PROJECT NAME: Miami International Airport (MIA) South Concourse H Rehabilitation

Agency: Miami international Airport
State: Florida
Level of Government: State & Local
Category:
  • Y - Construction of Structures and Facilities
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD15634707199879054
Posted Date: Mar 28, 2024
Due Date: Apr 12, 2024
Source: Members Only

Attachment Preview

MIAMI-DADE AVIATION DEPARTMENT
MIAMI-DADE COUNTY
Daniella Levine Cava
Mayor
Board of County Commissioners
Oliver G. Gilbert, III
Chair
Anthony Rodriguez
Vice-Chair
Oliver G. Gilbert, III
DISTRICT 1
Marleine Bastien
DISTRICT 2
Keon Hardemon
DISTRICT 3
Micky Steinberg
DISTRICT 4
Eileen Higgins
DISTRICT 5
Kevin M. Cabrera
DISTRICT 6
Raquel A. Regalado
DISTRICT 7
Danielle Cohen Higgins
DISTRICT 8
Kionne L. McGhee
DISTRICT 9
Geri Bonzon-Keenan
County Attorney
Ralph Cutie
Aviation Director
Anthony Rodriguez
DISTRICT 10
Roberto Gonzalez
DISTRICT 11
Juan Carlos Bermudez
DISTRICT 12
René Garcia
DISTRICT 13
BID No. AA018B
MIAMI INTERNATIONAL AIRPORT (MIA) SOUTH TERMINAL CONCOURSE
H REHABILITATION PROJECT
Contact for this Solicitation:
Claudia Portocarrero
Aviation Senior Procurement Contracting Officer
Phone: 305-876-7374 Email: ClaudiaP@flymia.com
A-1
ADVERTISEMENT FOR BIDS
BID NO.:
AA018B
PROJECT NAME: MIAMI INTERNATIONAL AIRPORT (MIA) SOUTH TERMINAL
CONCOURSE H REHABILITATION - PHASE 1
1. BID SUBMITTAL
Sealed Bids for the Project will be received for and on behalf of Miami-Dade-County Aviation Department,
Procurement & Materials Management Division, 4331 N.W. 22nd Street, Building 3040, Miami, Florida 33122
until 2:00 P.M. EST on April 12, 2024 or as modified by addendum, at which time all Bids will be taken to
Building 5A, 4200 N.W. 36th Street, 2nd Floor, Conference Room G, Miami, Florida 33166, publicly opened and
read aloud. Bids received after the time and date specified will not be considered. The County reserves the right
to postpone or cancel the Bid opening at any time prior to the scheduled opening of Bids. Bidders are invited to
be present. The responsibility for submitting bids on or before the stated time and date specified is solely the
responsibility of the bidder. The County will in no way be responsible for delays caused by technical difficulty
or caused by any other occurrence. All expenses involved with the preparation and submission of bids to the
County, or any work performed in connection therewith, shall be borne by the bidder(s).
A bidder may submit a modified bid to replace all or any portion of a previously submitted bid up until the proposal
due date and time. The County will only consider the latest version of the bid. Each submitted bid shall stand on
its own, without reference to or incorporation of materials or documents contained in previously submitted bids.
All Bids must be submitted as set forth in the Bid Documents. The County reserves the right to reject any or all
Bids, to waive informalities and irregularities, or to re-advertise the project. The County, by choosing to exercise
its right of rejection, does so without the imposition of any liability against the County by any and all Bidders.
2. BID GUARANTY
Each Bid must be accompanied by a Bid Guaranty of not less than five percent (5%) of the Total Bid in a manner
required by the Instructions to Bidders. No Bid may be withdrawn after the scheduled closing time for the receipt
of Bids for a period of one hundred and eighty (180) days. The County reserves the right to reject any or all Bids,
to waive informalities and irregularities, to reject all Bids, or to re-advertise for Bids.
3. SCOPE DESCRIPTION
Miami-Dade County, as represented by Miami-Dade Aviation Department ("MDAD”) requires services of one
(1) qualified, licensed General Contractor to provide construction services. This Project consists of the
replacement of the glass panels and/or curtain walls in Concourse H that have been identified by a forensic
engineer as replacement due to ongoing delamination of the existing glass panels. The General Contractor will
replace all delaminated glass panels identified in the Contract Documents to satisfy and ensure a water-tight
enclosure. The awarded Contractor responsibilities will include, but is not limited to:
Project management and coordination
Mobilization
Survey services
Temporary electric
Scaffold platform/protection for Passenger Loading Bridges (PLBs)
Interior temporary construction walls
Temporary barricades & fencing
Cleaning and protection
Selective demolition of the existing curtain wall system, miscellaneous metals, and supports
Fire-rated wood blocking per the curtainwall system drawings by 305 Consulting, Inc
New galvanized channel framing at new curtain wall system
A-2
New intumescent painting of the channel framing
New firestopping
New joint sealants and backer rods
New curtain wall system
4. LICENSING REQUIREMENTS
A Bidder must hold at the time its bid is submitted:
A. A current valid certificate, as listed below, qualifying the Bidder to perform the Work contemplated by
these Contract Documents. Failure to hold the appropriate certificate at the time this Bid is submitted shall render
the Bid non-responsive.
1) The State of Florida Construction Industry Licensing Board, pursuant to the provisions of Section 489.115 of
the Florida Statutes; or
2) The Miami-Dade County Construction Trades Qualifying Board, pursuant to the provisions of Section 10-3 (a)
of the Miami-Dade County Code. Holders of Miami-Dade County Certificates of Competency must also hold
Certificates of Registration issued by the State of Florida Construction Industry Licensing Board, pursuant to the
provisions of Section 489.117, Florida Statutes.
B. If a Bidder is a joint venture, the joint venture entity, of whatever nature or qualifications, must be
qualified as a separate and distinct entity, as required by the rules of the State of Florida Department of Business
& Professional Regulations (DBPR). Joint Venture Bidders not otherwise qualified as set forth above, may submit
Qualifications if they have initiated the process with the Florida Construction Industry Licensing Board and have
received a letter from the Department of Business & Professional Regulations (DBPR) attesting that they have
satisfied the requirements of DBPR pertaining to the Qualifications of Joint Ventures. Such letters must be
submitted with the Bid.
5. BID DOCUMENTS
The following bid documents are available via a link: AA018B - CC H Rehab Documents
6. PRE-BID CONFERENCE (Non-Mandatory but Highly Recommended)
The Miami-Dade Aviation Department will hold a Highly Recommended Pre-Bid Conference, on March 21, 2024,
at 10:00 am at Miami International Airport, building 5A, 4200 N.W. 36th Street, 2nd Floor, Conference Room G,
Miami, Florida 33166, for all interested parties. It is the policy of Miami-Dade County to comply with all the
requirements of the Americans with Disabilities Act (ADA). For sign language, interpreter services, material in
accessible format, other special accommodations, or airport-related ADA concerns, please contact the MDAD
Office of ADA Coordination at (305) 876-7747 or JAMarin@miami-airport.com.
7. SITE VISIT
The Site Visit will be held following the Pre-Bid Conference. Any person visiting the Ramp level must hold an
MDAD ID badge. If the person does not have a badge, then the request for temporary badge shall be made 72
hours in advance by submitting a copy of the driver license, date of birth, and the last four (4) numbers of their
SS number.
The following is required to be approved to participate:
1. Liability Waiver
Requests to participate in the Site Visit should be sent via email before March 18, 2024, to the County’s
Procurement Contracting Officer (email: ClaudiaP@flymia.com) and copy to Clerk of the Board (email:
clerk.board@miamidade.gov). The following information should be included in the email:
1. Names of the individual(s) and Company participating in the Site Visit.
A-3
2. Liability Waiver
The County reserves the right solely to determine who is approved for the Site Visit.
8. DISADVANTAGED BUSINESS ENTERPRISE PROGRAM
A. It is the policy of the County that Disadvantaged Business Enterprises (DBE) as defined in 49 CFR Part
26 shall have the maximum opportunity to participate in the performance of contracts whenever the work under
the Contract is financed in whole or in part with Federal funds.
B. Disadvantaged Business Enterprise – Construction participation goal for this project is: 20.46%
9. BID IS SUBJECT TO THE FOLLOWING PROVISIONS AMONG OTHERS
A. Davis Bacon Act is applicable.
B. The "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction
Contract Specifications" as set forth in the Contract Documents.
C. The Contractor's compliance with the Executive Order and the regulations in 41CFR Part 60-4 shall be
based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by
the specifications set forth in 41CFR 60-4.3(a), and its efforts to meet the goals established for the geographical
area where the Contract resulting from this solicitation is to be performed. The hours of minority and female
employment and training must be substantially uniform throughout the length of the Contract, and in each trade,
and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects.
The transfer of a minority or female employee or trainee from Contractor to Contractor or from project to project
for the sole purpose of meeting the Contractor's goals shall be a violation of the Contract, the Executive Order and
the regulations in 41CFR Part 60-4. Compliance with the goals will be measured against the total work hours
performed. The Contractor shall provide written notification to the Director of the Office of Federal Contract
Compliance Programs within ten (10) working days of award of any construction subcontract in excess of $10,000
at any tier for construction work under the Contract resulting from this solicitation. The notification shall list the
name, address and telephone number of the Subcontractor; employer identification number of the Subcontractor;
estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the
geographical area in which the Contract is to be performed.
D. Pursuant to Miami-Dade County Code Section 2-11.1(t), a “Cone of Silence” is imposed upon RFPs,
RFQs or bids after advertisement and terminates at the time the County Mayor issues a written recommendation
to the Board of County Commissioners or a Notice of Contract Award Recommendation, whichever comes first.
The Cone of Silence prohibits communications regarding RFPs, RFQs or bids between potential vendors, service
providers, bidders, lobbyists, or consultants and the County’s professional staff, including but not limited to the
County Mayor and the County Mayor’s staff. A Cone of Silence is also imposed between the Mayor, County
Commissioners or their respective staffs and any member of the County’s professional staff.
E. The provisions of Miami-Dade County Code Section 2-11.1(t) do not apply to oral communications at
pre-bid conferences, oral presentations before selection committees, oral communications with the Procurement
Contracting Officer, as published by the Office of the Mayor Small Business Development (SBD) in their weekly
Cone of Silence Project Information Report, for administering the procurement process, Contract negotiations
during any duly noticed public meetings, public presentations made to the Board of County Commissioners during
any duly noticed public meeting or communications in writing at any time unless specifically prohibited by the
applicable RFP, RFQ, or bid document. Bidders or proposers must file a copy of any written communication with
the Clerk of the Board, which shall be made available to any person upon request. The 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.
For these purposes, public meetings include those which may be organized by remote means in accordance with
the terms of this invitation to bid.
A-4
F. In addition to any other penalties provided by law, violation of Miami-Dade County Code Section 2-
11.1(t) by any bidder or proposer shall render any RFP award, RFQ award, or bid award voidable. Any person
having personal knowledge of a violation of this Ordinance shall report such violation to the State Attorney and/or
may file a complaint with the Ethics Commission. Bidders or Proposers should reference the actual Ordinance for
further clarification.
G. The County shall not be responsible for any modifications or alterations made to the Bid Documents or
to the Contract Documents other than those made by Addendum, Change Order, or Work Order. Any purchase of
partial sets of documents shall be at the purchaser’s risk.
H. Pursuant to Miami-Dade County Code Section 2.8-1 (d), a Bidder shall have on file, prior to contract
award a duly executed Affirmation of Vendor Affidavits with the Strategic Procurement Department, to be
maintained with the bidders vendors registration file. The Bidder is responsible for completing the Vendor
Registration Package, including all affidavits by visiting the following website:
http://www.miamidade.gov/procurement/vendor-registration.asp or from the Vendor Assistance Unit at 111 N.W.
1st Street, 13th Floor, Miami, Florida 33128, (305) 375-5773.
I.
This project shall adhere to “Maximum Measures” as defined by the Sustainable Buildings Program
Ordinance (07-65). Sections 9-71 through 9-75 of the Code, together with Implementing Order 8-8 (IO 8-8),
constitute the “Sustainable Buildings Program. The Contractor shall implement Maximum Measures in the
construction of this project when the opportunities to utilize resource-efficient and environmentally responsible
processes and material arise. These best practices shall be incorporated into all phases to maximize long-term
life-cycle sustainability and resiliency. In addition, for this project, the Contractor shall review and follow the
County’s “Green Procurement Guidelines” and ensure all products are compliant with the County’s guideline.
Contractor shall comply with the standards delineated in Attachment 4, Section 1.03.
J.
Miami-Dade County, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 78
Stat. 252, 42 U.S.C. §§ 2000d to 2000d-4) and the Regulations, hereby notifies all proposers that it will
affirmatively ensure that any contract entered into pursuant to this advertisement, Disadvantaged Business
Enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be
discriminated against on the grounds of race, color, or national origin in consideration for an award.
10. SOLICITATION LANGUAGE
This solicitation may include the words "bid", "proposal", “offer” or “submittal”. These words are used
interchangeably in reference to all offers submitted in response to Requests for Quotes, Requests for
Qualifications, Requests for Proposals and Invitations to Bid. Additionally, this solicitation mentions words such
as bidder, proposer, contractor, respondent, or vendor; all these refer to the company/vendor submitting a response
to this solicitation.
END OF SECTION
A-5
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >