Solicitation Details - RPQ No 2021-012.14-R
Back To Search SolicitationsTitle:
Parking Garage J - Electrical and Structural Repairs
Opening Date:
1/6/2026 2:00:00 PM
Announcement Info:
The Work consists of furnishing materials, labor, and equipment necessary for the construction of structural and electrical repairs based on the findings from the 30-year structural and electrical recertification inspection reports with the goal of completing the buildings 30-year recertification.
The STRUCTURAL repairs include but are not limited to the following:
a. CMU mortar joint cracking repair
b. Concrete crack repair
c. Concrete spalling repair (moderate)
d. Concrete spalling repair ( severe)
e. Steel corrosion (precast panel connection)
f. Steel corrosion (posts/columns)
g. Steel corrosion (column/wall plates)
h. Steel corrosion (anchors)
i. Stucco delamination repair
j. Expansion join replacement
The ELECTRICAL repairs include but are not limited to the following:
a. Reuse of existing poles and installation of new pole top luminaires
b. Installation of new wall packs as shown on sheet E-1
c. Adjust all luminaires to meet the photometric lighting levels shown in sheet E-3
Minimum Construction Experience of the Contractor
a. The Bidder, Subcontractor and/or Key Personnel must have successfully completed the rehabilitation of a minimum of three (3) cast-in-place concrete structures within the last (5) years.
Note: All electrical work is to be performed on the roof level.
1.) In the case of a numerical or mathematical discrepancy in the bidder’s submittal,
the Base Bid Total, as listed in RPQ Bid Form – Attachment 5A, shall govern as the actual bid price. That number shall constitute the bidder’s binding offer, notwithstanding contrary information elsewhere in the submittal
2.) The Mandatory Pre-Bid Meeting shall be held. All persons interested in participating in the Mandatory Pre-Bid Meeting must pre-register and indicate their intention to attend the meeting by sending an email to [email protected] with a copy to the Clerk of the Board at [email protected], and a copy to [email protected], and a copy to Lina Jaramillo at [email protected], and a copy to Samuel Marti at [email protected]. The email must state each participant’s name, email address, and phone number as well as their company’s name. 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 Pre-Bid Conference, there is no guarantee that he/she will be allowed to attend.
3.) Contract Documents: Contract Documents shall be provided to the Contractors that attend the Mandatory Pre-Bid Meeting. Upon the conclusion of the Mandatory Pre-Bid Meeting, the Contract Documents will be sent to the attending Contractors at no charge via an email containing an online downloadable link.
4.) Requests for Information: All requests for clarification of an RPQ must be submitted in writing by 12/23/2025 by 12:00 PM. Written communications must be in the form of an e-mail addressed to Ivonne Andres at [email protected] with a copy to the Clerk of the Board at [email protected], and a copy to Lina Jaramillo at
[email protected] and a copy to Samuel Marti at [email protected].
5.) Bids received after the due date and time will not be accepted. The Contractor must submit one (1) labeled and sealed envelope with the completed Bid Package. The envelope must contain the RPQ Bid Form - Attachment 5A, and all other accompanying required documents. The envelope is due on or before the time and bid date specified in the advertisement or subsequent addenda changing the due date and time.
6.) The preliminary bid results (Bid Analysis) can be requested via e-mail. An e-mail request must be sent to Ivonne Andres at [email protected] with a copy to the Clerk of the Board at [email protected], and a copy to Lina Jaramillo at [email protected], and Samuel Marti at [email protected].
7.) Additional Insurance Requirements: Please refer to the Special Provisions in the Bid Documents.
•DUE TO THE SPECIALIZED MARINE WORK PERFORMED AT PORTMIAMI, MIAMI-DADE COUNTY’S RISK MANAGEMENT’S DIVISION REQUIRES HIGHER INSURANCE LIMITS FOR ALL OF THE SEAPORT DEPARTMENT’S CONSTRUCTION PROJECTS.
8.) Subsequent to the commencement of the Contract, the County may require specific qualifications based on a Project’s scope of work. Such requirements will be included within the RPQ.
9.) Bid must be submitted as follows:
PortMiami Office Location:
1080 Caribbean Way, Miami, Florida 33132
We are located behind the loading dock area
Call for assistance, if needed:
305-347-4800 / 305-347-4911 / 305-577-6429
Note: Bids will be publicly opened
1080 Caribbean Way, Miami, Florida 33132
Contractor must refer to the Request for Price Quotation (RPQ) and associated project documents for the detail Scope of Work.
Technical Certification:
General Building Contractor, Building Contractor
Commodities
| Code | Description |
|---|---|
| 90638 | GENERAL CONSTRUCTION SERVICES |
| 96820 | BUILDING CONSTRUCTION |
Solicitation Package/Addendums
| Type | File Name |
|---|---|
| Package | RPQ_No_2021-012.14-R.pdf |