Invitation for Bids: Shore Power For Terminals - Contract / Project No. 2021-010
Posted Date: May 19, 2022

Deadline: 06/22/2022 2:00 PM

Miami-Dade County, hereinafter known as MDC, will be receiving bids for the SHORE POWER FOR TERMINALS, CONTRACT/PROJECT NO. 2021-010, 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 22, 2022, 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 UNITED STATES ENVIRONMENTAL PROTECTION AGENCY (EPA) - DIESEL EMISSION REDUCTION ACT (DERA) NATIONAL GRANTS - GRANT NO., (FAIN) DE-02D12321 AND THE FLORIDA DEPARTMENT OF TRANSPORTATION (FDOT) - GRANT NO. G1Q07 (FINANCIAL PROJECT NO. 433363-1-94-05) FOR PORTMIAMI CRUISE TERMINAL IMPROVEMENTS.

PROJECT DESCRIPTION: The Work necessary for the Shore Power for Terminals Contract consists of general construction to provide five (5) PortMiami cruise terminals (Cruise Terminals A, MSC, B, F, and V) with shore power. The Shore Power System includes: containerized shore power substations; switching equipment to be able to share three (3) shore power services between five (5) cruise terminals; service equipment (FPL); cable management systems at each berth; and associated ductbank/conduits and cables to interconnect the aforementioned components of the system. The project also includes the aesthetic of the shore power equipment; the structural design associated with the shore power equipment; and the option for a service and operation of this equipment for one (1) year with an option of two (2) additional years. The approved budget in the Request to Advertise is $97,439,913.40 (includes contingency and dedicated allowance accounts). All work shall be performed as per the Contract Documents.

CONTRACTOR QUALIFICATIONS: The Contractor shall have completed a minimum of three (3) projects of similar scope during past ten (10) years where one of these three (3) projects was completed within the past five (5) years under the firm’s current business name. 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.

Bid documents (available on Compact Disk) may be purchased beginning on May 23, 2022, at PortMiami, Contracts and Procurement 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 or via phone at (305) 347-5508. All bidders must purchase one (1) set of Bid Documents in order to submit a bid.

MDC has scheduled a Mandatory Pre-Bid Conference and Site visit at 10:00 AM local time on June 2, 2022, at PortMiami, Cruise Terminal F, 1103 North Cruise Boulevard, Miami, Florida 33132. The Mandatory Pre-Bid Conference and Site Visit is being held to tour the cruise terminals, garage, and taxi lot as well as answer any questions and/or concerns of prospective Bidders.  Attendance is mandatory and interested parties are required to attend. Attendees shall park at the surface parking lot located across the street from the PortMiami Administration Building.

Proposed Bidders attending the Mandatory Pre-Bid Conference and Site Visit 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 and Site Visit:

  • Name of individual attending the Mandatory Pre-Bid Conference and Site Visit.
  • Company Name.
  • Telephone Number(s).
  • Email Address.

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

The Miami-Dade County Contractor's Certification is required in one of the following categories: General Contractor, 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 United States Environmental Protection Agency (EPA) - Diesel Emission Reduction Act (DERA) National Grants - Grant No., (FAIN) DE-02D12321 and the Florida Department of Transportation (FDOT) - Grant No. G1Q07 (Financial Project No. 433363-1-94-05) for PortMiami Cruise Terminal Improvements.

 

  • Community Workforce Program shall not be applicable as this Contract/Project is funded in part by the United States Environmental Protection Agency (EPA) - Diesel Emission Reduction Act (DERA) National Grants - Grant No., (FAIN) DE-02D12321 and the Florida Department of Transportation (FDOT) - Grant No. G1Q07 (Financial Project No. 433363-1-94-05) for PortMiami Cruise Terminal Improvements.

 

  • Residents First Training and Employment Program shall not be applicable as this Contract/Project is funded in part by the United States Environmental Protection Agency (EPA) - Diesel Emission Reduction Act (DERA) National Grants - Grant No., (FAIN) DE-02D12321 and the Florida Department of Transportation (FDOT) - Grant No. G1Q07 (Financial Project No. 433363-1-94-05) for PortMiami Cruise Terminal Improvements.

 

  • Small Business Enterprise measure(s) shall not be applicable as this Contract/Project is funded in part by the United States Environmental Protection Agency (EPA) - Diesel Emission Reduction Act (DERA) National Grants - Grant No., (FAIN) DE-02D12321 and the Florida Department of Transportation (FDOT) - Grant No. G1Q07 (Financial Project No. 433363-1-94-05) for PortMiami Cruise Terminal Improvements.

 

  • Local Preference shall not be applicable as this Contract/Project is funded in part by the United States Environmental Protection Agency (EPA) - Diesel Emission Reduction Act (DERA) National Grants - Grant No., (FAIN) DE-02D12321 and the Florida Department of Transportation (FDOT) - Grant No. G1Q07 (Financial Project No. 433363-1-94-05) for PortMiami Cruise Terminal Improvements.

 

  • Wartime Veteran’s Business Preference Program shall not be applicable as this Contract/Project is funded in part by the United States Environmental Protection Agency (EPA) - Diesel Emission Reduction Act (DERA) National Grants - Grant No., (FAIN) DE-02D12321 and the Florida Department of Transportation (FDOT) - Grant No. G1Q07 (Financial Project No. 433363-1-94-05) for PortMiami Cruise Terminal Improvements.

 

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