Similar Projects
Clearwater Multimodal Transit Center
New Construction - 75,000 SF
Conception
$34,000,000 est. value
Clearwater, FL 33757

Port St. Lucie Intermodal Facility
New Construction
Conception
FL

Ground Transportation Center Project
New Construction
Design
Sarasota, FL 34243

Miami International Airport (MIA) Central Terminal Ticket Counters, Conveyors, and K-1 doors for TC 12 through TC 17
Renovation
Bidding
$525,000 CJ est. value
Miami, FL 33142

Quick Turn Around Rental Car Facility (Precast Bldgs and Overflow Lot) - BP 2
New Construction, Infrastructure
Bidding
$20,000,000 CJ est. value
Sarasota, FL 34243

RFQ Construction Manager - Construction Manager For Agusta Westland Philadelphia Corporation Project Davinci
New Construction, Infrastructure - 100,000 SF
Sub-Bidding
$5,000,000 CJ est. value
Milton, FL 32583

FL Keys Marathon Airport Non-Aeronautical Use Building (EOC)
- 23,000 SF
Post-Bid
Marathon, FL

Monroe County Key West International Airport Concourse A and Terminal Improvements Program
Post-Bid
Key West, FL 33040

Design/Build Firms for the Buildout of STC Airline and Tenant Spaces Program
Build-Out
Results
Orlando, FL 32827

Airport Operations Center and Airfield Electrical Vault
New Construction - 8,600 SF
Results
Less than $4,950,000 est. value
Stuart, FL 34996

Greyhound Bus Terminal - Permanent Location
New Construction - 12,000 SF
Construction
$1,300,000 est. value
Daytona Beach, FL 32114

MSC PortMiami
New Construction
Construction
$300,000,000 est. value
Miami, FL

Lilium Vertiports
New Construction
Pending Verification
Orlando, FL

Ferry Expansion
New Construction
Pending Verification
Redwood City, San Francisco, CA - Mission Bay, FL 94158

Rehabilitation of the South Apron - AIR - 5 - City of Winter Haven
Renovation
Conception
$4,780,110 est. value
Winter Haven, FL 33881

Last Updated 08/23/2022 01:32 PM
Project Title

MIA - BHS Central Terminal to South Terminal Crossover

Physical Address View project details and contacts
City, State (County) Miami, FL 33142   (Miami-Dade County)
Category(s) Transportation
Sub-Category(s) Airline/Passenger Terminal
Contracting Method Competitive Bids
Project Status Construction start expected November 2022
Bids Due View project details and contacts
Estimated Value $3,613,886 [brand] Estimate
Plans Available from County Agency
Owner View project details and contacts
Architect View project details and contacts
Description

Question Deadline 08/10/2022 at 5:00 PM ET Scope of Work: (Contractor must obtain and submit all permits prior to performing any work.) The Project is located within Miami International Airport and will span portions of Concourses G & H, on ramp level one (1), in the existing South and Central bag rooms. In general, the work comprises of all materials, labor, services, supervision, tools, equipment, and all other necessary items for the construction, building mechanical and electrical modifications, which will facilitate the installation of a new crossover conveyor line, CSXO (Central to South Cross Over), within the existing baggage handling system (BHS) and Checked Baggage Inspection System (CBIS). The purpose of the Project is to improve the balance of unscreened bags entering the South and Central CBIS as well as relieve the current and future demand on the Central bag room Sort Piers by utilizing the available South bag room capacity. This will be achieved by diverting unscreened Central baggage traveling on the existing/modified Central Out of Gauge line (COG2) to the new CSXO line, which will then be transported and tied into the existing/modified South Re-Insert line (SRL1) for transport to the South CBIS and ultimately into the South bag room. Mechanical and electrical modifications will be required on both the COG2 and SRL1 lines, as well as the associated Motor Control Panels (MCP's). The Project will provide one (1) new MCP, to be powered by existing Power Distribution Panel (PDPs) and interlocked with existing MCP's; a combination of new and re-used control devices; one (1) new Siemens High Speed Diverter (HSD) and approximately 280 feet of new transport/belt conveyor (CSXO-01/16 & SRL1-17/18b). The BHS contractor will be required to update the existing Maintenance Diagnostics System (MDS) depicting the new BHS layout for all affected conveyor sections. The MDS is located in the existing BHS control room, ramp level 1, Concourse H. The BHS contractor will be required to interface with the building fire alarm and security matrix systems and CCTV systems to provide a complete & operational system. The BHS contractor is required to coordinate closely with the General Contractor for all related building modifications. The BHS installation, testing and commissioning will be in a phased manner, in active bag rooms; it is the BHS contractor's responsibility to fully coordinate with all stake holders prior to any major shutdowns, tie-ins or turnovers. All costs for manpower and bags for testing and commissioning shall be included in the price of the base bid proposal. The sealed envelope shall include, at a minimum, the following documents: 1. Bid price using RPQ Bid Form 5-A, (provided in the bid package). 2. Bid guarantee in the form of a bid bond, certified check, or cashier check. Failure to submit a bid bond/guarantee shall render the bid non-responsive. This is not a curable deficiency. Bid Bonds will not be returned to any Bidder. All work shall comply with MDAD Guidelines, applicable Notices of Acceptances as well as requirements from the Authorities Having Jurisdiction (AHJs). The awarded contractor is responsible for preparation of MOTs, safety plans, shop drawings, NOAs, etc. that may be required to complete the work at no additional cost. The experience must be demonstrated by the individual of the Contractor that will have direct or substantial involvement in the supervisory capacity at the Project Manager level or above. List and describe the projects and state whether the work was performed for the County, other government clients, or private entities. The description must identify for each project: 1) The identified personnel and their assigned role and responsibilities for the listed project 2) The client's name and address including a contact person and phone number for reference 3) Description of work 4) Total dollar value of the contract 5) Contract duration 6) Statement or notation of whether Bidder's referenced personnel is/was employed by the prime contractor or subcontractor The County reserves the right to request additional information and/or contact listed persons pertaining to bidder's experience. LICENSE QUALIFICATIONS OF CONTRACTORS: The BHS mechanical installation and electrical wiring shall be performed by Miami Dade County Licensed Contractors (Installation requires a Transport and Assembly License and a Licensed Electrical Contractor for wiring). A Bidder must hold at the time its bid is submitted, unless this Contract is exempt under Florida Statutes Section 489.103 and Miami-Dade County Code, Chapter 10, Section 10-22 (a) (2), a current valid certificate, as listed below, qualifying the Bidder to perform the Work contemplated under this RPQ The County shall retain the 2% UAP for use by the County to help defray the cost of its procurement program. Contractor participation in this pay request reduction portion of the UAP is mandatory. Provided, however, UAP shall not be applicable for total contract values, inclusive of contingency and allowance accounts, of less than five hundred thousand dollars ($500,000.00). All Projects, where the prices received are in excess of $200,000 will require the submission of the Payment and Performance Bond as required by State of Florida Statute. COMMUNITY WORKFORCE PROGRAM Prior to entering into a contract and according to the Miami-Dade County Code 2-1701 and amended by Ordinance 13-66, the successful bidder on a construction contract subject to a Community Workforce Program (CWP) goal, must submit to Small Business Development (SBD) through the contracting officer a workforce plan outlining how the CWP goal will be met. Additional information is available at the Countys website . Contractor must submit a Workforce Plan to the Miami-Dade County Internal Services Department, Small Business Development Division within fifteen (15) days of notification of award of the contract. Firms without proper badging are required to provide copies of their driver license and last 4 numbers of their social security numbers Forty eight (48) hours prior to Pre-Bid Meeting date. Soft background checks need to be conducted prior to issuance of any visitors passes into Air Operations Area (AOA). Social distancing practices, and County guidelines reference COVID-19 will be adhered to. At the meeting, potential bidders must provide a dedicated e-mail address. MDAD will only be sending addenda and RFI's by e-mail. PLANS: 1. Miami International Airport BHS Central Terminal to South Terminal Crossover - MDAD No. T042B, Project Drawings, prepared by JSM & Associates, dated January 31, 2022 - 38 Pages. All Pre-Bid Questions/Requests for Information/Clarifications (PBQs, RFIs) shall comply with the Cone of Silence, Administrative Order 3-27 and shall be directed in writing to the MDAD Project Manager (rcabrera@flymia.com) with a copy to the Clerk of the Board. The deadline to submit PBQs/RFIs is no later than five (5) working days before the bid opening date and time in order to allow the County to issue appropriate addenda. Each submittal of a question or questions shall also contain the following information: Project name and number, name of company as well as the name of the company representative submitting the question(s), and the email address where responses to the question(s) can be delivered. DEADLINE FOR RECEIPT OF PBQs/RFIs SHALL BE 5:00 PM ON 8/10/22. ADDENDA The County reserves the right to make changes to the Contract Documents, as it finds necessary or in its best interest, at any time prior to the opening of Bids. No interest will be paid on Bid Guaranties. PERFORMANCE & PAYMENT BOND All Projects, where the prices received are in excess of $200,000 will require the submission of a Payment and Performance Bond as required by State of Florida Statute. The Contractor shall duly execute and deliver to the County a Payment and Performance Bond in an amount that represents 100% of the Bid price offered by the Bidder within 14 calendar days of a Notice of Award.

Details

Division 03 - Concrete, Concrete Forming, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing.
Division 06 - Wood, Plastics, and Composites.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection, Weather Barriers.
Division 08 - Openings, Doors and Frames, Coiling Doors and Grilles, Entrances and Storefronts, Windows, Special Function Windows, Security Windows, Access Control Hardware, Louvers and Vents.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Ceilings, Resilient Flooring, Carpeting, Acoustic Treatment, Painting.
Division 10 - Specialties, Visual Display Units, Directories, Signage, Telephone Specialties, Compartments and Cubicles, Toilet Compartments, Emergency Aid Specialties, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Lockers, Storage Assemblies, Protective Covers, Flagpoles, Pest Control Devices, Flags and Banners, Security Mirrors and Domes.
Division 11 - Equipment, Loading Dock Equipment, Loading Dock Bumpers, Stationary Loading Dock Equipment, Portable Dock Equipment, Loading Dock Lights, Foodservice Equipment, Foodservice Storage Equipment, Food Preparation Equipment, Food Cooking Equipment, Food Dispensing Equipment, Ice Machines, Cleaning and Disposal Equipment.
Division 12 - Furnishings, Art, Casework, Seating.
Division 14 - Conveying Equipment.
Division 21 - Fire Suppression, Instrumentation and Control for Fire-Suppression Systems, Fire-Extinguishing Systems.
Division 22 - Plumbing, Instrumentation and Control for Plumbing, Plumbing Piping, Plumbing Equipment, Plumbing Fixtures, Drinking Fountains and Water Coolers.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC.
Division 25 - Integrated Automation.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Packaged Generator Assemblies, Engine Generators, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting, Lighting Poles and Standards, Parking Lighting, Site Lighting, Walkway Lighting, Flood Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications, Audio-Video Communications, Distributed Audio-Video Communications Systems, Paging Systems, Public Address Systems, Intercommunications and Program Systems.
Division 28 - Electronic Safety and Security.
Division 31 - Earthwork, Site Clearing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Paving Specialties, Parking Bumpers, Speed Bumps, Pavement Markings, Tactile Warning Surfacing, Fences and Gates.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities.
Division 41 - Material Processing and Handling Equipment, Conveyors.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents