Florida Bids > Bid Detail

South Bulkhead Repairs Bays 165-177

Agency: Miami-Dade County
Level of Government: State & Local
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD10865889954963460
Posted Date: Jan 12, 2024
Due Date: Feb 14, 2024
Solicitation No: MCC 7360 RPQ 2010-051.06SP
Source: https://www.miamidade.gov/apps...

Solicitation Details - MCC 7360 RPQ 2010-051.06SP

Title:
South Bulkhead Repairs Bays 165-177
Opening Date:
2/14/2024 2:00:00 PM
Announcement Info:
PROJECT DESCRIPTION: The project involves the berth renovation improvements for Bulkhead Repairs to Bays 165-177 at PortMiami. The main purpose of the project's design and construction is to reinforce the existing seawall section(s) to withstand additional cargo container loads. Thus, larger and more efficient container cargo cranes will be able to be utilized for more efficient container loading and unloading purposes. The Scope of Work consists of furnishing materials, labor, and equipment necessary for the general construction necessary to repair approximately 1,440 linear feet of PortMiami's south bulkhead walls from Bays 165-177. The Scope of Work consists of, but is not limited to: 1. The installation of king piles. 2. The installation of a concrete cap. 3. The installation of marine fenders. 4. The installation of water stations. 5. The installation of mooring bollards. 6. The demolition of a ro-ro ramp. 7. Adjacent areas along the seawall will be restored which shall include pavement and striping. It is important to note that due to MARAD grant procurement guidelines, local preferences are precluded from the project. However, Davis-Bacon prevailing wages are applicable to the project. The contract duration is 365 calendar days as defined in the Contract Documents. All work shall be performed as per the Contract Documents. CONTRACTOR QUALIFICATIONS: With the bid, the successful Bidder shall submit proof that his/her firm has at least the minimum successful contract experience as required below for this Contract being bid. Such proof shall consist of a list of projects, completed prior to the bid date, with the names and telephone numbers of the owners or representatives that the Department can contact to confirm the listed experience. The Prime Contractor and/or its Subcontractors performing the work shall have a minimum experience (combination) of at least three (3) similar marine projects in the last ten (10) years, where one of these three (3) projects was completed within the past five (5) years under the firm’s current business name. Subcontractor(s) must be identified with the bid. Similar projects consist of projects involving repair of bulkhead walls of twenty-five (25) feet or more in depth; installation of underwater bolted or welded plates in an existing underwater steel sheet piling; installation of steel piles with vibratory hammer; installation of new foam filled fenders in a major port; underwater assessment and measurements; and underwater pictures and video recording. Such proof shall consist of a list of projects, completed prior to the bid date, with the names and telephone numbers of the owners or representatives that PortMiami can contact to confirm the listed experience. The Prime Contractor and/or its Subcontractors can meet the identified requirements, in accordance with Miami-Dade County Resolution R- 1122-21. Bid documents (available on Compact Disk) may be purchased beginning on January 11, 2024, at PortMiami, Contracts and Procurement Section, 1007 North America Way, Suite 311, Miami, Florida 33132. The non-refundable fee for each set of Bid Documents is $20.00 and only checks or money orders are acceptable and shall be made payable to the MIAMI-DADE COUNTY SEAPORT DEPARTMENT. The Solicitation Coordinator for this project is Frank Ramirez who may be contacted via e-mail at sprfi@miamidade.gov or via phone at (305) 347-5508. All bidders must purchase one (1) set of Bid Documents in order to submit a bid. Miami-Dade County has scheduled a Mandatory Pre-Bid Conference and Mandatory Site Visit at 10:00 a.m., local time on January 25, 2024, at PortMiami, 1015 North America Way, Second Floor Main Conference Room, Miami, Florida 33132. The Mandatory Pre-Bid Conference and Mandatory Site Visit are being held to answer any questions and/or concerns of prospective Bidders. ATTENDANCE IS MANDATORY AND INTERESTED PARTIES ARE REQUIRED TO ATTEND. Proposed Bidders attending the Mandatory Pre-Bid Conference and Mandatory Site Visit are to submit the information below in an e-mail addressed to Frank Ramirez at sprfi@miamidade.gov with a copy to the Clerk of the Board at clerk.board@miamidade.gov a minimum of seventy-two (72) hours before the Mandatory Pre-bid Conference and Mandatory Site Visit: • Name of individual attending the Mandatory Pre-Bid Conference and Mandatory Site Visit. • Company Name. • Telephone Number(s). • Email Address. Failure of a bidder to attend and sign the attendance sheet at a Mandatory Pre-Bid Conference and Mandatory Site Visit will result in the Contractor’s bid being rejected. If the bidder does not arrive on time for the Mandatory Pre-Bid Conference and Mandatory Site Visit, there is no guarantee that he/she will be allowed to attend. The Miami-Dade County Contractor's Certification is required in one of the following categories: General Contractor, or other categories as applicable to Chapter 10 of the Miami-Dade County Code, or State of Florida General Contractor's License.
Technical Certification:
General Contractor

Commodities
Code Description
96842 GENERAL CONSTRUCTION
Solicitation Package/Addendums
Type File Name
Package Invitation_To_Bid_2010-051.06-SP.pdf

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 >