Solicitation Details - RPQ No 2023-017
Back To Search SolicitationsTitle:
Perimeter Fence Enhancements
Opening Date:
12/2/2025 2:00:00 PM
Announcement Info:
The Work consists of furnishing materials, labor, and equipment necessary for the construction of the following phases:
Phase I (CT-J (East) Fence Construction) Phase I of this project includes the construction of approximately 166 LF at CT J of a new anti-climb security-grade perimeter fence to replace an existing chain-link security fence and approximately 64 LF at CT-J of a new anti-climb security-grade gates to replace the existing chain-link gates. The purpose of this new fence is to better deter and delay potential threats as compared with commercial-grade chain-link fencing.
Phase II (CT-C, (East and West) Fence Construction)Phase II of this project consists of the construction of approximately 32 LF at CT-C (West), and 105 LF at CT-C (East), for a total of 137 LF of a new anti-climb security-grade perimeter fence to replace an existing chain-link security fence and approximately 40 LF at CT-C (East) of a new anti-climb security-grade gates to replace an existing chain-link gate, and 2 Pedestrian Gate 3 LF wide each at CT-C (West) of a new anti-climb security-grade gates to replace an existing chain-link gate. The purpose of this new fence is to better deter and delay potential threats as compared with commercial-grade chain-link fencing. Phase III (CT-V Fence Construction and CT-J (West) Fence Construction)
Phase III includes the construction of approximately 341 LF at CT-V and 17 LF at CT-J (West), for a total of 313 LF of a new of anti-climb security-grade perimeter fence to replace an existing chain-link security fence and approximately 18 LF at CT-J (West) of a new anti-climb security-grade gates to replace the existing chain-link gates. The purpose of this new fence is to better deter and delay potential threats as compared with commercial-grade chain-link fencing.
This Contract/Project is funded in part by the Florida Department of Transportation (FDOT) Grant Contract #G2425 for Port of Miami Cruise Terminal Improvements.
MINIMUM CONSTRUCTON EXPERIENCE OF THE CONTRACTOR:
The Bidder and/or Key Personnel must have successfully completed the construction and/or rehabilitation of a minimum of three (3) anti-climb robust security fence project within the last ten (10) years and one (1) project within the last five (5) years.
This Contract/Project is funded in part by the Florida Department of Transportation (FDOT) Grant Contract #G2425 for Port of Miami Cruise Terminal Improvements.
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 on November 5, 2025 at 10:00 AM. 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]. 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 November 14, 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 [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 [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.
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 |
|---|---|
| 96820 | BUILDING CONSTRUCTION |
| 96842 | GENERAL CONSTRUCTION |
Solicitation Package/Addendums
| Type | File Name |
|---|---|
| Package | RPQ_No_2023-017.pdf |