Solicitation Details - MCC 7360 RPQ 2025TSCL
Back To Search SolicitationsTitle:
Tamiami Park - Pickleball Sport Court Lighting
Opening Date:
7/22/2025 2:00:00 PM
Announcement Info:
Scope of Work:
(Contractor must obtain and submit all permits prior to performing any work).
All requests for information (RFI) must be submitted in writing by 07/14/2025 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.
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 sport court lighting at existing pickleball courts at Tamiami Park, 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. Contractor to complete take-off / verification of all measurements required to complete scope of work needed/required in RPQ.
2.2. Contractor shall provide and install 4 new concrete light poles 30’ft high with 4 LED lights each pole, directional boring approximate 700’ ft, panel, meter, conduit, time clock wire and connection. (light spillage must be shielded away from residential areas) (Attachment A) that meets the photometric plan and requirements for play per USA Pickleball Association (USAPA) guidelines/specifications.
2.3. Light pole and LED Fixtures shall consist of Precast Specialties, LLC Light Pole 37’ ft. Type II – 0 R Pole and LEDVFXL-480-50K FS BH3 Photocell or Approved Equal. (Sec. 3 Material & Product Substitutions)
2.4. Contractor shall refer to owner drawing (Attachment A) to see where the existing pickleball courts are as well as the placement of the light poles, the location of the transformer, and panel.
2.5. Concrete embedment of the light poles shall meet the required building codes and 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.
2.6. 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.
2.7. It shall be the contractor’s responsibility to ensure that all required regulatory or proprietary permits are obtained prior to commencement of work.
2.8. Contractor shall obtain all required permits and forward them to Miami Dade County Parks within five (5) days of receipt of dry run plans.
2.9. Contractor to provide any exploratory digging as required; inclusive of hand digging.
2.10. Contractor is responsible for any and all dewatering required. All necessary permits required for dewatering are the responsibility of the Contractor.
2.11. 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.
2.12. 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.
2.13. 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.
2.14. 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. 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. The request is to be accompanied by data relating to contract time schedule and aesthetic effect when applicable.
3.5. When redesign is required to accommodate an alternate product or system, all costs of this redesign are to be paid by the Contractor requesting the substitution.
3.6. 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.
3.7. 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.
3.8. 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.
3.9. 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.
3.10. CONTRACTORS submitting bids for work are responsible for listing appropriate subcontractors required to complete all areas of work required.
3.11. 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 listed in Project Volume I 00800 Supplemental General Conditions.
Bidder or vendor key personal 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. 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.
Technical Certification:
General Building Contractor; Electrical Contractor
Commodities
Code | Description |
---|---|
91438 | ELECTRICAL |
96820 | BUILDING CONSTRUCTION |
96842 | GENERAL CONSTRUCTION |
Solicitation Package/Addendums
Type | File Name |
---|---|
Package | MCC_7360_RPQ_2025TSCL.pdf |
Package | MCC_7360_RPQ_2025TSCL.pdf |