Solicitation Details - MCC 7360 RPQ C2024MPPSR
Back To Search SolicitationsTitle:
Millers Pond Park - Sidewalk Repairs
Opening Date:
8/14/2024 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:
Rehabilitate concrete sidewalk sections (totaling approx. 6,000 sf.) at Millers Pond Park, 13350 SW 47th Street, Miami, FL 33175. Only sidewalks inside the park fence area are considered.
1. Cut and remove broken concrete sidewalk flags.
2. Remove root intrusions, root prune and repair subbase where needed. Root prune in accordance with national arborist standards.
3. New concrete shall be minimum 3,000 psi at 28 days, 6 inches thick with fiber additive.
4. The new concrete shall have a light broom finish perpendicular to the path of foot traffic and shall have no more than a 2% cross slope.
5. Newly poured concrete shall be pinned to existing concrete walkway with #4 rebar pins no less than 12 inches long. Pins shall be embedded 6 inches into existing concrete with structural epoxy. There shall be no less than 3 pins per connection.
6. Contraction lines may be saw cut and shall match existing walkway flag intervals.
7. Restore sides of new sidewalk to match existing grade and conditions.
8. Side dress shall be a 70/30 sand/soil mix.
9. Contractors shall take ownership of all construction debris and dispose of it off site in accordance with local laws and regulations.
10. Construction debris must be removed daily.
11. Contractor shall restore all areas affected by the construction process to match existing see spec 575.
12. The contractor shall be responsible for all MOT including pedestrian and bicycle traffic.
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, 8/14/2024, 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:
Concrete Finishing
Paving
Concrete Engineering
Commodities
| Code | Description |
|---|---|
| 91430 | CONCRETE |
Solicitation Package/Addendums
| Type | File Name |
|---|---|
| Package | MCC_7360_RPQ_C2024MPPSR.pdf |