Point Of Contact Not Available
Scope of Work: (Contractor must obtain and submit all permits prior to performing any work.) This work consists of a complete re-roofing and exterior paint of approximately 107 units. The scope of work includes the complete removal of all existing roofs components down to the existing deck, shingles re-roofing, and the replacement of all existing roofs metal-flashings (26 gauge) at all indicated one hundred and seven (107) residential dwellings, including roofsâ asbestos containing materials, if found. When re-roofing, any existing fascia, soffits, overhang metal screen vents, roofsâ adjacent stucco finished surfaces, and any roofâs overhang are to be renovated to match existing including repair, patch, seal, caulk, stucco, and paint. When re-roofing, any existing roofsâ deck/trusses work and any roofsâ gutters/downspouts replacement must be done to match existing and only when damaged or missing. When required, it is the contractorâs responsibility to replace any existing gas vent that does not meet Code and to obtain separate permit for every gas vent(s) on each existing building. Gas vent(s) must be in accordance with Florida Building Code, and also must comply with any Code having jurisdiction over proposed work. ROOFS REPLACEMENT AND EXTERIOR PAINT: ROOFS: ⢠Asphalt shingles: GAF Timberline Lifetime Shingle (NOA No.: 16-0811.11) expiration 02/21/22. ⢠There will only be two manufactures that will be accepted in the bid. GAF and OWENS-CORNING. The contractor shall include the installation certification approval for the manufacture as part of the bid. EQUAL roofing. Fiberglass reinforced heavy weight asphalt roof shingle, with a laminate profile. (Color shall be selected by PM and will be light color as per Dade County Ordinance for Dade County properties). Refer Document 00800/Special Condition Front-End documents Roofing System Warranty and other requirements. ⢠GAF Built up roof: application of a base sheet, tin capped to deck, hot mop three plies over base sheet and a cap sheet or asphalt modified bitumen cap sheet. ⢠All work shall be in compliance with the latest edition of the Florida Building Code, including revisions and updates, and applicable state, local regulations and ordinances referenced there in. ⢠Shingles shall be rated/warranted for a minimum of 130 M.P.H. winds with class H classification of 150 M.P.H. or in accordance with the Florida Building Code requirements and to contain a Manufacturerâs Labor and Material Warranty. Minimum 15-year Manufacturer defect System. Warranty including 100% Material and Labor Replacement. ⢠All Gas vents. (If applicable), must be secured and checked in accordance to the Florida Building Code. ⢠Replace all Metal flashing with new White Baked Enamel Metal Flashing and Drip must be 26 gauge or as per Florida building code. ⢠Repair wood trusses, (if applicable), to match existing, refer to the Unit Price Table. ⢠Replace all damaged roof wood deck with new 1â x 6â or 1â x 8â tongue and groove to match existing; refer to The Unit Price Table. Existing deck to be re-nailed according to Florida Building Code requirements. ⢠Replace all damaged roof wood deck with new 5/8â exterior plywood sheathing; refer to the Unit Price Table. Existing deck to be re-nailed according to Florida Building Code requirements. ⢠Repair wood fascia to match existing (if applicable), refer to the Unit Price Table. ⢠Replace existing soffitâs vents screens with continue metal, to match existing size (if applicable), refer to the Unit Price Table. ⢠Replace soffitâs at overhangs, to match existing (if applicable), refer to the Unit Price Table. ⢠Replace all roof vent stacks as per Florida Building Code. Extend pipes, if necessary. Replace all existing lead vents flashing, exhaust vent flashing, etc. ⢠Any and all exterior electrical, telephone, and cable/satellite dish and wires, interfering with the re-roofing work, shall be removed and reinstalled to its original location. Contractor must coordinate directly with each Utility Company. Any expense due to this request must be included in the bid price. EXTERIOR PAINT: ⢠Work will consists of pressure cleaning all surfaces, replacing all windows & doors caulking with new, sealing all cracks & preparing all surfaces to be painted. Contractor shall apply 1 primer sealer coat, 2 finish paint coats to all surfaces. MDHA shall select 1 base paint color, and 2 accent paint colors. Contractor shall paint the interior and exterior of all front & rear doors, with an additional separate oil base paint. For further reference, refer to the Front-End documents paint specification. ⢠Repair masonry walls, patch stucco clean surface, patch cracks using with Sikadur 31 Hi-mod gel. Remove loose stucco and missing stucco, bond and re-stucco to match existing. Contractor(s) shall also be able to obtain free electronic copies of the specifications and drawings at the following link: https://app.box.com/s/ymo58z6zwyoin1rwdxytv3l8t4nhzv9k Contractorâs inability to access this web site shall not be considered just cause for a bid protest. It is the responsibility of the contractor(s) to advise PHCD in writing, a minimum of fourteen (14) calendar days before the bid opening, of any difficulty in accessing above link and obtaining printed bid documents from PHCD. OWNERâS ASBESTOS ABATEMENT DEDICATED OWNERâS ALLOWANCE $50,000.00 Dollars. (This dedicated ownerâs allowance shall be for payment of any asbestos abatement work that may be required by applicable Asbestos Survey Reports to be provided by the contractor) (Refer also to Special Conditions, paragraph 1.19). Any unused balance remaining from this account may be used by Owner to fund other ownerâs contingency items such as Owners deems necessary which may include ownerâs unforeseen conditions, changes in the project, etc. This Ownerâs Allowance has been determined by Owner and SHALL NOT be included in the Base Bid. 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. Section 3: This is a Section 3 covered activity. Section 3 requires that job training and employment opportunities be directed to low- and very-low income persons and contracting opportunities be directed to businesses that are owned by, or that substantially employ, low- or very-low income persons. FAILURE TO PROVIDE SECTION 3 DOCUMENTS ON OR BEFORE PHCD REQUESTED DUE DATES MAY RENDER BID NON-RESPONSIVE. Cone of Silence: Miami-Dade County's "Cone of Silence", Ordinance 98-106 (Section 2-11.1(t) of the Code) approved by the Board of County Commissioners as of July 21, 1998, and amended Jan. 29, 2002, is adopted herein. This ordinance specifically prohibits communication in regard to this bid solicitation with County staff except by written means with copy filed with the Clerk of the Board. Certain exceptions are made such as oral communications during pre-bid conferences and communications with those persons defined in the ordinance regarding matters of process or procedure already contained in the solicitation document. PHCD staff and bidders may communicate orally while a bid is in progress and prior to award of bid to clarify Section 3 definitions, requirements and business preference procedures, pursuant the Miami-Dade Commission on Ethics ruling on March 10, 2004. Under MCC 7360 PLAN, the âCone of Silenceâ takes effect upon advertisement for bids and terminates when recommendation for Award is made by Public Housing and Community Development. The ordinance is attached in Section 00999-3. (Note that Section 3 coordinator is not in Cone of Silence). Contractor Registration and Award: Any contractor not registered to participate in the Countyâs miscellaneous construction contract (MCC) program â 7040 & 7360 Plan, but interested in bidding and being awarded work for PHCD, must be registered and approved by the Internal Services Department (ISD), in order to be able to receive an award. To register contractors must contact ISD, Vendor Services Section - MCC 7040/7360, 111 N.W. 1st Street, 13th Floor, Miami Florida 33128, (305)375-5289. Notwithstanding the above, it is highly recommended that contractor be registered before the date of the bid opening. Bid Guarantee: Bid Guarantee shall accompany each bid in excess of $25,000 in the amount of 5% of Base Bid, in accordance with Instructions to Bidders. The bid guarantee may be a certified check, bank draft, U.S. Government Bonds at par value, or a bid bond secured by a surety company acceptable to U.S. Government and authorized to do business in the state where the work is to be performed. Performance and Payment Bond: A 100% Performance and Payment Bond is required if: the total Bid, including contingency (10% of Base Bid) and PHCD allowances (if applicable) exceeds $100,000.00.
Bid Protests Not Available