State Bid

Last Updated on 27 Feb 2020 at 5 AM
RFI
Miami Florida

Animal Services Department ASD Latent Defects

Solicitation ID MCC 7360 PLAN RPQ W170082-R
Posted Date 27 Feb 2020 at 5 AM
Archive Date Not Specified
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Miami Dade County
Location Miami Florida United states
Point Of Contact Not Available
Scope of Work: (Contractor must obtain and submit all permits prior to performing any work.) Prospective bidder shall examine carefully the site of the work & be satisfied as to all observable conditions. Bidder shall be responsible for measuring and calculating amount of work. The scope of work consists of furnishing all materials, labor, services, supervision, tools, equipment, permits, and all other items necessary for the successful completion of the project in accordance with the plans and specifications included with the bid documents. The scope of work includes, but shall not be limited to, the following: To remediate moisture intrusion in the Animal Shelter Building of Doral coming from the roof, walls, from the underside crawl space, and from water hose valves located throughout the interior of the building as described below: 01 - Replace Interior Walls to 4' Heights with Ceramic Tile 02 - Repair / Paint Water Damaged Interior Plaster Walls 03 - Replace Chases with Water Resistant Drywall Materials and seal at slab 04 - Replace damaged sills with tile 05 - Seal concrete walls in animal housing / Care Areas 06 - Repair water damaged plaster walls / reseal at windows and storefronts 07 - Reseal joints between stucco and pre-cast concrete panels at Ext. lights 08 - Seal / replace second floor threshold 09 - Replace Water Damaged Ceiling Tiles 10 - Replace Corroded Sprinkler Head Escutcheons 11 - Foam Seal Openings at pipe and conduit penetrations in crawl space 12 - Pump water out from the crawl space 13 - Infill low areas in the north crawlspace with flowable fill to reach same level of grade as southern area 14 – Install Mechanical Ventilation and Exhaust Systems as indicated in the bid documents. Add Alternates: The following items are not part of the base bid price and shall be included as Add Alternates: Add Alternate-1: Apply insulation to the bottom of the first-floor slab between the existing concrete joists at the Crawl Space as indicated in the bid documents, sheets A-1.00 and A-1.02 Add Alternate-2: Apply vapor barrier to the bottom of the first-floor slab, including the existing concrete joists, at the Crawl Space as indicated in the bid documents, sheets A-1.00 and A-1.02. Add Alternate-3: Install a permanent Sump Pump to mitigate the water intrusion into the Crawl Space. The project is located at 3599 NW 79th Ave, Doral, FL 33178. The estimated construction cost is $499,000. (base bid). The bid price shall include the removal and proper off-site disposal of all work-related debris and the required dewatering. All work is to be performed in accordance with the latest edition of the Florida Building Code (FBC) and all local, state, and federal regulations. Terrazzo tile trade subcontractor is exempt from SBE-CON set-aside requirement. CLARIFICATIONS: 1. Bidder shall submit, in its Sealed Bid, a Schedule of Values following the latest CSI Divisions format. 2. Permit Fees shall be included in the base bid price. 3. The new 2020 Building Responsible Wages and Benefits are applicable to this Project. The wage schedule is available from the Miami-Dade County website at: http://www.miamidade.gov/smallbusiness/library/reports/wages/2020/2020-Building-Construction-Responsible-Wages-and-Benefits.pdf 4. The Pre-Bid and Site meetings are non-mandatory. 5. Work activities generating noise shall be performed after regular working hours (after 5:00pm) and on weekends and shall be coordinated in advance with the Project Manager/Building Manager. 6. Building materials shall be delivered after regular working hours (after 5:00pm) and on weekends. 7. Staging is limited to parking space(s) that can accommodate a 20’ container. Equipment for Project construction can be brought onto the site and staged in parking space(s). Staging shall be coordinated in advance with the Project Manager/Building Manager. 8. Dewatering activities, including the water disposal location, shall be coordinated and approved by the Authority Having Jurisdiction. 9. The contractor shall examine the workplace conditions to make sure they conform to applicable OSHA standards. COMMENTS: In accordance with Miami-Dade County Implementing Order 3-9, Accounts Receivable Adjustments, if money is owed by the Contractor to the County, whether under this Contract or for any other purpose, the County reserves the right to retain such amount from payment due by County to the Contractor under this Contract. Such retained amount shall be applied to the amount owed by the Contractor to the County. The Contractor shall have no further claim to such retained amounts which shall be deemed full accord and satisfaction of the amount due by the County to the Contractor for the applicable payment due herein. Pursuant to Section 2-8.10 of the Code of Miami-Dade County, this Contract is subject to a user access fee under the County’s User Access Program (UAP) in the amount of two percent (2%). All construction services provided under this contract are subject to the 2% UAP. This fee applies to all Contract usage whether by County Departments or by any other governmental, quasi-governmental or not-for-profit entity. From every payment made to the Contractor under this contract (including the payment of retainage), the County will deduct the two percent (2%) UAP fee provided in the ordinance and the Contractor will accept such reduced amount as full compensation for any and all deliverables under the contract. The County shall retain the 2% UAP for use by the County to help defray the cost of its procurement program. Contractor participation in this pay request reduction portion of the UAP is mandatory. Provided, however, UAP shall not be applicable for total contract values, inclusive of contingency and allowance accounts, of less than five hundred thousand dollars ($500,000.00). All Projects, where the prices received are in excess of $200,000 will require the submission of the Payment and Performance Bond as required by State of Florida Statute. Requests for Information (RFIs): All requests for information (RFI) shall comply with the Cone of Silence, Administrative Order 3-27 and shall be directed to the Construction Contracts Specialist Supervisor, Julia Aden, via e-mail at [email protected], with a copy to [email protected] and [email protected]. The deadline to receive RFIs from bidders is no later than March 13, 2020. Examination of Bid Documents: Before submitting a bid, the bidder shall examine the Bid Documents, which may be purchased (1) at a non-refundable cost of twelve dollars ($12.00) for each complete set of documents and with (2) the submission of a completed, notarized Confidentiality Affidavit (provided in Bid Documents) to ISD, 111 NW 1 St., 13th Floor (Procurement), Miami, FL 33128 and at the Pre-Bid Meeting. Payment shall be made in the form of a company check, cashier's check, or money order payable to the Internal Services Department, Miami-Dade County, Florida. Bid Documents consist of Attachment 5A (Bid Form), Contract Conditions, forms, plans and specifications. All bidders shall become thoroughly familiar with all of the terms of this RPQ prior to the Pre-Bid meeting. Failure to do so will in no way relieve the successful bidder from completing the required work for the bid price. Bids Submittal: Bids must be submitted in a sealed envelope, and the bidder’s name and address, as well as the title and number of the contract for which the bid is being submitted, must be indicated on the outside of the envelope. The sealed envelope shall include the following documents: 1. Bid price using form 5-A (provided in the bid documents) 2. Bid guarantee in the form of a bid bond (using the form provided by Miami-Dade County in the Bid Documents), certified check, or cashier's check. Failure to include a bid guarantee shall render the bid non-responsive. 3. Affirmation of Vendor Affidavits (if not previously submitted) 4. Collusion Affidavit (provided in the Bid Documents) 5. Certificate of Assurance (fillable form provided in the Bid Documents) 6. Due Diligence Affidavit 7. Schedule of Values as specified above Bids will be received until 2:00 PM on the bid due date at the Office of the Clerk of the Board, 111 NW 1st Street, Suite 17-202, Miami, FL 33128. The sealed envelope will be opened shortly after the submittal deadline at 111 NW 1st Street, 18th Floor, Miami, FL 33128. Bid Evaluation: ISD shall use the Base Bid for the purpose of determining the lowest bid received from a responsive and responsible bidder.
Bid Protests Not Available

Similar Past Bids

National park New jersey 07 Aug 2013 at 5 PM
Washington District of columbia 08 Jan 2020 at 5 PM
Tennessee Not Specified
Location Unknown 12 Aug 2002 at 5 AM

Similar Opportunities