Solicitation Details - RPQ No Z316479

Back To Search Solicitations

Title:
Zoo Miami - Painting Blanket 2026
Opening Date:
2/6/2026 2:00:00 PM
Announcement Info:
EXPERIENCE REQUIREMENT: Bidder or Bidder’s Subcontractor shall have completed at least two (2) projects of similar size and scope; in lieu of the references from the Bidder or Bidder’s Subcontractor, the County will consider the references from Bidder’s key personnel 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: (Contractor must obtain and submit all permits prior to performing any work.) CONTRACTOR shall review all documents, specifications, and scope of work provided by Miami-Dade County Parks, Recreation, and Open Spaces Department for work to be completed. Furnish all labor, equipment, and materials required to comply with the intent of the WORK described in the contract documents including but not limited to: 1. CONTRACTOR shall review all documents, specifications, plans and scope of work provided by Miami-Dade County Parks, Recreation and Open Spaces Construction Division for work to be completed. Furnish all labor, equipment and materials required to complete: Multiple Surface Painting Applications at Zoo Miami. 1.1) CONTRACTOR shall submit unit cost for painting applications to multiple surfaces to include concrete/stucco, metal, wood, plastic, fiberglass, structural foam. 1.2) CONTRACTOR shall be required to submit unit cost for materials and labor to complete painting applications to correct surfaces as listed on Bid form. 1.3) All work applies to exterior/interior of buildings (doors, walls, concrete / wood / plastic / steel and aluminum surfaces), picket fencing, perimeter walls, signs (wood/aluminum/steel/structural foam), walkways, etc. as noted. 1.4) CONTRACTOR will be required to move all items (I.e. furniture etc.) where painting applications apply, parks staff to assist in direction and placement of items before priming/painting applications. 1.5) The Department may utilize this contract at the hourly labor rate stated on the Bid Form for painter and painter helper to assist Parks personnel. 1.6) The minimum work will be 500 sq. ft. 1.7) Minimum company size will be two (2) painters and two (2) painter helpers. Bidders shall provide any information requested by the Department to show they have the capacity to perform the work specified in this RPQ. 1.8) Each work estimate shall include: location of the work, description of the service provided, unit price of the service, quantity (Sq. ft. of Ln. ft.), extended total price. 1.9) When providing estimates for approval, the maximum height shall be 25 Ft. 1.10) Exterior Colors: Provided by OWNER 1.11) Interior Colors: Provided by OWNER 1.12) Note: All natural brick, rock, decorative designs etc. on buildings to be painted, shall remain natural/ unpainted. (Specific areas will be directed by construction supervisor at the pre-bid meeting) 1.13) Pressure cleaning of all exterior walls, soffit, fascia, security grates and doors of buildings also to include walkways to entry from public parking lots/streets with a minimum 3000-PSI will be required. ALL INTERIOR SURFACES will be cleaned as required to insure a complete bond for paint/sealer applications, repair damaged areas as required with correct materials to match existing surfaces. 1.14) Scrape all areas of exterior that pressured water was unable to remove chipped paint, interior surfaces were paint flaking apply will be scraped and correct finish materials will be used to match existing surfaces. 1.15) All metal surfaces i.e. doors/jambs, security grates, steel columns etc. showing surface rust or rust flaking will be sanded/grinded to original surface, All doors/jambs shall be sanded using a (Mechanical sander) with a 150-grit paper prior to the primer coat. Raw metal will be coated with a (DTM) Direct to Metal primer coat. 1.16) All cracks, holes and heavy paint flaking areas will be filled with flex-lock product, chalk all areas around door frames, windows, etc. for complete primer coat finish, stucco patch required to complete in areas as directed by construction supervisor (areas where stucco finish require repair will apply). 1.17) Materials shall be 100% acrylic latex, alkyd oil base, direct to metal, stain (concrete/wood applications), primer compatible to all surface conditions and manufactures specifications. All materials used shall be of equal and/or greater quality per manufactures listed: Richards-100% acrylic latex Signature-750 Series, Flood CWF-UV, Richards high gloss aluminum enamel # 1011, Richards direct to metal, Zinsser/123 acrylic primer, PPG/waterborne epoxy (2 components) 1.18) Primer one coat to all exteriors/interiors of buildings, oil and latex primers will be applied to correct surfaces, primer will be compatible to paint manufacture. 1.19) Note: If primer coat does not prevent Bleed-Through and completely (Block out/Cover) existing paint, a second primer coat shall be applied to all doors/jambs, building surfaces etc. before finish coat is applied. 1.20) Apply two coats of finish color to all exterior/interior surfaces, oil and latex products will be applied to correct surfaces, roof flashing on buildings that has not been painted will remain unpainted. Apply one coat latex epoxy to all surfaces in restroom/shower locker rooms, all other rooms will have two coats acrylic latex applications. 1.21) All colors will be provided by OWNER. 1.22) Designated colors to specific areas of building will be as directed by construction supervisor. 1.23) CONTRACTOR will be responsible for the removal/reinstallation as required of all signs, information boards, etc. on buildings. 1.24) As required where new signs will be furnished by OWNER and installed by CONTRACTOR, placement to be approved by project manager prior to installment. CONTRACTOR is to furnish fasteners to match existing. 1.25) All benches, light poles on project site in colors other than standard will be painted with new colors as directed by construction supervisor, light poles will be painted with a concrete color finish (Sherwin Williams –SW2122). Painting application will apply to all bollards (traffic yellow), painted metal handrails shall be (Sherwin Williams–SW2115), Entry/Park gates as applies (Richards high gloss aluminum enamel # 1011). 1.26) All wood surfaces will be pressured cleaned as per direction of construction supervisor, wood treatment will be applied as per construction supervisor. (clear wood finish w/ ultra violet materials, (with Cedar Tint) not wood sealers/ i.e. Thompson’s) 1.27) CONTRACTOR shall cover all furniture, fixtures, floors etc. with a canvas/tarp to prevent over-spray. 1.28) All over-spray/excess paint, both new and existing shall be removed from the floors, fixtures, partitions, windows, door hardware etc. (to include paint chips removed during the preparation process, both Interior & Exterior). Before Final Acceptance. 1.29) CONTRACTOR shall provide pricing on media blasting of metal animal caging as required. 1.30) CONTRACTOR is responsible for adhering to provided Zoo guidelines for contractors. They will be required to follow instructions of Zoo personnel at all times within the facility to ensure their safety. 1.31) 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. 1.32) It shall be the Contractor’s responsibility to ensure that all required regulatory or proprietary permits are obtained prior to commencement of work. 1.33) CONTRACTOR shall obtain all required permits and forward to Miami Dade County Parks within five (5) days of receipt of dry run plans. 1.34) CONTRACTOR is responsible for any and all dewatering required. All necessary permits required for dewatering are the responsibility of the CONTRACTOR. 1.35) 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. 1.39) 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. Note that work is further described in the contract documents listed in Project Volume I 00800 Supplemental General Conditions Article 1.6. BID DOCUMENTS AND PRE-BID MEETING ACCESS: To receive the bid documents, contact Roberto Ciprian at [email protected]. The Bid Documents must be requested directly from the Parks, Recreation and Open Spaces Department or your bid may be deemed non-responsive. Bid Documents will be available on: 01/16/2026 REQUEST FOR CLARIFICATION/INFORMATION: All requests for information (RFI) must be submitted in writing by 01/28/2026 to [email protected] and copy the Clerk of the Board at [email protected]. NO PHONE CALLS WILL BE ACCEPTED. RFIs submitted after the specified deadline may not be attended to. 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 1.8 for requirements. MANDATORY PRE-BID CONFERENCE: A Mandatory Pre-Bid Conference is scheduled for January 22, 2026 @ 9:00 AM at Zoo Miami (Gate 2) – 12400 SW 152 St. Miami FL 33177.
Technical Certification:
Painting and Waterproofing, Painting

Commodities
Code Description
91078 WEATHER AND WATERPROOFING SERVICES
96469 PAINTERS
Solicitation Package/Addendums
Type File Name
Package RPQ_No_Z316479.pdf