Invitation for Bids: North Cruise Boulevard Extension Phase III - Contract/Project No. 2017-035.03R
Posted Date: May 11, 2021

Deadline: 06/07/2021 2:00 PM

Miami-Dade County, hereinafter known as MDC, will receive bids for the NORTH CRUISE BOULEVARD EXTENSION PHASE III, CONTRACT/PROJECT NO. 2017-035.03R, at the Office of the Clerk of the Board of County Commissioners, at the Stephen P. Clark Center, 111 N.W. First Street, Suite 17-202, Miami, Florida 33128 until 2:00 p.m. local time on June 7, 2021, or as modified by addendum.  Bids received after that time will not be considered, nor will qualified, segregated and/or incomplete Bids be considered, and will be returned unopened. The Contract, if awarded, will be awarded to the qualified, and lowest responsive and responsible Bidder.  Received Bids will be publicly opened and read aloud. Interested parties are invited to attend.

THIS CONTRACT / PROJECT IS FUNDED IN PART BY THE FLORIDA DEPARTMENT OF TRANSPORTATION (FDOT) FINANCIAL PROJECT NO. 433363-1-94-04 (GRANT NO. G1E74).

PROJECT DESCRIPTION: The North Cruise Boulevard Extension Phase III Project is for the construction of a multi-lane roadway. The scope of work consists of, but is not limited to: providing all labor, tools, materials, equipment, and incidentals necessary for the complete, functional, and satisfactory construction of a new elevated steel girder “flyer-over” bridge structure with three (3) inbound traffic lanes; construction of new retaining walls; installation of new street lighting; installation of a new drainage system; application of new signing and pavement markings; relocations to existing utilities; temporary maintenance of traffic, and any supportive ancillary tasks to the primary scope of services, to successfully complete all phases of the project. The approved budget in the Request to Advertise is $11,834,424.06 (includes contingency and dedicated allowance accounts), and the contract duration is 640 calendar days as defined in the Contract Documents. All work shall be performed as per the Contract Documents.

CONTRACTOR QUALIFICATIONS: The Contractor shall have completed a minimum of two (2) projects under the FDOT bridge work class-Major Bridge, Curved Steel Girders during the past ten (10) years where one (1) of these two (2) projects was completed within the past five (5) years under the firm's current business name for the Florida Department of Transportation (FDOT) or another State of Florida transportation infrastructure agency using FDOT Standard Specifications. The experience must be demonstrated by the individual of the Prime Contractor that will have direct or substantial involvement in a supervisory capacity at the Project Manager level or above. As a condition of award, the selected Contractor shall submit the individual(s) name(s) and list of past projects, contact information along with references.

In accordance with Florida Law (Chapter 337.14 F.S.) and Rules of the State of Florida, Department of Transportation, (Chapter 14-22, F.A.C.), Contractors shall be prequalified with the FDOT in order to bid on the project.

The Contractor shall hold a current FDOT Certificate of Competency applicable to the bridge work class-Major Bridge, Curved Steel Girders. All Contractors that bid on the project shall be listed on the FDOT website under the bridge work class-Major Bridge, Curved Steel Girders. The FDOT bridge work class-Major Bridge, Curved Steel Girders experience must be demonstrated by the individual of the Prime Contractor that will have direct or substantial involvement in a supervisory capacity at the Project Manager level or above. As a condition of award, the selected Contractor shall submit the individual(s) name(s) and list of past projects, contact information along with references.

The Contractor shall hold a current FDOT Certificate of Competency applicable to the work class-Flexible Paving. All Contractors that bid on the project shall be listed on the FDOT website under the work class-Flexible Paving. The FDOT work class-Flexible Paving experience must be demonstrated by the individual of the Prime Contractor that will have direct or substantial involvement in a supervisory capacity at the Project Manager level or above. As a condition of award, the selected Contractor shall submit the individual(s) name(s) and list of past projects, contact information along with references.

As a condition of award, the selected Contractor shall demonstrate to have ownership of heavy construction equipment and machinery, including but not limited to: cranes (for bridge steel girder erection and other general lifting); augers and machinery for auger-cast piles; rollers; compactors; roadway pavers; bridge deck grooving machine; and bridge deck profilograph. Examples of ownership include, but are not limited to: certificates of title(s), list(s) of inventory, sales receipt(s)/finance agreement(s), registration(s), contract agreement(s), sales receipt(s), bill(s) of sale, etc. In addition, as a condition of award, the Contractor shall provide a written affirmation that the heavy construction equipment and machinery will be in the vicinity of this project and available for continued use for the duration of the project. Heavy construction equipment and machinery located more than fifty (50) miles from the job site will not be acceptable.

Bid documents (available on Compact Disk) may be purchased beginning on May 6, 2021, at PORTMIAMI, Contracts, Procurement and Materials Management Section, 1007 North America Way, Suite 311, Miami, Florida 33132. The non-refundable fee for each set of Bid Documents is $20.00 and only checks or money orders are acceptable and shall be made payable to the MIAMI-DADE COUNTY SEAPORT DEPARTMENT. The Solicitation Coordinator for this project is Frank Ramirez who may be contacted via e-mail at sprfi@miamidade.gov, phone: (305) 347-5508, or fax (305) 347-4893. All bidders must purchase one (1) set of Bid Documents in order to submit a bid.

MDC has scheduled a Mandatory Pre-Bid Conference at 10:00 AM local time on May 17, 2021, at the PortMiami, Cruise Terminal E, 1265 North Cruise Boulevard, Miami, Florida 33132. The Mandatory Pre-Bid Conference is being held to answer any questions and/or concerns of prospective Bidders.  Attendance is mandatory and interested parties are required to attend. 

Proposed Bidders attending the Mandatory Pre-Bid Conference are to submit the information below in an e-mail addressed to Gyselle Pino at sprfi@miamidade.gov, with a copy to the Clerk of the Board at clerk.board@miamidade.gov and a copy to Frank Ramirez at Frank.Ramirez@miamidade.gov , a minimum of seventy-two (72) hours before the Mandatory Pre-bid Conference:

  • Name of individual attending the Mandatory Pre-Bid Conference as shown on their current driver’s license
  • Date of Birth
  • Driver’s license number & state issued.

Failure of a bidder to attend and sign the attendance sheet at a Mandatory Pre-Bid Conference will result in the Contractor’s bid being rejected. If the bidder does not arrive on time for the Mandatory Pre-Bid Conference, there is no guarantee that he/she will be allowed to attend.

Miami-Dade County Contractor's Certification is required in one of the following categories: General Contractor, General Engineering, or other categories as applicable to Chapter 10 of the Miami-Dade County Code, or State of Florida General Contractor's License.

The following are Contract clarifications for this solicitation:

  • Office of the Inspector General Fee shall not be applicable as this Contract / Project is funded in part by the Florida Department of Transportation (FDOT) Financial Project No. 433363-1-94-04 (Grant No. G1E74).

  •  User Access Program Fee shall not be applicable as this Contract / Project is funded in part by the Florida Department of Transportation (FDOT) Financial Project No. 433363-1-94-04 (Grant No. G1E74).
  • Community Workforce Program shall not be applicable as this Contract / Project is funded in part by the Florida Department of Transportation (FDOT) Financial Project No. 433363-1-94-04 (Grant No. G1E74).
  • Residents First Training and Employment Program shall not be applicable as this Contract / Project is funded in part by the Florida Department of Transportation (FDOT) Financial Project No. 433363-1-94-04 (Grant No. G1E74).
  • Small Business Enterprise measure(s) shall not be applicable as this Contract / Project is funded in part by the Florida Department of Transportation (FDOT) Financial Project No. 433363-1-94-04 (Grant No. G1E74).

All bids and forms required in conjunction with the bid shall be submitted on the forms provided by MDC and must be submitted in DUPLICATE, within a sealed envelope.  All required forms for the submission of bids are included in the Bid Documents Volume I.  All blank spaces for bid prices must be filled in ink, in figures and if required, in words as well.  In the event of any discrepancy in the entries for the price extension of any item, the unit price as shown in figures shall govern.  The sealed envelope shall be bearing on the outside the name of the Bidder, their address, the number of the project for which the bid is submitted and the date of the bid opening.

Bid Security must accompany each Bid and must be in an amount of not less than five percent (5%) of the highest Total Bid Price.  Bids may not be revoked nor withdrawn for one hundred eighty (180) days after the Bid opening date. MDC reserves the right to waive any informalities or irregularities in any bid, to reject any or all Bids and/or to extend the bidding period.

Miami-Dade County, at its sole discretion may elect to negotiate with the apparent low bidder, provided that the scope of work of this solicitation remains the same.

Miami-Dade County’s “Cone of Silence”, Section 2-11.1(t) of the Code of Miami-Dade County, approved by the Board of County Commissioners, specifically prohibits communication in regard to this bid solicitation with County staff except as allowed by the Code.  The period covered by the “Cone of Silence” is defined in the code.

Bidders must file a copy of any written communication with the Clerk of the Board, which shall be available to any person upon request.  MDC shall respond in writing and file a copy with the Clerk of the Board, which shall be made available to any person upon request.  Written communications may also be in the form of e-mail addressed to Gyselle Pino at sprfi@miamidade.gov, with a copy to the Clerk of the Board at clerk.board@miamidade.gov and a copy to Frank Ramirez at Frank.Ramirez@miamidade.gov.