Solicitation Details - MCC 7360 RPQ 312060

Back To Search Solicitations

Title:
Multiple Parks Fence Repairs - Central of NW 12th Street to SW 104th Street
Opening Date:
3/5/2025 2:00:00 PM
Announcement Info:
Scope of Work: (Contractor must obtain and submit all permits prior to performing any work). This solicitation is non-exclusive and with no minimal guarantee. All Requests for Information (RFI) must be submitted electronically, in word format, by 02/24/2025 to [email protected] and a copy filed with the Clerk of the Board at [email protected]. NO PHONE CALLS WILL BE ACCEPTED. A) CONTRACTOR shall review all documents, specifications and scope of work provided by Miami-Dade County Parks, Recreation and Open Space Construction Division for work to be completed. Furnish all labor, equipment and materials required to perform wood and chain link fencing repairs and or replacement at Miami-Dade County Park Facilities Central of NW 12th Street to SW 104th Street. Work is further described below. See (Attachment A) for PVC coated chain link fencing specifications, (Attachment B) for zinc coated steel chain link fences and gates specifications for reference, (Attachment D) for Privacy Fabric for chain link fence and (Attachment E) for wood fencing (two-rail), (Attachment F) for Pipe Gate, (Attachment G) for Wood Bollard, (Attachment H) for Removable galvanized steel pipe Bollard, (Attachment I) Surface Mounted steel pipe Bollard, (Attachment J) for Cleaning & Grubbing,(Attachment K) for Sodding, and (Attachment L) for Baseball Netting. 1.1) CONTRACTOR shall be responsible for attaining all pertinent permits from any and all governing entities (i.e. City of Miami, Miami-Dade RER, 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. 1.2) It shall be the CONTRACTOR’s responsibility to ensure that all required regulatory or proprietary permits are obtained prior to commencement of work. 1.3) CONTRACTOR shall provide twenty four hour, seven 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. 1.4) CONTRACTOR shall be 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. 1.5) Contractor shall be responsible for all his/her work until accepted by the owner. Any damage to any newly completed or in progress work will be the sole responsibility of the contractor to fix at no additional cost to the owner. No time extension will be granted for any delays related to such damages. 1.6) Lists of common chain link fence repairs currently encountered include but are not limited to the following: Sports field fencing, tennis courts, equipment enclosures, marina security fences, skate park fencing, perimeter chain link fencing, etc. 1.7) CONTRACTOR shall return county representative’s call within two (2) hours of a repair call being placed. If CONTRACTOR fails to return a repair 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) repair calls. 1.8) 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. 1.9) Immediate Repairs – If fencing repairs are of an urgent mature 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 after CONTRACTOR is non-responsive to three (3) repair requests. 1.10) 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. 1.11) 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. 1.12) 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. 1.13) A non-responsive CONTRACTOR shall remove all equipment, tools, unused materials and construction debris within 48 hours from being notified of non-responsive status. 1.14) Bidders shall provide any information requested by the Department to show they have the capacity to perform the work specified in this RPQ. 1.15) The Department is processing (3) separate solicitations for the same scope of work, one (1) for the area South of SW 104th Street to Countyline, one (1) for the area North of NW 12th Street to Countyline, one (1) Central of NW 12th Street to SW 104th Street. In instance where the same vendor has submitted the lowest price for multiple solicitations; In the case multiple vendors are selected, the Department reserves the right to Award or not Award multiple solicitations to the lowest responsive/responsible bidder. If the Department determines not to Award multiple solicitations to the lowest responsive/responsible bidder, the lowest responsive/responsible bidder for multiple solicitations (RPQ’S) will be permitted to select RPQ area to be Awarded. 1.16) The Department reserves the right to call the Awarded vendor for one RPQ area in instances where another RPQ area vendor is non-responsive to a service call. 1.17) CONTRACTOR shall coordinate all required inspections/tests and documentation required by any/all governing entities, i.e. City of Miami, Miami-Dade Building Department, etc. 1.18) CONTRACTOR shall call Underground Locating Company and have all underground utilities located and marked at least 48 hours prior to any excavations commencing, and shall provide ticket numbers to County Representative. CONTRACTOR shall be responsible for ANY AND ALL underground locations within the property line. CONTRACTOR shall provide for any and all means of utility location necessary to carry out the intent of the work. CONTRACTOR to provide any exploratory digging as required; inclusive of hand digging. 1.19) Work required may include, but is not limited to the following trades: Chain Link Fencing Repair and Replacement, Etc. 1.20) CONTRACTOR shall be responsible to furnish all temporary utilities as required to complete all work, this shall include, but is not limited to, electric, water, phone, toilet facilities, etc. Miami Dade County PROS shall not provide any temporary utility services for the contractors use. 2. All work to be performed shall comply with the requirements of the current Florida Building Code as well as any other governing authorities having jurisdiction. WORK IS FURTHER DESCRIBED ON BID DOCUMENTS (RPQ) To receive the bid documents contact [email protected]
Technical Certification:
Fence

Commodities
Code Description
98815 FENCE INSTALLATION AND REPAIR
Solicitation Package/Addendums
Type File Name
Package MCC_7360_RPQ_312060.pdf