Solicitation Details - MCC 7360 RPQ 2024DCPC-R

Back To Search Solicitations

Title:
Debbie Curtin Park - Pickleball Courts Rebid
Opening Date:
8/13/2024 2:00:00 PM
Announcement Info:
Scope of Work: (Contractor must obtain and submit all permits prior to performing any work). EXPERIENCE REQUIREMENT: Bidder or vendor key personnel experience shall have completed at least two (2) projects of similar size and scope in accordance with Resolution No. R-1122-21. Bidder shall provide evidence of this experience; project names; dollar values and contract information for verification purposes. The experience of the bidding or proposing Contractors’ key personnel will be considered in assessing the Contractor’s experience. This information should be entered on form 00450 Bidder's Statement of Qualifications and Business References, highlighting at least two comparable projects and using additional pages as needed. SCOPE OF WORK: 1. CONTRACTOR shall review all documents, specifications, plans, and scope of work provided by the Miami- Dade County Parks, Recreation and Open Spaces Department Construction & Maintenance Division Project Manager for work to be completed. 2. CONTRACTOR shall furnish all necessary supervision, labor, tools, materials, and safety equipment required to provide 4 pickleball courts, in accordance with the following: 2.1. Prior to submitting bid, the contractor is to visit site and become familiar with areas and requirements as per scope of work needed in RPQ and shop drawings provided by owner to complete project for convenience of bidding, prior to submitting bid contractor is required to visit site to complete take-off / verification of all measurements required to complete scope of work needed/required in RPQ. 2.2. Contractor shall construct new 70’ x 130’ asphalt foundation with concrete curb apron/perimeter for placement of six (4) pickleball court’s (per owner shop drawing) to include post/nets, lined for play per USA Pickleball Association (USAPA) guidelines/specifications. 2.3. Contractor shall be required to submit topographical survey to ensure finish court surface is consistent elevation north/south-east/west to while maintaining slope required per USA Pickleball Association (USAPA) court guidelines/specifications. 2.4. Contractor shall reference owner site drawing for foundation location, foundation shall be at grade elevation with slope per owner shop drawing detail, shoulder dressing shall apply pending existing site ground elevations. 2.5. Subgrade Preparation to include removal of all rock, vegetation (including root systems), debris, and unsuitable topsoil from the area. To prevent future growth, treat the subgrade with an approved soil sterilant. The subgrade must be shaped to meet true lines and elevations to be compacted not less than 95 percent of maximum laboratory density. The surface of the compacted subgrade must not vary more than 3/4 inch from the established grade. 2.6. Base construction for asphaltic concrete (finish surface) rock base material must be placed on the prepared subgrade in equal lifts of a thickness no more than 6 inches or less for a total thickness of 12”. The material must be spread and compacted to the required thickness and density as specified shown in per owner’s drawings. The surface of the completed base must not deviate more than 3/8 inch when measured with a 10-foot straight edge but must slope 1 inch per each 10 feet on a true plane from side to side, end to end, or corner to corner as indicated. Slope from existing asphalt to new court concrete apron on North Side to create a gradual transition to new courts. 2.7. Concrete header curb to perimeter (owner drawing detail) of foundation to be constructed with 28- day 3,000 PSI concrete, subbase to be well compacted and/or tested with a 98% minimum density or LBR 40 based on AASHTO T-180 modified proctored test. 2.8. Finish surface asphaltic concrete course to include tack coat applications, tack coat shall be heated and applied in a thin uniform layer at a rate of .03 and .15 gallons per square yard. Asphaltic concrete placement shall be compacted to the required thickness and density to a minimum 1” inch thick type S-1 to all areas. 2.9. Apply (4) coats color concentrate finish to new surface. (Green, Blue as per parks standard) per USA Pickleball Association (USAPA) court guidelines/specifications. Color coat materials shall exceed or equal to Laykold or Plexipave manufactures product. 2.10. Line for play per USA Pickleball Association (USAPA) court guidelines/specifications. 2.11. Install net post/nets per USA Pickleball Association (USAPA) court guidelines/specifications. 2.12. Contractor shall meet USA Pickleball Association (USAPA) guidelines/specifications upon completion of court surface applications and all color coat applications. Areas where court surface requires repairs, contractor will use materials per manufacture specifications to match existing conditions. Court patching to courts as required to ensure displacement of water, maintain level surface not to exceed (pickleball/tennis/racquetball) tournament sport court specifications, court patch areas shall include additional color coat prior to finish color coat applications to ensure even color finish. 2.13. Contractor shall complete color coat applications to areas repaired to match existing color surface. 2.14. Contractor shall install 4’ FT fence system between the pickleball courts leaving 4’ space to edge from perimeter fence (See Fence Dimension Attachment). The 4’ FT High divider fencing shall have a Yellow Corrugated Fence Cap at 4 ½” diameter covering the knuckle-to-knuckle fabric finish & top rail of divider fencing. 2.15. Contractor shall complete asphalt walkway placement per owner drawing. Asphalt walkway 20’LF x 10’ (approximately 200 SF) with ADA Accessible Ramp transition from existing sidewalk to new courts on South Side. 2.16. Contractor shall install 70/30 mix and sod at edges of all areas disturbed by construction activities, contractor shall include fine hand grading and supplying topsoil mixture to bring soil/sod to even elevation with edge of new asphalt placement, some areas when needed may need additional materials. 2.17. Contractor understands and accepts that this scope of work entails installation of complete new chain-link vinyl fencing system/installation to perimeter in curb (10’) as alternate per owner drawing/specifications. This installation shall consist of new components, including but not limited to fence mesh/fence fabric shall be Thermofused/Permafused II Polyolefin Coating or Spectra Poly (Vinyl Chloride) (PVC) Coated 6 core gauge (5 finish gauge) with selvage of 2” being Knuckle top & Knuckle bottom (KK); supports, bracing, hinges, any other accessories, or the complete installation of the fence construction with new materials (Using Vinyl Coated Galvanized Steel Ties). Each fence post (Sch. 40; 1.8-2.0 oz.-Thickness .226), and all fittings shall be of Midnight Black Galvanized Pressed Steel (Tension, Brace Bands, Caps, Eye Tops, Rail Ends, & Tie Wires). The Contractor shall adhere to the manufacturers’ requirements and installation guidelines; Installation shall include the complete installation of fence construction with new materials. (If Applicable) Contractor’s performance will be substantiated to include and provide the following: Post & Line Caps, Rail & Brace Ends, Top Rail Sleeves, Tie Wires & Hog Rings, Tension & Brace Bands, Tension Bars, Tension Wires, Truss Rod & Tightener and Any Common Chain Link Fence Fittings, etc... Contractor to include (1) ADA accessible Openings. An 8’ ft high privacy fabric/windscreen will also be installed throughout (Color Black). 2.18. Contractor shall provide the Chain Link Fence, associated equipment, and services as per specifications. The Chain Link Fence shall be complete with all of the necessary components as shown and described by manufacturers. Components not specifically mentioned but are necessary to furnish a complete unit ready for use shall also be included. All equipment and components that will be used shall be new and of current production of national firms that manufacture Chain Link Fencing and their specified components. (See Attachment A). 2.19. Contractor is responsible for attaining ALL pertinent permits (City of Miami, Miami-Dade Building Department, Electrical, Plumbing, Miami-Dade Public Works, Miami-Dade Water and Sewer, DERM, Fire, FDEP, Florida Department of Health, South Florida Water Management, US Army Corps of Engineers, etc.) needed to begin and complete all phases of work within the plans. 2.20. It shall be the contractor’s responsibility to ensure that all required regulatory or proprietary permits are obtained prior to commencement of work. 2.21. Contractor shall obtain all required permits and forward them to Miami Dade County Parks within five (5) days of receipt of dry run plans. 2.22. Contractor to provide any exploratory digging as required; inclusive of hand digging. 2.23. Contractor is responsible for any and all dewatering required. All necessary permits required for dewatering are the responsibility of the Contractor. 2.24. Contractor is responsible for all Surveying & Layout required. Red Line (As-built) drawings to be maintained on site at all times. Accurate survey (Inverts, Dimensions, Locations, etc.) to be reflected on red line (as-built) plans. These are to be reviewed on a weekly basis by Project Manager. Three signed and sealed as-builts to be submitted prior to final payment approval. Refer to item 21 for further as-built requirements. 2.25. Contractor to coordinate all required inspections/tests and documentation required by any/all governing entities, i.e. City of Miami, Miami-Dade Building Department, Miami-Dade Water and Sewer, Miami-Dade Public Works, Plumbing, Electrical, Fire, Florida Department of Health, DERM, FDEP, South Florida Water Management, FPL, etc. 2.26. Contractor to call Underground Locating Company and have all underground located at least 48hrs prior to any excavation commencing. Contractor to provide ticket numbers provided by underground locating company to owner. CONTRACTOR SHALL BE RESPONSIBLE FOR UNDERGROUND LOCATIONS WITHIN THE PROPERTY LINE. 2.27. Contractor shall provide temporary fencing and safety barriers as directed to maintain a safe work site. Coordinate fencing and barrier requirements with Owners Representative as job progresses. 3. MATERIAL or PRODUCT SUBSTITUTIONS: 3.1. Miami-Dade County Park and Recreation has specified certain brand names because it seeks to match products currently in use at other Park facilities. 3.2. Work will be as per plans and specifications provided by Owner: • Attachment A: General Notes & Site Plans 3.3. Any specified products or systems intended to be substituted by the Contractor will have to be submitted to the Project Manager within 30 calendar days after receipt of the Notice to Proceed. 3.4. Only one (1) request for substitutions will be considered for each product. When substitutions are not accepted, the Contractor shall provide specified product. 3.5. The request is to be accompanied by complete cost data of the proposed substitution, substantiating compliance with the contract documents, including product identification and description, performance and test data, references, and samples where applicable, and an itemized comparison of the proposed substitution with the product specified. Refer to attached form required with proposed substitution. 3.6. The request is to be accompanied by data relating to contract time schedule and aesthetic effect when applicable. 3.7. When redesign by the Architect or Engineer is required to accommodate an alternate product or system, all costs of this redesign are to be paid by the Contractor requesting the substitution. 3.8. When additional work is required by other contractors to accommodate the alternate product or system, all additional cost of this work is to be paid by the Contractor requesting the substitution. 3.9. Failure to place orders for specified products or systems sufficiently in advance of installation scheduled date(s) not considered a valid reason upon which Contractor may base request for Substitutions or for deviations from Contract Documents. Requested substitution will be accepted as an approved equal or rejected, solely at the discretion of the Owner’s Project Manager with Architect’s or Engineer’s written approval. 3.10. Work required may include, but is not limited to the following trades: Site-work, Carpentry, Signage, Reinforcing Steel, Concrete Placing & Finishing, Site Grading, Landscaping, Etc. 3.11. Contractor shall be responsible for furnishing all temporary utilities as required to complete all work, this shall include, but is not limited to, electricity, water, phone, toilet facilities, etc. Miami Dade County Parks shall not provide any temporary utility services for the contractor’s use. 3.12. CONTRACTORS submitting bids for work are responsible for listing appropriate subcontractors required to complete all areas of work required. 3.13. Contractor is responsible for the safety and security of the job site. Any vandalism, theft, etc. which occurs during the construction time is the responsibility of the Contractor. No monetary compensation shall be granted if any of the above occurs. Contractor is required to have proper insurance to cover ongoing work on the job site. If Contractor opts to hire an independent Security Company, such company is to be properly bonded and insured. Note that work is further described in the contract documents and within the plans listed in Project Volume I 00800 Supplemental General Conditions Article 1.28. BID DOCUMENTS AND PRE-BID MEETING ACCESS: Bid Documents and Pre-Bid meeting access will be sent to all bidders on: 7/25/2024. 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. BID SUBMITTAL DEADLINE: Out of an abundance of caution and for the health and safety of the public, all Bids must be submitted electronically in PDF format. 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 WebEx. Attendance is not required at the bid opening. The Public Bid Opening for this project will be livestreamed @ 2:05 PM. Request all information via email from: [email protected]. It is the responsibility of the contractor to verify all pricing and to modify their adjustment factors accordingly to inflation or material costs fluctuation 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 for the project, will be received electronically via email, in PDF format, to Arturo Duharte; [email protected], until 2:00 PM Local Time, 8/13/2024, or as modified by addendum. 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. COMMUNICATION AND RFI: All requests for information (RFI) must be submitted in writing by 8/7/2024 to [email protected] and copy the Clerk of the Board at [email protected]. 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. INDEMNIFICATION AND INSURANCE REQUIREMENTS: Refer to Project Manual Volume I - 00800 Supplemental General Conditions, Article 1.04 for requirements. CERTIFIED PAYROLLS: Contractor shall submit certified payrolls electronically through the LCP Tracker system. UAP FEES/ IG FEES: Pursuant to Miami-Dade County Code Section 2-8.10, User Access Program (UAP) Fees are not applicable. Pursuant to Miami-Dade County Code Section 2-1076 - Office of the Inspector General (IG) Fees apply.
Technical Certification:
General Building Contractor Fence Paving Concrete Finishing

Commodities
Code Description
91430 CONCRETE
96820 BUILDING CONSTRUCTION
96842 GENERAL CONSTRUCTION
98815 FENCE INSTALLATION AND REPAIR
21055 PAVING AND STEPPING BLOCKS
Solicitation Package/Addendums
Type File Name
Package MCC_7360_RPQ_2024DCPC-R.pdf