Invitation for Bids: South Florida Container Terminal (SFCT) Cargo Yard Densification, Electrified Rubber Tired Gantry (eRTGs) Phase 2 - Project/Contract No: 2017-034.02-R
Posted Date: February 22, 2024

Deadline: 3/13/2024 2:00 PM EST

INVITATION TO BID

Miami-Dade County, hereinafter known as MDC, will be receiving bids for the SOUTH FLORIDA CONTAINER TERMINAL (SFCT) CARGO YARD DENSIFICATION, ELECTRIFIED RUBBER TIRED GANTRY (eRTGS) PHASE 2, CONTRACT / PROJECT NO. 2017-034.02-R, 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 March 13, 2024, 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 PROJECT WILL RECEIVE REIMBURSEMENT FROM FEDERAL FUNDS THROUGH THE UNITED STATES DEPARTMENT OF TRANSPORTATION MARITIME ADMINISTRATION (MARAD) UNDER THE PORTMIAMI CARGO YARD RESILIENCY IMPROVEMENTS AND FUMIGATION AND COLD CHAIN PROCESSING CENTER PROJECT - FISCAL YEAR 2019 PORT INFRASTRUCTURE DEVELOPMENT PROGRAM (PIDP) - PIDP GRANT NO. 693JF72040023 AND FROM STATE FUNDS THROUGH THE FLORIDA DEPARTMENT OF TRANSPORTATION (FDOT) - GRANT NO. G1Y84 (FINANCIAL PROJECT NO. 440616-1-94-02) FOR PORT OF MIAMI UPLAND CARGO IMPROVEMENTS, AND AS SUCH, ALL APPLICABLE FEDERAL LAWS, STATE LAWS, REGULATIONS, EXECUTIVE ORDERS, AND USDOT (MARAD)/FDOT POLICIES, PROCEDURES, AND DIRECTIVES ARE REQUIRED.

PROJECT DESCRIPTION: This project, part of the Port’s net zero program, is designed to increase cargo throughput and reduce diesel equipment dependency at PortMiami by electrifying the cargo container handling operations of South Florida Container Terminal (SFCT) at PortMiami. This use of new eRTGs will result in significant reductions in greenhouse gas emissions for our local community as well as increase operational efficiencies.  

The Scope of Work consists of furnishing materials, labor, and equipment necessary for the construction of improvements to the existing cargo yard to facilitate the use of eRTGs for moving and stacking/storage of shipping containers. The Scope of Work consists of, but is not limited to:

  1. The construction of reinforced concrete runway grade beams, crossing pads, and turning pads; and refrigeration container rack (reefer rack) structures..
  1. Stormwater drainage improvements to reduce flooding due to climate change and consideration for a projected sea level rise of approximately three (3) feet over the project’s life expectancy of fifty (50) years. 
  1. Pavement improvements, mill and overlays, and pavement markings for roadway and container stacks. 
  1. Electrical service and concrete equipment pads to provide power to the eRTG bus bars/conductor and reefer racks. The Contractor will be responsible for coordinating work, schedule, and pick up of the materials to be provided by Florida Power & Light Company (FPL). 
  1. Installation of a bus bars/conductor system that provides the electrical connection to power the eRTGs which will be provided by PortMiami under the supervision of the vendor's technical representative. The vendor's technical representative will provide and supervise commissioning procedure. Electrical coordination with the installation and commissioning of the eRTGs will be required to complete the bus bars/conductor system. 
  1. Removal and installation of the Wi-Fi pole, mass-notification pole and high-mast lighting poles. 
  1. Installation of fiber optic communication hub, infrastructure cabling and enclosures, and splice connections.

It is important to note that due to MARAD and FDOT grant procurement guidelines, local preferences are precluded from the project. However, Davis-Bacon prevailing wages are applicable to the project. In addition, it is PortMiami’s intent to ensure that Bidders invite certified Disadvantaged Business Enterprise (DBE) firms to have an opportunity to participate in the performance of federally-funded contracts, and for Bidders to take all necessary and reasonable steps to make such assurances. DBE’s and other small businesses, as defined in Title 49 CFR Part 26, are encouraged to participate in the performance of agreements financed in whole or in part with federal funds. 

The contract duration is 632 calendar days as defined in the Contract Documents. All work shall be performed as per the Contract Documents.

CONTRACTOR QUALIFICATIONS: With the bid, the successful Bidder shall submit proof that his/her firm has at least the minimum successful contract experience as required below for this Contract being bid. Such proof shall consist of a list of projects, completed prior to the bid date, with the names and telephone numbers of the owners or representatives that the Department can contact to confirm the listed experience.

The Prime Contractor or Subcontractors, shall have completed a minimum of three (3) projects of a similar scope during the past ten (10) years where one (1) of the projects was completed within the past five (5) years under the firm's current business name. The Contractor and/or Key Personnel can meet the identified requirements, in accordance with Miami-Dade County Resolution R- 1122-21. Project examples of a similar scope may include heavy civil, site construction in an active terminal (i.e. container terminal, aviation terminal), civil preparation of compacted soils, placement of rebar, and continuous-pour placement of high-strength concrete for foundations. Project examples may include heavy civil construction in an active terminal (i.e. container terminal, aviation terminal), building foundations for multi-story building (in excess of three stories); cast-in-place bulkheads at deep water facility; forming and placement of equipment foundations with pile caps, footers, and slab in excess of 18 inches (5,000 psi concrete).

The Electrical Subcontractor shall have completed a minimum of three (3) projects of a similar scope during the past ten (10) years where one (1) of the projects was completed within the past five (5) years under the firm's current business name. The Electrical Contractor and/or Key Personnel can meet the identified requirements, in accordance with Miami-Dade County Resolution R- 1122-21.

Project examples of a similar scope may include experience with installation of underground electrical distribution systems of which the value of the work exceeded $1,000,000.00, electrical distribution system for housing development of 100 units or more, electrical distribution system for shopping mall, or electrical distribution for a multiple-building industrial site.

Such proof shall consist of a list of projects, completed prior to the bid date, with the names and telephone numbers of the owners or representatives that PortMiami can contact to confirm the listed experience.

Bid Documents (available on Compact Disk) may be purchased beginning on February 22, 2024, 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. In addition to the non-refundable fee, Bidders must present a valid Driver’s License and current Business Card to purchase the Bid Documents. All Bidders must purchase one (1) set of Bid Documents in order to submit a bid. 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.

Miami-Dade County has scheduled a Mandatory Pre-Bid Conference and Mandatory Site Visit at 10:00 a.m., local time on February 29, 2024, at PortMiami, 1015 North America Way, Second Floor Main Conference Room, Miami, Florida 33132. The Mandatory Pre-Bid Conference and Mandatory Site Visit are 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 and Mandatory Site Visit are to submit the information below in an e-mail addressed to Frank Ramirez at sprfi@miamidade.gov with a copy to the Clerk of the Board at clerk.board@miamidade.gov a minimum of seventy-two (72) hours before the Mandatory Pre-bid Conference and Mandatory Site Visit: 

  • Name of individual attending the Mandatory Pre-Bid Conference and Mandatory 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 Mandatory 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 Mandatory 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, 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 United States Department of Transportation Maritime Administration (MARAD) under the PortMiami Cargo Yard Resiliency Improvements and Fumigation and Cold Chain Processing Center Project - Fiscal Year 2019 Port Infrastructure Development Program (PIDP) - PIDP Grant No. 693JF72040023 and the Florida Department of Transportation (FDOT) - Grant No. G1Y84 (Financial Project No. 440616-1-94-02) for Port of Miami Upland Cargo Improvements. 
  • User Access Program shall not be applicable as this Contract/Project is funded in part by the United States Department of Transportation Maritime Administration (MARAD) under the PortMiami Cargo Yard Resiliency Improvements and Fumigation and Cold Chain Processing Center Project - Fiscal Year 2019 Port Infrastructure Development Program (PIDP) - PIDP Grant No. 693JF72040023 and the Florida Department of Transportation (FDOT) - Grant No. G1Y84 (Financial Project No. 440616-1-94-02) for Port of Miami Upland Cargo Improvements. 
  • Community Workforce Program shall not be applicable as this Contract/Project is funded in part by the United States Department of Transportation Maritime Administration (MARAD) under the PortMiami Cargo Yard Resiliency Improvements and Fumigation and Cold Chain Processing Center Project - Fiscal Year 2019 Port Infrastructure Development Program (PIDP) - PIDP Grant No. 693JF72040023 and the Florida Department of Transportation (FDOT) - Grant No. G1Y84 (Financial Project No. 440616-1-94-02) for Port of Miami Upland Cargo Improvements. 
  • Residents First Training and Employment Program shall not be applicable as this Contract/Project is funded in part by the United States Department of Transportation Maritime Administration (MARAD) under the PortMiami Cargo Yard Resiliency Improvements and Fumigation and Cold Chain Processing Center Project - Fiscal Year 2019 Port Infrastructure Development Program (PIDP) - PIDP Grant No. 693JF72040023 and the Florida Department of Transportation (FDOT) - Grant No. G1Y84 (Financial Project No. 440616-1-94-02) for Port of Miami Upland Cargo Improvements. 
  • Local Preference shall not be applicable as this Contract/Project is funded in part by the United States Department of Transportation Maritime Administration (MARAD) under the PortMiami Cargo Yard Resiliency Improvements and Fumigation and Cold Chain Processing Center Project - Fiscal Year 2019 Port Infrastructure Development Program (PIDP) - PIDP Grant No. 693JF72040023 and the Florida Department of Transportation (FDOT) - Grant No. G1Y84 (Financial Project No. 440616-1-94-02) for Port of Miami Upland Cargo Improvements. 
  • Wartime Veteran’s Business Preference Program shall not be applicable as this Contract/Project is funded in part by the United States Department of Transportation Maritime Administration (MARAD) under the PortMiami Cargo Yard Resiliency Improvements and Fumigation and Cold Chain Processing Center Project - Fiscal Year 2019 Port Infrastructure Development Program (PIDP) - PIDP Grant No. 693JF72040023 and the Florida Department of Transportation (FDOT) - Grant No. G1Y84 (Financial Project No. 440616-1-94-02) for Port of Miami Upland Cargo 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. Miami-Dade County 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 Frank Ramirez at sprfi@miamidade.gov with a copy to the Clerk of the Board at clerk.board@miamidade.gov