Solicitation Details - MCC 7360 RPQ 40070124005

Back To Search Solicitations

Title:
Tamiami Park - Miracle League Field Renovation
Opening Date:
6/5/2025 2:00:00 PM
Announcement Info:
Scope of Work: (Contractor must obtain and submit all permits prior to performing any work). Scope of Work: 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 to: Replace the existing rubberized poured in place surfacing of the Miracle League Baseball Field located in Tamiami Park. This is a complete replacement of the entire field, which includes the surfacing found inside both dugouts, infield, outfield and foul ball territories. Also, included in this project is milling, asphalt overlaying, and restriping of the ADA access route and parking & drop off area. 1.1) Sketch #1 shows the location of the Miracle League Field inside Tamiami Park (11201 SW 24 Street, Miami, FL 33165). 1.2) Sketch #2 shows the existing Miracle League Field and the dugouts. 1.3) Contractor shall carefully survey the existing Miracle League Field including the exact location of the bases, foul lines, pitcher’s mound, batter and catcher boxes, batter’s warmup circles, coach’s boxes and the Marlin’s and Miracle League’s logos. Also survey the outlines of the boundaries between the green surfacing and the brown surfacing. 1.4) The intent of this project is to replace all of the existing rubberized surfacing with new rubberized surfacing in the exact location of the existing surfacing. 1.5) The contractor shall demo and properly dispose of the existing rubberized surfacing from the entire field including the two dugout areas. The contractor is responsible to make their own measurements of the existing depth of the rubberized surfacing as the depth varies on average between ¾ inches to 1 ¼ inches. The contractor shall visit the site during the Prebid field meeting to take all of their measurements including the dimensions of the infield, outfield and dugouts. 1.6) Under the existing rubberized surfacing is an Asphalt Concrete pavement. 1.7) The contractor shall use only light weight equipment (bobcat, etc…) on the asphalt concrete pavement. 1.8) The asphalt concrete pavement shall be cleaned of all debris before applying the new rubberized surfacing. The AC pavement shall be cleaned with a rotary power broom to ensure the existing rubberized surfacing is removed. 1.9) The AC pavement shall be power washed with a pressure washer to ensure that the AC pavement is clean of all dirt/debris. 1.10) The AC pavement needs to be completely dry before applying the new rubberized surfacing. 1.11) Once the AC pavement is fully exposed, the contractor is required to notify PROS so that an inspection of the AC pavement can be conducted together. At this point the Contractor will repair any cracks/sinkholes (if any). Payment for repairs to the AC pavement will be negotiated with the contractor and use the Contingency Allowance of this contract; therefore, these repairs to the AC pavement will not be monetarily part of the base bid of this project. Cracks that are ¼ inch wide or less can be addressed using asphalt crack filler, while larger cracks and holes will be widened by saw cutting a trench, recompacting the base and installing new AC pavement. 1.12) Also once the AC pavement is fully exposed and cracks addressed, the contractor shall survey the AC pavement (topographical survey with 10-foot contour lines) to identify any depressions in the pavement. 1.13) Depressions (if any) will be addressed by the contractor using self-leveling concrete. While the cost of the survey will be included in the base bid, the self-leveling concrete repairs will be negotiated and paid using the Contingency Allowance of this contract. Therefore the self-leveling concrete repairs will not be monetarily part of the base bid of this project. 1.14) After all cracks and depressions have been addressed on the bare AC pavement and that there is no loose material on the AC pavement, the contractor can proceed to install the new rubberized surfacing. 1.15) The contract shall use EverTop™ Primer and EverTop™ Surfacing (Or an approved equal). The contractor is to follow the recommended manufacturer’s instructions in executing the application of their product. Please note that EverTop ™ requires approximately a nominal thickness of ½ inch of rubberized surfacing, with an acceptable minimum depth of 3/8 inch and maximum depth of 5/8 inch. 1.16) Included in the construction documents is the specifications for EverTop™ products for The Miracle League Fields. These specifications also show the requirements of the material design criteria, material storage, project site conditions, warranty, and installation execution. The contractor shall follow all the recommended manufacturer’s instructions in executing the application of their product. 1.17) The colors of the rubberized surfacing show follow the standard Miracle League National Recommendations as depicted in the EverTop™ specifications. 1.18) The contractor shall use an aliphatic binder system which is more Ultraviolet stable and more resistant to yellowing. 1.19) There are two logos that will need to be reproduced into the new rubberized surfacing material. Sketch #3 shows the existing two logos, one of which is The Miracle League standard logo, and the other is the Miami Marlin’s logo. The contractor is to match the existing logos in size, color and location. 1.20) The contractor shall supply the County with a 7-year warranty for the aliphatic binder system starting from the date of substantial completion of the project. 1.21) Near the end of the project, the contractor shall pressure wash the entire PC concrete area surrounding the Miracle League Field, including the bleachers, under the bleachers and dugouts. 1.22) Restripe, using thermoplastic, the four ADA wheelchair access decals on the existing PC concrete that surrounds the Miracle League Field. These four decals are found on each side of the two existing aluminum bleachers. The contractor is to clean the existing decal area of loos material before restriping in thermoplastic. 1.23) Repair the concrete pad adjacent to the drinking water fountain. The contractor is to remove the top soil, compact the base and form up the triangular shaped missing pad. The contractor shall drill 3-inches into the sides of the existing missing concrete pad in order to epoxy in four (4) rebar (No. 4) dowels approximately 6-inches long prior to pouring the concrete. The concrete thickness should match the existing concrete which is estimated to be 4-inches thick. Concrete shall be 3000 psi with a broom finish. Sketch #4 shows the concrete repair area. 1.24) Add two asphalt walkways as shown in Sketch #5. The first walkway (Item A) leads from the parking lot ADA drop off point located north of the Miracle League Field and runs to the NE corner of the PC concrete pad that surrounds the Miracle League Field. The asphalt walkpath (Item A) shall be 8-feet wide by approximately 240 feet and 1-inch thick. The second walkway/vehicle path (Item B) shall extend the existing vehicle path that leads down from the swimming pool and travels west to the NE corner of the PC concrete pad that surrounds the Miracle League Field. The asphalt vehicle path shall match the existing width which is approximately 10 feet wide by 35 feet and 1 inch thick. For both Item A and Item B, the contractor shall remove the sod and topsoil. Install clean Lime rock base and well compact the base to finish grade prior to installation of the AC concrete. The finished elevations of the asphalt walkways shall be 1-inch higher than the existing sod. Install soil and sod in areas where the construction disturbed the existing area (for example along each side of the new walkway). 1.25) Sketch #5 also shows five (5) existing broken/cracked asphalt concrete areas that are to be cut, demoed and patched. The five (5) areas are labeled as Items C, D, E, F, and H. For each area, saw cut, remove existing asphalt/debris, add lime rock if needed, and compact very well. Then install asphalt (hot mix) at a minimum of 1 inch thick so as to be flush to any adjacent existing asphalt. Also shown on Sketch #5 is Item G, which is a direct asphalt overlay on top of the existing asphalt. Approximate square footages of the areas are listed on Sketch #5. 1.26) Sketch #5 (Item I) shows the approximate location of the fence opening that the contractor shall create to allow access onto the proposed new asphalt walkway. Sketch #5.1 shows removal of three 16-foot long 2x6 wood rails (Item A) and one 8-foot long 2x6 wood rail (Item B). Contractor shall install two new wood 6x6 posts, matching existing size and shape, on each side of the proposed new asphalt walkway (Item C). Contractor shall remove two existing wooden posts (Item D) and install new metal Bollard (also Item D). The metal yellow Bollard shall be around 42-inches high and concreted into the earth at a minimum of 2 feet with a 6-inch diameter set in the middle of the proposed new asphalt walkway in line with the existing 2-rail wood fence. Contractor shall install new 2x6 wooden rails to replace the rails that were removed and leaving an eight foot opening between the newly installed wood posts (Item C). Sketch #5.2 shows the details of the typical wooden 2-rail access control fence. 1.27) The contractor shall seal coat the existing various asphalt walkways north of the Miracle League Field as shown on Sketch #6. 1.28) The contractor shall abide by the PWD Manual 2 Specifications for asphaltic seal coat, asphalt cement concrete, and Portland cement concrete. For application of seal coat and asphalt cement concrete overlay, the contractor shall power sweep the existing area prior to tack coat application. Tack coat shall be heated and applied in a thin uniform layer at a rate of 0.03 and 0.15 gallons per square yard. Asphalt cement concrete (1-inch overlay) may vary in thickness between 1-inch to 1 ½ -inches thick and shall be Type S-1. All intersecting walkway will have radius transitions and upon completion the contractor shall install 70/30 mix and sod at edges of all areas disturbed by construction activities, using fine hand grading and supplying topsoil mixture to bring Soil/Sod to even elevation with edge of new asphalt placement. Note that work is further described in the contract documents listed in Project Volume I 00800 Supplemental General Conditions. All requests for information (RFI) must be submitted in writing by 05/26/2025 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. 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. MATERIAL or PRODUCT SUBSTITUTIONS: Material or Product substitutions are not reviewed, evaluated, or considered during bidding. PROS will review substitutions for better or equal materials as outlined in the RPQ after the Notice to Proceed is issued. All material substitutions are subject to approval. Miami-Dade County Park and Recreation has specified certain brand names because it seeks to match products currently in use at other Park facilities. Any specified products or systems intended to be substituted by the Contractor has to be submitted to the Project Manager within 30 calendar days after receipt of the Notice to Proceed. 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.
Technical Certification:
Paving; Concrete Finishing; Concrete Work; Building Contractor

Commodities
Code Description
91430 CONCRETE
91394 PAVING/RESURFACING, ALLEY AND PARKING LOT
96814 ALLEY RESURFACING (PAVING)
96820 BUILDING CONSTRUCTION
96842 GENERAL CONSTRUCTION
96856 MAJOR STREETS - RESURFACING (PAVING) ANDREPAIR
96866 RESIDENTIAL STREET RESURFACING (PAVING)
98868 PAVING AND REPAIR OF PARKING LOTS (NOT INCLUDING
21055 PAVING AND STEPPING BLOCKS
Solicitation Package/Addendums
Type File Name
Package MCC_7360_RPQ_40070124005.pdf