Documents, the Bidder must hold a valid, current, and active:
1. Parks, Recreation and Open Spaces – Dayami Corella – (305) 755-7983 prequalification(s) necessary to perform the Work specified in the Contract Documents include the Pavement Marking Work Class. a. Certificate of Competency from the County’s Construction Trades
Qualifying Board as a Specialty Engineering Contractor, commensurate to RPQ No: C2026GPBR - Greynolds Park - Boardwalk Renovation
EXPERIENCE REQUIREMENTS: the requirements of the Scope of Work, in one or more engineering crafts to
ESTIMATED COST: $998,748.00 1. The Bidder must demonstrate that it has full-time personnel with include Pipeline Engineering Contractor, or Paving Engineering Contractor. the necessary experience to perform the Project’s Scope of Work. This The specialty contractor shall subcontract with a qualified contractor any
work which is incidental to the specialty but is specified in the aforementioned SBE Measure: The project has an SBE/Goods & Service Subcontractor goal experience shall include work in successfully completed projects performed
of 1.0% in the following recommended commodities/services: by the identified personnel whose bulk of work performed in the Public Right- Code as being the work of other than that of the Engineering Specialty for
• (NIGP 91219) Clearing and Grubbing Services of-Way is similar in detail to the Project’s Scope of Work described in the which certified; or Scope of Work. Demonstrate the experience requirement by:
b. Certification, as a Underground Utility and Excavation Contractor, provided LICENSE REQUIREMENT: General Building Contractor
a. Providing a detailed description of at least three (3) projects similar in detail by the State of Florida Construction Industry Licensing Board, pursuant to the
SCOPE OF WORK: to the Project’s Scope of Work described in these Solicitation Documents provisions of Section 489.115 of the Florida Statutes.
CONTRACTOR shall review all documents, specifications, plans and scope of and in which the Bidder’s identified personnel is currently engaged or has
work provided by Miami-Dade County Parks, Recreation, and Open Spaces completed within the past five years. List and describe the aforementioned EXPERIENCE: 1. The Bidder must demonstrate that it has full-time personnel with
Department for work to be completed and furnish all labor, equipment and projects and state whether the work was performed for the County, other
materials required to: GREYNOLDS PARK - BOARDWALK RENOVATION. government clients, or private entities. The description must identify for each the necessary experience to perform the Project’s Scope of Work. This project: experience shall include work in successfully completed projects performed
by the identified personnel whose bulk of work performed in the Public Right- This project is a replacement of an existing wood boardwalk. The original boardwalk is to be demolished and replaced within the same alignment. 1) The identified personnel and their assigned role and responsibilities for of-Way is similar in detail to the Project’s Scope of Work described in these
Solicitation Documents. Demonstrate the experience requirement by: The boardwalk will be constructed at a higher elevation and includes the listed project.
sloped ramps from the sidewalks to the top of the boardwalk platform 2) The client’s name and address including a contact person and phone
deck. The boardwalk superstructure is supported on wood piles with wood number for reference. 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
braces for lateral stability. 3) Description of work. 4) Total dollar value of the contract. and in which the Bidder’s identified personnel is currently engaged or has
completed within the past five years. List and describe the aforementioned All requests for information (RFI) must be submitted in writing by 04/14/2026 to 5) Contract duration.
Roberto.Ciprian@miamidade.gov and copy the Clerk of the Board at 6) Statement or notation of whether Bidder’s referenced personnel is/was projects and state whether the work was performed for the County, other
clerkbcc@miamidade.gov. NO PHONE CALLS WILL BE ACCEPTED. Verbal employed by the prime contractor or subcontractor, and government clients, or private entities. The description must identify for each project:
statements made by the County or the Owner’s Representative that are not 7) For completed projects, provide letters of certification of final acceptance
contained in an RPQ or addendum to the RPQ are not binding on the County or similar project closure documentation issued by the client and available 1) The identified personnel and their assigned role and responsibilities for
and should not form any basis for a bidder’s response to an RPQ. Contractor’s performance evaluations; or the listed project 2) The client’s name and address including a contact person and phone
Bidder or vendor key personal experience shall have completed at least b. Pursuant to Section 255.20, F.S., the County may consider a bid from a number for reference 3) Description of work
two (2) projects of similar size and scope in accordance with Resolution Bidder in good standing, meeting the license requirements above, that
No. R-1122-21. Bidder shall provide evidence of this experience; project has been prequalified and considered eligible by the Florida Department 4) Total dollar value of the contract 5) Contract duration
names; dollar values and contract information for verification purposes. of Transportation (FDOT) under Section 337.14, F.S. and Chapter 14-2,
This information should be entered on form 00450 Bidder’s Statement Florida Administrative Code, to perform the work described in the Contract 6) Statement or notation of whether Bidder’s referenced personnel is/was employed by the prime contractor or subcontractor, and
of Qualifications and Business References, highlighting at least two Documents. Contractors seeking consideration under this Paragraph shall
comparable projects and using additional pages as needed. submit along with the Bid Documents for review and consideration, current 7) For completed projects, provide letters of certification of final acceptance copy(ies) of their FDOT Certificate(s) of Qualification in the Traffic Signal Work or similar project closure documentation issued by the client and available
Note that work is further described in the contract documents listed in Class, Certification of Work Underway, and Status of Contract(s) On Hand. Contractor’s performance evaluations.
Project Volume I 00800 Supplemental General Conditions. BID DOCUMENTS: BID DOCUMENTS:
Pre-Bid Meeting - Greynolds Park – Boardwalk Renovation Bidding documents may be obtained from the Miami-Dade County Bidding documents may be obtained from the Miami-Dade County
Time: Mar 30, 2026, 10:00 AM Eastern Time (US and Canada) Department of Transportation and Public Works, Capital Improvements Department of Transportation and Public Works, Capital Improvements
Join Zoom Meeting Division, located at 111 NW 1st Street, 14th Floor, Miami, Florida 33128, Division, located at 111 NW 1st Street, 14th Floor, Miami, Florida 33128,
https://miamidade.zoom.us/j/85172386559?pwd=vdeHoqkf0y8Wxeg for a non-refundable fee of fifteen dollars ($15.00) per USB drive. Payment for a non-refundable fee of fifteen dollars ($15.00) per USB drive. Payment
EqhHjdA8WSS3GEs.1 must be made by company check, cashier’s check, or money order payable must be made by company check, cashier’s check, or money order payable
Meeting ID: 851 7238 6559 to “Miami-Dade County, Department of Transportation and Public Works.” to “Miami-Dade County, Department of Transportation and Public Works.”
Passcode: 479374 --- Alternatively, bidding documents are available for free download at: Alternatively, bidding documents are available for free download at:
One tap mobile https://www.miamidade.gov/apps/isd/StratProc/Home/CurrentSolicitations https://www.miamidade.gov/apps/isd/StratProc/Home/CurrentSolicitations
+17866351003,,85172386559#, *479374# US (Miami) ADDENDUMS - RFI’s --- ADDENDUMS - RFI’S:
Join by SIP All RFI requests should be e-mailed to Marco.Movilla@miamidade.gov All RFI requests should be e-mailed to elva.reyes@miamidade.gov while
• 85172386559@zoomcrc.com while copying the Clerk of the Board (clerkbcc@miamidade.gov). copying the Clerk of the Board to clerk.board@miamidade.gov.
Passcode: 479374 The Department of Transportation and Public Works has made changes The Department of Transportation and Public Works has made changes with
Join instructions regarding how addendums and requests for information (RFI) will be sent regard to how addendums and requests for information (RFI) will be sent to
https://miamidade.zoom.us/meetings/85172386559/invitations?sign to document holders. Be advised that Solicitation Documents, Addendums, document holders. Be advised that all Addendums, RFI’s, and the document
ature=HwS3m2WgJO2PVKEJtY73Lr-BPmgdZBNUmhbA4TdctN4 RFI’s, and the document holders list (bidder’s list) are now available to view holders list (bidder’s list) are now available to view online at the following online at the following web address: web address:
Contractor must refer to the Request for Price Quotation (RPQ) and associated project documents for the detail Scope of Work. https://www.miamidade.gov/apps/isd/StratProc/Home/CurrentSolicitations https://www.miamidade.gov/apps/isd/StratProc/Home/CurrentSolicitations
PRE-BID - BID SUBMITTAL DUE DATE: RPQ BID DUE DATE: April 22nd, 2026 @ 02:00 PM – Pre-Bid Meeting: PRE-BID MEETING AND SITE VISIT MEETING:
March 30th, 2026 @ 10:00 AM – Virtual – Contact Person: Dayami Corella DTPW conducts virtual non-mandatory pre-bid meetings. The telephone Pre-Bid Conference date, time and location: Thursday, April 9, 2026, at 11:00
– Contact E-mail: Dayami.Corella@miamidade.gov number and teleconference access code to access the meeting are: A.M., Non-Mandatory Pre-Bid Meeting will be conducted via teleconference in Microsoft Teams. Those interested in attending, please use the telephone
2. Department of Transportation and Public Works – Bryan Rodriguez Pre-Bid Meeting Scheduled for: 04/01/2026 at 10:00 AM, through TEAMS number and access code below:
– (305) 375-2930 (See info. below): Telephone No. 1 786 628 2782
RPQ No: 20260079 - Emergency Response for Ground Mounted Traffic Microsoft Teams meeting Phone Conference ID: 951 056 09#
Control Signs Restoration Join: https://teams.microsoft.com/ Bid Due Date, Opening Time & Location:
ESTIMATED COST: $4,290,000.00 meet/22705734692583?p=Z7uTraOsXCHmgojDrr Bid Submittal Time and Location: Wednesday, April 22, 2026, 2:00 PM, at 111 Meeting ID: 227 057 346 925 83 NW 1st Street, 17th Floor, Clerk of the Board Office.
LICENSE REQUIREMENT: Paving, Painting, Pavement Marking General Passcode: iU7vQ2Zw Bid Opening immediately after in the 18 Floor.
Engineering Dial in by phone
SCOPE OF WORK: +1 786-628-2782, 296634430# United States, Miami Contractor must refer to the Request for Price Quotation (RPQ) and associated
A. Work under this contract includes but is not limited to the following: Find a local number project documents for the detail Scope of Work.
Furnishing all supervision, labor, required materials, equipment, tools and Phone conference ID: 296 634 430# RPQ BID DUE DATE: April 22nd, 2026 @ 02:00 PM – Pre-Bid Meeting: April
performing all operations necessary, including Maintenance of Traffic (MOT) to completely perform Emergency Traffic Signs Repair/Replacement BID SUBMITTAL DUE DATE: 9th, 2026 @ 11:00 AM – Virtual – Contact Person: Bryan Rodriguez – Contact
E-mail: Bryan.Rodriguez3@miamidade.gov Operations, pursuant to Mayor’s, Governor’s, or President Declaration of Bid Submittal Time and Location:
Emergency (Declaration of Emergency). The County, at its discretion, may award more than one contract based on the proposals received Wednesday, 2:00 P.M., April 22nd, 2026, at 111 NW 1 Street, 17th Floor, Clerk 4) Department of Transportation and Public Works – Bryan Rodriguez
– (305) 375-2930 and the impacts of events associated with the Declaration of Emergency. of the Board Office.
Contractor must also: Bid Opening immediately after Bid Submittal on the 18th Floor. RPQ No: 20260076 - Emergency Response for Street Lighting Restoration
a. Provide required documentation (placement of County provided decal Contractor must refer to the Request for Price Quotation (RPQ) and associated
on sign panel(s) and detailed invoices that include digital photographs of project documents for the detail Scope of Work. ESTIMATED COST: $2,567,940.88
before and after repairs along with GPS coordinates for each location). b. Include repeated mobilization/demobilization, transportation, supervision, RPQ BID DUE DATE: April 22nd, 2026 @ 02:00 PM – Pre-Bid Meeting: LICENSE REQUIREMENT: Electrical Contractor
overhead, fuel, insurance, overtime and all other multipliers for direct and April 1st, 2026 @ 10:00 AM – Virtual – Contact
indirect costs with the repairs/replacements. Person: Bryan Rodriguez – Contact E-mail: SCOPE OF WORK: Bryan.Rodriguez3@miamidade.gov Contractor must obtain and submit all permits prior to performing any work.
CONTINUED