Solicitation Details - RPQ No Z335419

Back To Search Solicitations

Title:
Zoo Miami - Roofing 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 for work to be completed. Furnish all labor, materials, equipment, tools, transportation, and supplies required to: repair, renovate, or replace various roof systems and materials; including but not limited to roof repairs, wood replacement, asphaltic systems, metal systems, slope/flat decking, drains, gutters, venting, miscellaneous Sealing, Patching, Caulking, Painting and related work at Zoo Miami. Contract shall comply with Resolution No. R-54-18 Cool Roofs, which require the utilization of Cool Roofs for all new construction, roofing maintenance, and re-roofing work where the surface material is replaced on County owned properties. It is the responsibility of the Contractor to verify all pricing and to modify their adjustment factors accordingly to inflation or material cost fluctuations 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 1.1. CONTRACTOR is to visit the site and become familiar with areas of public access to/thru areas during placement and/or installation of materials. Work will be scheduled with project manager prior to commencement. 1.2. CONTRACTOR will provide building roof inspections at no cost to the owner as part of this contract. 1.3. CONTRACTOR is responsible for adhering to provided zoo guidelines for contractors. 1.4. If any changes are required due to conflict of design and or field conditions, the Engineer/Project Manager shall make the final determination. 1.5. The CONTRACTOR shall complete repairs/replacement to all type roof systems to include asphaltic, metal, concrete, clay, wood shake, where roof systems may apply with slope, flat surfaces, CONTRACTOR shall be reimbursed where lift systems as required above 30ft not more than 10% above rental cost. 1.6. The CONTRACTOR shall apply unit cost as described to Roofing Maintenance Bid Form (Price Proposal), repair/replacement for Maintenance Coatings, Roof Repairs, Sheet Metal, Cold Process Applications, Wood Replacement, Venting, Miscellaneous Sealing, Patching, Caulking, Painting, Roof Drains and Drain System, Roof Replacement (20 year NDL), Roof Maintenance, Crew Labor. 1.7. CONTRACTOR shall provide a STANDARD HOURLY PRICE QUOTATION (hours of work shall be Mon - Fri 7:00am to 5:00pm) for each of the following: One (1) – Roofer, and one (1) – Roofer Helper; CONTRACTOR registered with Miami-Dade County. 1.8. CONTRACTOR SHALL NOT SUBMIT A STANDARD HOURLY PRICE FOR A ROOFER THAT EXCEEDS 1.5 TIMES THAT OF THE STANDARD HOURLY PRICE FOR A ROOFER HELPER, OR CONTRACTORS BID MAY BE DEEMED NON-RESPONSIVE. 1.9. CONTRACTOR shall provide twenty-four hour (24), seven (7) days a week emergency contact phone number for emergencies. CONTRACTOR’s contact person shall be able to address and resolve site emergencies on behalf of the CONTRACTOR. 1.10. CONTRACTOR shall return County Representative’s call within two (2) hours of call being placed. If CONTRACTOR fails to return call to County Representative within two (2) hours this shall mean the CONTRACTOR is non-responsive. The Department reserves the right to terminate this contract after CONTRACTOR is non-responsive to three (3) calls. Occasionally the County shall request the utilization of a Roofer, Roofer Helper to assist the PROS Maintenance staff; on those occasions the hourly rate shown under the Price proposal form for a Roofer Helper will be used as rate for payment. 1.11. Non-Immediate Repairs - When a CONTRACTOR has been notified of work, said CONTRACTOR shall arrive at work site within twenty four (24) hours from 1st point of contact with the County Representative. If CONTRACTOR fails to arrive within twenty four (24) hours of the repair request, the CONTRACTOR will be found non-responsive. The Department reserves the right to terminate this contract after CONTRACTOR is non-responsive to three (3) calls. 1.12. Immediate Repairs - If Roofing repairs are of an urgent nature it will be communicated to the CONTRACTOR. If CONTRACTOR fails to arrive within four (4) hours of the Immediate Repair request, the CONTRACTOR will be found non-responsive. For Immediate repairs the CONTRACTOR is expected to secure or fix the problem within a total time of six (6) hours, two (2) hours to return call and four (4) hours to secure or fix the problem. The Department reserves the right to terminate this contract after CONTRACTOR is non-responsive to three (3) repair requests. 1.13. In the event that Non-Immediate repairs for service calls are expected to exceed $3,000 CONTRACTOR shall only make the site secure and safe. 1.14. CONTRACTOR shall return an estimate for repairs the same day service is requested, in order to obtain a Notice to Proceed for routine repairs. Once Notice to Proceed has been issued, CONTRACTOR may begin permitting process, purchasing of materials and any site prep work needed. 1.15. CONTRACTOR shall be allowed up to four (4) hours maximum for Immediate Repairs, if repair will exceed four (4) hours, CONTRACTOR must obtain authorization from the County Representative. 1.16. CONTRACTOR shall schedule any utility shut downs or asset/facility closures with facility staff and Project Manager. 1.17. CONTRACTOR shall provide all required tools needed to complete scope of work and any required safety wear to comply with all OSHA 1926.65 regulations. 1.18. This RPQ will be for service calls at Zoo Miami. 1.19. CONTRACTOR’s crew shall be responsible for removing any debris created as a result of the new work and resolve any unsafe conditions on a daily basis prior to leaving the jobsite. 1.20. Bidders shall provide any information requested by the Department to show they have the capacity to perform the work specified in this RPQ. 1.21. CONTRACTORS shall have a minimum of 5 years’ experience in the roofing trade. Proof of experience and past projects will be provided at time of bid. 1.22. Previous Miami-Dade County CONTRACTORS shall have a minimum score of 3.0 in their Contractor’s Performance Evaluations. New CONTRACTORS with no evaluations on record must supply proof of performance excellence on recently completed projects to PROS satisfaction. 1.23. The CONTRACTOR and all subcontractors (if applicable), under this Contract, are prohibited from performing any work, other than specified in the Contract and/or directed by the Engineer or Owners Representative, within the limits of the project site, without prior written notification to the Engineer or Owners Representative. This includes any work for private or commercial entities. 1.24. CONTRACTOR shall be responsible for all associated tasks and tests required to complete the scope of work. 1.25. Any damages to adjoining surfaces and/or structural elements shall be the entire responsibility of the CONTRACTOR and shall be restored to original conditions at the CONTRACTOR’s expense. 1.26. CONTRACTOR is 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. 1.27. CONTRACTOR shall provide safety barricades, snow fence, etc. in order to maintain all areas of projects in a safe manner. Public access shall be prevented by CONTRACTOR’s actions and maintenance of safety barriers. CONTRACTOR shall provide and install caution signs “Construction Area Keep Out” as directed; signs will be posted on entry locations, etc. “Construction Area Signs” shall be minimum 18” high by 24” wide and shall be installed not more than seventy-five (75) feet apart and at each entrance to construction area. 1.28. Once submittals are approved, materials are to be ordered immediately. CONTRACTOR is fully aware of deadline established and is responsible for any necessary expedited delivery charges. Written delivery date confirmations are to be submitted on a bi-weekly basis. 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 23, 2026 @ 9:00 AM at Zoo Miami (Gate 2) – 12400 SW 152 St. Miami FL 33177.
Technical Certification:
Roofing Contractor

Commodities
Code Description
770 ROOFING
Solicitation Package/Addendums
Type File Name
Package RPQ_No_Z335419.pdf