Tamiami Park - Pickleball Courts

Agency: Miami-Dade County
State: Florida
Type of Government: State & Local
Posted Date: Oct 27, 2022
Due Date: Nov 30, 2022
Solicitation No: MCC 7360 RPQ 99999921023
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page

Solicitation Details - MCC 7360 RPQ 99999921023

Title:
Tamiami Park - Pickleball Courts
Opening Date:
11/30/2022 2:00:00 PM
Announcement Info:
1.1) Contractor shall construct new 70’ x 195 asphalt foundation with concrete curb apron/perimeter for placement of six (6) pickleball court’s (per owner shop drawing) to include post/nets, lined for play per USA Pickleball Association (USAPA) guidelines/specifications. 1.2) Contractor shall be required to submit topographical survey to ensure finish court surface is consistent elevation north/south-east/west to while maintaining slope required per USA Pickleball Association (USAPA) court guidelines/specifications. 1.3) Contractor shall reference owner site drawing for foundation location, foundation shall be at grade elevation with slope per owner shop drawing detail, shoulder dressing shall apply pending existing site ground elevations. 1.4) Subgrade Preparation to include removal of all rock, vegetation (including root systems), debris, and unsuitable topsoil from the area. To prevent future growth, treat the subgrade with an approved soil sterilant. The subgrade must be shaped to meet true lines and elevations to be compacted not less than 95 percent of maximum laboratory density. The surface of the compacted subgrade must not vary more than 3/4 inch from the established grade. 1.5) Base construction for asphaltic concrete (finish surface) rock base material must be placed on the prepared subgrade in equal lifts of a thickness no more than 6 inches or less for a total thickness of 12”. The material must be spread and compacted to the required thickness and density as specified shown per owner’s drawings. The surface of the completed base must not deviate more than 3/8 inch when measured with a 10-foot straight edge but must slope 1 inch per each 10 feet on a true plane from side to side, end to end, or corner to corner as indicated. 1.6) Concrete header curb to perimeter (owner drawing detail) of foundation to be constructed with 28-day 3,000 PSI concrete, sub base to be well compacted and/or tested with a 98% minimum density or LBR 40 based on AASHTO T-180 modified proctored test. 1.7) Finish surface asphaltic concrete course to include tack coat applications, tack coat shall be heated and applied in a thin uniform layer at a rate of .03 and .15 gallons per square yard. Asphaltic concrete placement shall be compacted to the required thickness and density to a minimum 1” inch thick type S-1 to all areas. 1.8) Apply (4) coats color concentrate finish to new surface. (Green, Blue as per parks standard) per USA Pickleball Association (USAPA) court guidelines/specifications. Color coat materials shall exceed or equal to Laykold or Plexipave manufactures product. 1.9) Line for play per USA Pickleball Association (USAPA) court guidelines/specifications. 1.10) Install net post/nets per USA Pickleball Association (USAPA) court guidelines/specifications. 1.11) Contractor shall meet USA Pickleball Association (USAPA) guidelines/specifications upon completion of court surface applications and all color coat applications. Areas where court surface requires repairs, contractor will use materials per manufacture specifications to match existing conditions. Court patching to courts as required to ensure displacement of water, maintain level surface not to exceed (pickleball/tennis/racquetball) tournament sport court specifications, court patch areas shall include additional color coat prior to finish color coat applications to ensure even color finish. 1.12) Contractor shall complete color coat applications to areas repaired to match existing color surface. 1.13) Contractor shall install 4’ FT fence system between the pickleball courts leaving 5’ space from edge of court. perimeter fence (See Fence Dimension Attachment). The 4’ FT High divider fencing shall have a Yellow Corrugated Fence Cap at 4 ½” diameter covering the knuckle-to-knuckle fabric finish & top rail of divider fencing 1.14) Contractor shall complete asphalt walkway placement per owner drawing. Asphalt walkway 255’LF x 5’ (approximately 1,275 SF) 1.15) 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. 1.16) Alternate #1: Contractor understands and accepts that this scope of work entails installation of complete new chain-link vinyl fencing system/installation to perimeter in curb (10’) as alternate per owner drawing/specifications. This installation shall consist of new components, including but not limited to fence mesh/fence fabric shall be Thermofused/Permafused II Polyolefin Coating or Spectra Poly (Vinyl Chloride) (PVC) Coated, supports, bracing, hinges, any other accessories, or the complete installation of the fence construction with new materials. Each fence post, and all support members/components (top rails, middle rails, & bottom rails) should come already powder coated black (BLACK). The Contractor shall adhere to the manufacturers’ requirements and installation guidelines; Installation shall include the complete installation of fence construction with new materials. (If Applicable) Contractor’s performance will be substantiated to include and provide the following: Post & Line Caps, Rail & Brace Ends, Top Rail Sleeves, Tie Wires & Hog Rings, Tension & Brace Bands, Tension Bars, Tension Wires, Truss Rod & Tightener and Any Common Chain Link Fence Fittings, etc.,. Contractor to include (3) ADA accessible gates. 1.17) Contractor shall provide the Chain Link Fence, associated equipment, and services as per specifications. The Chain Link Fence shall be complete with all of the necessary components as shown and described by manufacturers. Components not specifically mentioned but are necessary to furnish a complete unit ready for use shall also be included. All equipment and components that will be used shall be new and of current production of national firms that manufacture Chain Link Fencing and their specified components. 1.18) All work shall be required to be completed not later than 2/24/2023. 1.19) 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. 1.20) It shall be the contractor’s responsibility to ensure that all required regulatory or proprietary permits are obtained prior to commencement of work. 1.21) Contractor shall obtain all required permits and forward to Miami Dade County Parks within five (5) days of receipt of dry run plans. 1.22) Contractor to provide any exploratory digging as required; inclusive of hand digging. 1.23) Contractor is responsible for any and all dewatering required. All necessary permits required for dewatering are the responsibility of the Contractor. 1.24) 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. 1.25) 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. 1.26) Contractor to call Underground Locating Company and have all underground located at least 48 hrs. prior to any excavation EXPERIENCE REQUIREMENT: Bidder or vendor key personnel 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. BID DOCUMENTS AND PRE-BID MEETING ACCESS: To receive the bid documents, contact Jeffery Becar jeffery.becarcavero@miamidade.gov via email. A full bid package of the Bid Documents must be requested directly from the Parks, Recreation and Open Spaces Department or your bid will be deemed non-responsive. Bid Documents will be available on: October 27, 2022. Contractor must refer to the Request for Price Quotation (RPQ) and associated project documents for the detail Scope of Work.
Technical Certification:
General Building Contractor, Building Contractor, Tennis Court/Paving

Commodities
Code Description
90638 GENERAL CONSTRUCTION SERVICES
96820 BUILDING CONSTRUCTION
98886 TENNIS AND SPORTS COURT REPAIR AND RENOVATION
21055 PAVING AND STEPPING BLOCKS
63058 PAINTS, OUTDOOR SPORTS COURT
Solicitation Package/Addendums
Type File Name
Package MCC_7360_RPQ_99999921023.pdf

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Northwest Waste Management Solid Waste Facility Grouting Project OPEN 24-C000736/FH 1 2/28/2024 4/15/2024

Hernando County

Bid Due: 4/15/2024

Catering Services for Emergency Operations Center OPEN 0 3/11/2024 4/19/2024

Sarasota County

Bid Due: 4/19/2024

Sod and Sod Services OPEN 24-B-107JS 0 4/2/2024 5/2/2024

Volusia County

Bid Due: 5/02/2024

Northwest Waste Management Solid Waste Facility Grouting Project OPEN 24-C000736/FH 1 2/28/2024 4/15/2024

Hernando County

Bid Due: 4/15/2024