Solicitation Details - MCC 7360 RPQ DRM-BCH-2024-R

Back To Search Solicitations

Title:
Miami Beach Breakwaters Beach Renourishment
Opening Date:
3/5/2025 2:00:00 PM
Announcement Info:
Scope of Work: (Contractor must obtain and submit all permits prior to performing any work). The Miami Beach Breakwaters Beach Renourishment Scope of Work for this contract consists of furnishing all supervision, labor, materials, equipment, tools, transportation, and supplies required, in accordance with the contract documents, approved permits and as directed by the Engineer, to perform and complete the construction of a beach berm between FDEP Range Monuments R-59 and R-62 as described in the Construction Drawings and restoration of the staging areas. The project includes all equipment, equipment operators (with valid Commercial Driver’s License, CDL), supervisors or project management staff, and safety personnel including flagmen. The contractor shall provide necessary flagmen to safely perform their functions. All costs for the flagmen shall be incorporated in the prices for all bid items that have been established. The contractor shall determine the minimum number of flagmen necessary to ensure that all operations will be done in a safe manner with the approval of Miami-Dade County. In addition to the above personnel, the bid prices submitted shall include other safety equipment, such as but not limited to barricades, traffic cones, stakes to establish measurements and baselines, orange mesh, caution tape, flags for flagmen, and DuraBase mats (or equal) for trucks to drive on specific areas as instructed by Miami-Dade County. The scope of work for this project also involves delivering, loading, transporting, placing, and grading beach sand from a staging area adjacent to the beach to a segment of shoreline located in Miami Beach in the proximity of 32nd Street from monument R-59 to monument R-62. In addition, tilling will be required prior to the completion of the project. It is anticipated that several all-terrain dump trucks will be required to transport the sand onto the beach itself; however, due to size limitations on the vehicle access points, small tri-axel dumps will be required to move the sand onto the beach. Additionally, the sand must be graded to specific elevations and widths at the fill site on a daily basis. All fill material placed shall be sand that is similar to that already existing at the placement site in both color and grain size distribution. All such fill material (sand) shall be free of construction debris, rock, clay, or other foreign matter, and suitable for marine turtle nesting. The material shall not be manufactured carbonate sands but shall be generally silica sand not containing greater than 5% fines (silt and clay passing a #230 sieve) or gravel exclusive of shell material (retained on a #4 sieve) and be free of coarse gravel or cobbles. Coarser silica sands, such as concrete sand, as opposed to mason sand, with the majority of the sand being in the sieve opening range of Number 8 to 50, shall be preferred. Each sand type quote shall include a tabular summary of sieve analysis consisting of no less than six sieves ranging from #4 to #230, as well as a grain size distribution curves, meet the parameters shown in Table 1, and the requirements of Florida Administrative Code r. 62B-41-007(2)(j). A representative sample (minimum ¼ lb.) of the proposed material indicating the location source shall be submitted prior to commencement of work. Multiple sand types can be quoted provided they meet the above criteria. Table 1 – Sediment Compliance Specifications for mined upland sand source(s) Sediment Parameter Parameter Definition Compliance Value Max. Silt Content passing #230 sieve 5% Max. Shell Content* retained on #4 sieve 5% Munsell Color Value moist Value 6 or lighter Chroma 3 or lighter Mean Grain Size Range Moment Method 0.3 to 0.55 Sorting 1.25 Phi or less The beach fill material shall not contain construction debris, toxic material, other foreign matter, coarse gravel or rocks. *Shell Content is used as the indicator of fine gravel content for the implementation of Quality Assurance/Quality Control procedures. Prospective bidders are required to understand and comply with the insurance requirements related to this project. Requests for project documents will be accepted via email commencing on Monday, January 27, 2025. All requests shall be submitted to [email protected], [email protected], and [email protected] with a copy to [email protected]. A mandatory pre-bid meeting will be held via Microsoft Teams at 11:00AM on Tuesday, February 11, 2025. Only bidders attending the mandatory pre-bid meeting will be allowed to bid on project. Bidders attending shall have requested and received documents related to the project. Bidders should be familiar with the documents so that any questions regarding interpretation and/or clarification may be addressed. Any questions regarding interpretation or clarification to project shall be submitted via email to [email protected], [email protected], and [email protected] with a copy to [email protected] . Each such request must be received at least five (5) working days before the submittal date as established in the Project advertisement or as formally amended, in order that interpretation or clarification be issued in the form of written addenda, emailed, mailed or delivered to all prospective Contractors. The Contractor shall submit and turn in (1) labeled and sealed envelope with the completed bid package. The envelope shall contain the “Contractor Bid Documents Submittal Checklist and Proposal” with ALL corresponding items. The envelope is due at the time and bid submission date as stated in this invitation to bid. Bidders may participate on Wednesday, March 5, 2025, at 2:00 p.m. Local Time, at the Stephen P. Clark Center, 111 N.W. 1st Street, 17th Floor, where it will be publicly opened and read aloud by the Clerk. All bids must be submitted in a sealed envelope or container bearing on the outside the name of the Bidder, his address, the number of the project for which the bid is submitted, and the date of opening. Bids will be opened promptly at the submittal deadline. Bids received after the first bid envelope or container has been opened will not be considered. The County shall award the project to the lowest responsive and responsible bidder meeting all requirements. Each bid must be accompanied by a certified check or an acceptable bid bond in the amount not less than five (5%) of the budgeted amount, made payable to the Board of County Commissioners of Miami Dade County, as a guarantee that the bidder, if notified of the project award, shall within five (5) working days, shall execute a Work Order for the Project. Miami Dade County’s “Cone of Silence”, Section 2-11.1(t) of the Code of Miami Dade County, approved by the Board of County Commissioners, specifically prohibits communication in regard to this bid solicitation with County staff except as allowed by the Code. The period covered by the “Cone of Silence” is defined in the code. Bidder shall request bid documents from department as instructed in order to be sent the invite and attend the Microsoft Teams mandatory pre-bid meeting. Only those bidders attending will be allowed to submit bids.
Technical Certification:
General Building Contractor; General Engineering

Commodities
Code Description
96820 BUILDING CONSTRUCTION
96842 GENERAL CONSTRUCTION
Solicitation Package/Addendums
Type File Name
Package MCC_7360_RPQ_DRM-BCH-2024-R.pdf