Florida Bids > Bid Detail

Multiple Marine Construction Repair Piling and Channel Marker Replacement - South of Tamiami Trail

Agency: Miami-Dade County
Level of Government: State & Local
Category:
  • Y - Construction of Structures and Facilities
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD10865257438302221
Posted Date: Jan 11, 2024
Due Date: Jan 31, 2024
Solicitation No: MCC 7360 RPQ 290061
Source: https://www.miamidade.gov/apps...

Solicitation Details - MCC 7360 RPQ 290061

Title:
Multiple Marine Construction Repair Piling and Channel Marker Replacement - South of Tamiami Trail
Opening Date:
1/31/2024 2:00:00 PM
Announcement Info:
Scope of Work: (Contractor must obtain and submit all permits prior to performing any work.) THIS CONTRACT IS AN ALL-MARINE INCLUSIVE CONTRACT. CONTRACTOR SHALL BE RESPONSIBLIE FOR AQURIING ANY LICENSED TRADES TO PEFORM THE WORK DESCRIBED. SCOPE OF WORK 1.47) CONTRACTOR shall review all documents, specifications, plans and scope of work provided by Miami-Dade County Park & Recreation Construction Division for work to be completed. Furnish all labor, equipment and materials required. 1.48) Contractor shall be responsible for attaining all pertinent permits from any and all governing entities (i.e., City of Miami, Miami-Dade RER, Electrical, Plumbing, Miami-Dade Public Works, Miami-Dade Water & Sewer, DERM, Fire, FDEP, Florida Department of Health, South Florida Water Management, US Army Corps of Engineers, Florida Department of Environmental Protection, USCG etc.) needed to begin and complete all phases of work. 1.49) If applicable, prior to starting project, CONTRACTOR shall notify any departments having jurisdiction of the work being performed. 1.50) CONTRACTOR shall comply with Office of Resilience initiatives, to include Sea Level Rise. 1.51) Contractor shall coordinate all required inspections/tests and documentation required by any/all governing entities, i.e., City of Miami, Miami-Dade Building Department, etc. 1.52) It shall be the contractor’s responsibility to ensure that all required regulatory or proprietary permits are obtained prior to commencement of work. 1.53) Piling replacement and marine repairs, including emergency repair of mooring pilings, channel/ waterway markers, buoys, waterway signage and markers, dayboard channel markers, day beacons, lights, lightships, radio beacons, fog signals, piers, fenders, seawall caps, tie rods, riprap, and marine related items. 1.54) Contractor shall make every effort to aid in expediting any repairs, including removal of any materials that may create a hazard to navigational waterways. 1.55) All new wood pilings being installed shall be (Green Heart) or Pearson Fiberglass Composite. 1.56) All new wood (Green Heat) pilings and Pearson Fiberglass Composite being installed shall be the approximate diameter as existing wood pilings. Existing size to be identified and new piling size shall be approved prior to installation. PILING/CHANNEL MARKER REPLACMENT WORKSHEET to be completed and approved prior to proceeding with work. 1.57) All new pilings shall be driven to equal/greater depth of existing pilings being removed in order to prevent leaning, swaying, twisting, etc. 1.58) Piles which require excessive bending in order to straighten shall be withdrawn and re-installed to the proper vertical upright position. (Piles shall not be installed and then pulled into position) 1.59) Newly installed piles that are damaged, not located in the proper location, or driven out of alignment shall be withdrawn and replaced with new piles without additional cost to the OWNER. 1.60) Piles shall be cut to equal height (± 1”) to match existing pilings. All (Green Heart) piles shall be capped with white or black cone caps (to match existing) attached with a minimum of (4) #10 x 1.5” stainless steel screws. 1.61) Piling cone caps shall fit the piling naturally without having to modify the pile cap in any fashion. (i.e., splitting a cap to fit a larger or smaller diameter piling than the pile cap was designed to fit). Cap shall be secured with stainless steel hardware. 1.62) All newly installed (Green Heart) pilings shall have a stainless-steel band installed just below the pile cap (± 1”) to prevent the wood piling from separating/splitting. The stainless-steel band shall be secured with stainless steel hardware to prevent the strap from slipping. 1.63) All newly installed wood pilings shall have boat mooring cleats installed to match existing piling cleat size and elevation. 1.64) All mounting hardware shall be stainless steel and/or to match existing. 1.65) Due to sea level rise, all new pilings shall be raised up 3 feet above existing pilings’ elevation. 1.66) Contractor shall maintain a daily log report of activity at jobsite, to include activities performed, quantizes removed that day, water conditions, etc. Reports will be submitted to Miami Dade Parks. Construction activities which will adversely impact or disrupt owner ability to use the facility as intended throughout project duration including but not limited to restricting facility access or utilization of existing spaces, shall be coordinated with owner and the facility staff prior to execution so as to minimize any potential problems and/or hazards during all phases of construction process. 1.67) Contractor shall complete site visit for inspection of existing damage square pile for replacement to match existing in size, dimension, and structural bearing specifications with same materials. 1.68) Contractor shall be required during installation of new piling to be monitored by pile driving report/records submitted by location to insure minimum driving resistance, record of depth to existing pilings which were removed, record total length to include above ground height/elevation to equal depth/embedment. 1.69) Driving criteria of record to include minimum resistance as measured by blow count in blows per foot or fraction thereof and is to assure that piles have desired capacity. Driven pile capacity where “Practical Refusal” will be determined and will be a condition where the blow count exceeds either two times the number of blows required in one foot or three times the number of blows required in three inches to achieve the required beating value, not to exceed five blows per inch. 1.70) Contractor shall meet installation tolerances with deviation form plumb and angle of batter: ¼ inch per foot of pile length, but not more than six inches overall. 1.71) Pile driving record submitted shall include project name and location, date and time of driving (start/stop/interruption), hammer make and model, ram weight, energy rating to include actual stroke and operating speed, pile ground surface, cut off, and final penetration elevations and embedment length, driving resistance data blows per foot, with a final foot normally recorded in blows per inch, comments or unusual observations to include reasons of all interruptions, signature and title of inspector. 1.72) Contractor shall be required to complete work during daily operations, areas that accessible by public will be required at all times safe passage. All areas affected will maintain clean and debris shall be disposed as required per industry standards. 1.73) Contractor shall use silt barrier, turbidity barrier or any other form of erosion control necessary to avoid contaminating boat basin area. 1.74) Contractor shall assume full responsibility for not any contamination (seepage, debris, silt, etc.) caused by the contractors. All activity shall be the responsibility of the contractor to clean up, Any and all fines incurred due to contamination shall be the responsibility of the contractor. 1.75) Contractor shall work with coordinating boat schedule for relocation of boats during piling replacement as required with marina manager and construction supervisor. (replacement may require boat removal pending contractor request and/or owner approval). 1.76) Contractor shall notify the project manager prior to starting the job. 1.77) Any piling that was not installed to the correct depth, vertical position, height, etc. shall be pulled and reinstalled at the contractor’s expense. 1.78) Contractor shall be responsible for any and all damage to the Parks/Marina and private property due to the construction and shall make all necessary repairs at the contractors’ expense. INDEMNIFICATION AND INSURANCE REQUIREMENTS The Contractor shall furnish to Parks, Recreation and Open Spaces, Capital Programs Division, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: A. Worker’s Compensation Insurance for all employees of the Contractor as required by Florida Statute 440. a. As applicable should include coverage required under the U.S. Longshoremen and Harbor Workers’ Act (USL&H) and/or Jones Act for any activities on or about navigable water. B. Commercial General Liability Insurance in an amount not less than $1,000,000 per occurrence, and $2,000,000 in the aggregate, not to exclude Products & Completed Operations. Miami-Dade County must be shown as an additional insured with respect to this coverage. C. Automobile Liability Insurance covering all owned, non-owned and hired vehicles, in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. In addition to the insurance coverages listed above the Contractor and/or sub-contractor that owns the barge(s) and/or vessel(s) must provide the following insurance coverage: D. Protection and Indemnity Insurance in the name of the vessel owner, in an amount not less than $1,000,000 per occurrence. Miami-Dade County must be shown as an additional insured with respect to this coverage. All Bids must be submitted electronically. PROS will email the bid tally within one business day to all bidders. Firms that did not submit a bid may request the bid tally from the contact person for this project. The bid opening will be conducted over Zoom. Attendance is not required at the bid opening. The Public Bid Opening for this project will be livestreamed @ 2:05 PM. Request information via email to: Penelope.Quintas@miamidade.gov Bids received after the bid submittal date and time stipulated above will not be considered. The County reserves the right to postpone or cancel the bid opening at any time prior to the scheduled opening, reject any and or all Bids, to waive informalities and irregularities, or to re-advertise the Project. The County, choosing to exercise its right of rejection, does so without imposition of any liability against the County. It is the responsibility of the Contractor to verify all pricing and to modify their adjustment factors accordingly to inflation or material cost fluctuations prior to submitting a final Base Bid price. Failure to honor pricing could impact the ability of the firm to receive County Business in the future as it will become a responsibility issue in future evaluations. Bids must be submitted pursuant to all the requirements set forth in the Bid Documents. This solicitation is non-exclusive and with no minimal guarantee. All Addenda for this project will be available within the same link emailed for the Bid Documents. It is the Bidder’s responsibility to ensure receipt of all addenda, and any accompanying documentation. Acknowledgment of bid documents and addenda received by Bidders is a requirement when submitting Bids. Failure to return signed receipts as part of your Bid Submittal may deem the bid non-responsive. REQUEST FOR CLARIFICATION/INFORMATION: All Requests for Information (RFI) must be submitted electronically, in word format, by 01/25/2024 to Penelope.Quintas@miamidade.gov and a copy filed with the Clerk of the Board at clerkbcc@miamidade.gov NO PHONE CALLS WILL BE ACCEPTED. Verbal statements made by the County or the Owner’s Representative that are not contained in an RPQ or addendum to the RPQ are not binding on the County and should not form any basis for a bidder’s response to an RPQ.
Technical Certification:
General Building Contractor Marine Specialty Contractor

Commodities
Code Description
95935 CONSTRUCTION SERVICES, GENERAL MARINE
96820 BUILDING CONSTRUCTION
96842 GENERAL CONSTRUCTION
Solicitation Package/Addendums
Type File Name
Package RPQ_290061_-_Multiple_Parks_Marine_Constrction_Rep

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 >