Solicitation Details - MCC 7360 RPQ 40140724003

Back To Search Solicitations

Title:
Brothers to the Rescue Memorial Park – Parking Lot and Walkway Renovation
Opening Date:
2/3/2025 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 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: Mill and overlay the Brothers to the Rescue Memorial Park’s south parking lot with new asphalt on top of the existing asphalt surface and seal coat on top of the existing concrete surface of that same parking lot. Restripe the south parking lot in thermoplastic including ADA parking spaces, install ADA signage and new wheel stops. Work also includes cut/patch various areas of the existing asphalt walkway throughout the park with new asphalt and resurface/overlay the remaining existing asphalt walkways in the park with new asphalt. Resurfacing/overlay the asphalt driveway located along SW 72nd Avenue near the restroom building, resurfacing/overlay the existing asphalt surrounding the restroom building and demolishing the old existing pedestrian entrances which have already had their fence openings shut. Also, install a Portland cement concrete apron around all drainage basins throughout the park, and pressure wash all concrete infrastructure which includes bleacher/dugout pads, curbs, buildings, walls, etc. Remove and properly dispose of two (2) ten-row bleachers and their existing concrete bleacher pads, and replace with new Portland cement concrete pads (new bleachers to be furnished and installed by others). Install new bollards, new removable bollards, and trash can pads in various locations throughout the park. 1.1) Prior to submitting bid the contractor is to visit the work site and become familiar with areas and all requirements as per scope of RPQ. The work site is in a county park and can be visited by the contractor at any time during open park hours. 1.2) Contractor shall be required to perform their own site take-off (field) measurements to complete all work. Any dimensions or quantities depicted in this RPQ are approximate and are not to be used for bid purposes. 1.3) Contractor shall mill 1 - 1 ½ inches of existing asphalt in the parking lot located along the southside of the park which is approximately 8,400 SF. Contractor shall install 1 - 1 ½ inches of hot mix asphalt concrete on top of the proposed milled area. Contractor shall well compact any base material that got exposed during their milling operation. 1.4) Contractor shall seal coat the existing Portland cement concrete portion of the parking lot located along the southside of the park which is approximately 8,300 SF. 1.5) Contractor shall ensure that the finished surface of the newly paved parking lot shall not exceed a 2% slope, ensure that all surface runoff will be directed to the existing drain(s), and ensure that the entire finished surface is smooth with all elevation transitions being flush. 1.6) Contractor shall stripe the proposed resurfaced parking lot located along the southside of the park using 5-inch wide thermoplastic. The existing striping is at a 45-degree angle where there are 6 standard parking spaces and 3 ADA spaces along the north side of the parking lot, 9 parking spaces along the south side and 12 standard spaces along the center of the lot. The new striping layout will utilize perpendicular (90-degree angle) parking where each stall will be 9-foot wide on center. The north side is to have at least 13 standard stalls and 3 ADA stalls, and the south side is to have at least 16 standard stalls (See Attachment A for Sample Proposed Striping Plan). The ADA stalls will include an 8-foot wide striped walk path adjacent to the ADA stalls located at the areas leading out of each of the 3 exits/entrances into/out of the park and the south parking lot. 1.7) The Contractor shall furnish and install new concrete wheel stops in all proposed parking stalls and install new ADA signs at each ADA stall. Reuse of the existing wheel stops will not be allowed. The wheel stops shall be placed at least 4-feet away from the jersey barriers along the south side of the parking lot and at least 7 to 9 feet away from the fence along the north side of the parking lot. The 7 foot distance is to allow at least a 4 foot wide walk path between the north fence and parked vehicles, while the 9 foot distance is to be used where obstacles such as the tree and the pole base are present in the parking space to ensure at least a 3 foot clearance around the obstacle. 1.8) The contractor shall install detectable warning surfaces (DWS) on the 3 asphalt walkways leading into the south parking lot and install DWS on the asphalt walkway leading into the northwest parking lot. 1.9) Contractor shall overlay the existing asphalt walkway inside the entire park with new hot mix asphalt which is approximately 1,900-feet long by 8-foot wide (approximately 15,300 SF). The contractor shall overlay new asphalt over the old asphalt on areas where the existing asphalt is smooth, flat and level. The contractor shall saw cut and remove down to a depth of 2 – 4 inches the existing areas of walkway that are damaged or uneven which is approximately 2,500 SF of the 15,300 SF. The contractor shall compact well the exposed base and bring in clean lime rock fill to bring up the base in order to ensure that the cut & compacted portions of the walkway have flush and smooth transitions with the overlayed portions of the same walkway. 1.10) Contractor shall follow the specifications as outlined in the Miami Dade County PWD Manual 2 which include the following: Contractor will be responsible to remove all excess material (tear out, unusable fill or dirt, concrete, etc.) from project site. Power sweep all areas prior to tack coat applications, tack coat should be heated and applied in a thin uniform layer at a rate of .03 and .15 gallons per square yard. Asphaltic concrete may vary thickness between 1 inch to 1 ½ inches thick and shall be type S-1. All intersecting walkways will have radius transitions, upon completion contractor shall install 70/30 mix or sod at edges of all areas disturbed by construction activities. Contractor shall include fine hand grading and supplying topsoil mixture to bring soil/sod to even elevation with edge of new asphalt placement, some areas when needed may need additional materials. 1.11) Contractor shall install approximately 100-feet of root barrier along the edge of the asphalt pathway whenever the pathway is closer than 5-foot from the trunk of an existing tree. Contractor shall root prune the tree(s) at the location of the root barrier installation. 1.12) Contractor will be required whenever new asphalt placement is adjacent to existing asphalt/concrete areas to key cut the area for a smooth joint transition of materials. 1.13) The contractor shall replace approximately 7 utility boxes with new boxes/hand holes. All new boxes/hand holes will be raised/adjusted as required and shall have it dressed with asphalt as applicable. Contractor will ensure a smooth finish surface with little/no exposed aggregate showing and no trip hazards. 1.14) The contractor shall sawcut, remove the existing asphalt aprons surrounding (approximately 7) drains (catch basins), well compact base, and install a 5-foot by 5-foot by 4-inch thick Portland cement concrete collar/apron around each drain. Contractor will ensure that all new concrete aprons and the adjacent asphalt/sod areas will slope toward the drains to ensure that surface water runoff in the area will flow into the drain. All new concrete shall have a non-slip broom finish. 1.15) The contractor shall demolish the asphalt walkways, approximately 600 SF, that is associated with the 4 old pedestrian entrances into the park from the right of way sidewalk in which the fence openings have now all been sealed. Properly dispose of the remnants of the old pathway and fill any voids/holes with 70/30 sand/soil mix and sod the area disturbed from the demolition. 1.16) The contractor shall install approximately eighteen (18) Portland cement concrete trash can pads with the dimensions of 3-foot by 3-foot by 4-inches and approximately two (2) trash can pads with the dimensions of 3-foot by 6-foot by 4-inches at various locations throughout the park. The contractor shall prepare each site by saw cutting the edge of the existing asphalt walkway straight for the 3-foot or 6-foot side of the pad and pour the remainder of trash pad off to the side of the asphalt walkway. The contractor shall remove the existing soil, compact the base well before forming and pouring. All new concrete shall have a non-slip broom finish. 1.17) The contractor shall install eight (8) new steel bollards (safety yellow). The bollards shall be placed at the sides of all four (4) pedestrian walkways leading out of the park into the two (2) parking lots in a manner as to not interfere with the swing of any existing gates. 1.18) The contractor shall install four (4) new removable/lockable steel bollards (safety yellow). The bollards shall be placed in the middle of the asphalt walkway in between the two (2) proposed bollards installed in the scope of work in the previous item above. 1.19) The contractor shall demolish 2 existing 10-row bleachers and properly dispose of the materials. 1.20) Replace two broken concrete bleacher pads with new concrete pads approximately 800 SF. Work includes saw cutting existing asphalt/concrete and remove 6-inches of existing concrete/asphalt/debris. Clean loose material and repair base adding lime rock as needed and well compact base. Form and pour new 6-inch deep Portland cement concrete pad and saw cut control joints at least 2-inches deep every 8 – 12 feet on center within 24 hours after the pour. 1.21) Replace about 100 SF of existing Portland cement concrete sidewalk along the northside of the parking lot that is broken along the fence, and replace about 200 SF of existing broken concrete on the northside of the park near the fence. The existing concrete is to be sawcut and remove 6-inches of concrete/debris. Clean the loose material and repair the base adding lime rock as needed and compact well the base. Form and pour 4-inch deep Portland cement concrete sidewalk. Saw cut control joints at least 2-inches deep every 4 -5 feet within 24 hours after the pour as needed. 1.22) Saw cut, remove & properly dispose of approximately 60 linear feet of 5-foot wide sidewalk and approximately 15 linear feet of existing concrete curb adjacent to the clay soil storage area located along the northside of the south parking lot. Clean the loose material and repair the base adding lime rock as needed and compact well the base. Install approximately 60 linear feet of Portland cement concrete walkway with curb. The curb shall have a finished height that is 4 to 6 inches higher than the existing parking lot to help keep the clay from migrating onto the walkway. This proposed walkway shall have ramped ends that do not exceed a 5% slope and does not interfere with pedestrian/vehicular traffic through the existing vehicle gate and flush to the elevation of the existing sidewalk on the other end. Contractor will be responsible for temporary relocating the existing wooden pole and any clay that is in the way of construction. All new concrete shall have a non-slip broom finish. 1.23) Pressure wash all existing concrete infrastructure, approximately 9000 SF, inside the park. Infrastructure includes all buildings, sidewalks, dugouts, bleacher pads, curbs, walls, etc. 1.24) Install St. Augustine, or match existing grass, sod in all areas disturbed by the renovation, plus install sod in the proposed demolition areas and in the approximately 100-foot by 4-foot strip area along the west side of the park. 1.25) This project is located inside an active park containing 4 baseball/softball fields. The renovation is not to interfere with normal park activities including organized ball games. This project will be phased as follows: The first phase will be the scope of work physically located in the east half of the park plus the scope of work for the parking lot. This work will be performed in its entirety, inspected, punch list created, and the contractor will complete the punch list before moving to the second phase. The second phase will be the scope of work physically located in the west half of the park in which the work is to be performed until the requirements to satisfy substantial completion as depicted in the Standard Construction General Contract Conditions Section 8.D. Once Substantial Completion is established the contractor will have 30 calendar days to finish the punch list items. 1.26) 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. 1.27) It shall be the contractor’s responsibility to ensure that all required regulatory or proprietary permits are obtained prior to commencement of work. 1.28) Contractor shall obtain all required permits and forward to Miami Dade County Parks within five (5) days of receipt of dry run plans. 1.29) Contractor to provide any exploratory digging as required; inclusive of hand digging. 1.30) Contractor is responsible for any and all dewatering required. All necessary permits required for dewatering are the responsibility of the Contractor. 1.31) Contractor is responsible for all Surveying & Layout required. Red Line (As-built) drawings to be maintained on site at all times. Accurate survey (Inverts, Dimensions, Locations, etc.) to be reflected on red line (as-built) plans. These are to be reviewed on a weekly basis by Project Manager. Three signed and sealed as-builts to be submitted prior to final payment approval. Refer to item 21 for further as-built requirements. 1.32) 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. 1.33) Contractor to call Underground Locating Company and have all underground located at least 48 hrs prior to any excavation commencing. Contractor to provide ticket numbers provided by underground locating company to owner. CONTRACTOR SHALL BE RESPONSIBLE FOR UNDERGROUND LOCATIONS WITHIN THE PROPERTY LINE. 1.34) 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. 1.35) MATERIAL or PRODUCT SUBSTITUTIONS: 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. Refer to attached form required with proposed substitution. The request is to be accompanied by data relating to contract time schedule and aesthetic effect when applicable. When redesign by the Architect or Engineer is required to accommodate an alternate product or system, all costs of this redesign are to be paid by the Contractor requesting the substitution. When additional work is required by other contractors to accommodate the alternate product or system, all additional cost of this work is to be paid by the Contractor requesting the substitution. Failure to place orders for specified products or systems sufficiently in advance of installation scheduled date(s) not considered a valid reason upon which Contractor may base request for Substitutions or for deviations from Contract Documents. Requested substitution will be accepted as an approved equal or rejected, solely at the discretion of the Owner’s Project Manager with Architect’s or Engineer’s written approval. 1.36) Work required may include, but is not limited to the following trades: Site-work, Asphalt, Concrete, Etc 1.37) 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 Parks shall not provide any temporary utility services for the contractors use. 1.38) CONTRACTORS submitting bids for work are responsible to list appropriate subcontractors required to complete all areas of work required. 1.39) Contractor is 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. No monetary compensation shall be granted if any of the above occurs. Contractor is required to have proper insurance to cover ongoing work on the job site. If Contractor opts to hire an independent Security Company, such company is to be properly bonded and insured. The first phase will be the scope of work physically located on the east half of the park plus the scope of work for the parking lot. This work will be performed in its entirety, inspected, punch list created and the contractor will complete the punch list before moving to the second phase. The second phase will be the scope of work physically located on the west half of the park in which it too will be completed in its entirety, inspected, punch list created, and punch list completed. Note that work is further described in the contract documents listed in Project Volume I 00800 Supplemental General Conditions Article 1.6. BID DOCUMENTS: To receive the bid documents, contact Penelope Quintas 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: 1/2/2025 REQUEST FOR CLARIFICATION/INFORMATION: All requests for information (RFI) must be submitted in writing by 01/22/2025 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. PRE-BID CONFERENCE: A Pre-Bid Conference is scheduled for January 15, 2025 @ 10:00 AM
Technical Certification:
Paving

Commodities
Code Description
98868 PAVING AND REPAIR OF PARKING LOTS (NOT INCLUDING
21055 PAVING AND STEPPING BLOCKS
Solicitation Package/Addendums
Type File Name
Package MCC_7360_RPQ_40140724003.pdf