Point Of Contact Not Available
Scope of Work: (Contractor must obtain and submit all permits prior to performing any work.) ELEVATOR REPLACEMENT AT TWO SEPARATE PROJECTS PARKSIDE I - 333 NW 4 AVE PARKSIDE II - 357 NW 3 ST MIAMI DADE COUNTY PUBLIC HOUSING AND COMMUNITY DEVELOPMENT 701 NW 1st Ct. 16th Floor MIAMI, FL 33136 DOCUMENT 00020 RPQ- 49134 REQUEST FOR PRICE QUOTATION INVITATION TO BID UNDER MCC 7360 PLAN SEALED BIDS for the project designated below will be received for and on behalf of MIAMI-DADE COUNTY, BY PUBLIC HOUSING AND COMMUNITY DEVELOPMENT, ADMINISTRATIVE SERVICES DIVISION, 701 NW 1ST COURT, 16TH FLOOR, FRONT DESK, MIAMI, FLORIDA, 33136 UNTIL 10:00 A.M. Local time, Tuesday, 03/31/2020 at 701 NW 1 CT. 16th floor where they will be publicly opened and read aloud. Development Address Development Name Development No 333 NW 4th. Ave & 357 NW 3rd. St. Miami, Florida 33128- Parkside I & Parkside II. Development No. 221 Contract Documents prepared by: Francisco Trujillo General Description of the Work (Project): Elevator replacement of the existing hydraulic system with new non-proprietary equipment. Shop drawings shall be submitted by contractor for compliance with specifications. All of the equipment needs to be replaced including the elevator cabs. This also includes the pump and upgrades to the elevator room, electrical and a/c equipment.. The Contractor must provide all required documentation to obtain all required permits to perform the job. He/she shall supply all necessary labor, tools, materials and equipment needed for the completion of the Scope of Work as specified by MDPHA Bid Documents and specifications. All work shall be in compliance with the latest edition of the Florida Building Code, including revisions and updates, and all applicable Federal, State, local regulations and ordinances referenced there in, and any other Code having jurisdiction on the project. The contractor shall provide an asbestos survey report for all units in this contract. This will be included in this contract as part of your Base Bid. There will be an Ownerâs allowance of $32,000.00 dollars in the event that suspect materials were found on some of the existing unit components, the contractor must remove and dispose the asbestos containing materials if they are to be disturbed by renovation activities. The removal of asbestos containing materials is required to be performed by trained/or licensed personnel in compliance with F.S. 469.001.015. (The $32,000.00 dollars allowance will not be included in your Base Bid). There will be an Ownerâs allowance of $32,000.00 dollars for code changes associated with the dry run/permit process, and or any unforeseen conditions found or in the buildings, including electrical, plumbing and mechanical that need replacement or repairs. (The $32,000.00 dollars allowance will not be included in your Base Bid). Approximate Construction Budget for this project is: $500,000.00 (this amount excludes Ownerâs Contingency and Ownerâs Allowances, which will be added by Owner for Contract Award). Whenever approximate construction budgets and/or cost estimates or the like are included within the Contract Documents or noted elsewhere, it shall be understood that these are for Owners use for determining preliminary funding and are not to be relied upon by bidders in determining their bid. Bidders shall not rely on any information concerning estimates, budgets, applications, and/or the like from PHCD, itâs consultant s or any other their parties, and shall make their own independent evaluation and perform detailed quantity take-offs, etc. to determine that the cost of the work submitted with its bid is in full compliance with the Contract Documents. Equal Bids: 1) When a contract receives two or more responsive and responsible low bids, equal in all aspects, the award shall be decided by drawing lots. 2) In the event that two separate contracts, having identical scope of work, have two responsive and responsible low bids each, the tie break shall be resolved by awarding a contract to each company. Contracts will be assigned to companies by drawing lots. 3) Similar circumstances involving more than two companies; awards shall be decided by drawing lots. Bidderâs License Requirements: Bidders must hold at the time of bid submission (and maintain same throughout duration of the contract) a current valid license. See Sec. 2.12, MCC 7360 PLAN as checked below: 1 Certificate of General Building issued by the State of Florida Construction Industry Licensing Board or the Miami-Dade County Construction Trades Qualifying Board, or have a State of Florida Certified General Contractorâs License. 0 The following trade license: Bids/Proposals received after 10:00 A.M. will not be opened or considered. The responsibility for submitting a Bid (Proposal response to RPQ) to the Public Housing and Community Development before the stated time and date is solely and strictly the responsibility of the bidder. Public Housing and Community Development is not responsible for delays caused by any mail, package or courier service, including the U.S. Mail, or caused by any other occurrence. 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. Subcontractors â Race, Gender and Ethnic Makeup of Owners and Employees: Pursuant to Sections 2-8.1, 2-8.8 and 10.34 of the County Code (as amended by Ordinance No. 11- 90), for all contracts which involve the expenditure of one hundred thousand dollars ($100,000) or more, the entity contracting with the County must report to the County the race, gender and ethnic origin of the owners and employees of its first tier subcontractors using the Subcontractor/Supplier Listing form. In the event that the successful bidder demonstrates to the County prior to award that the race, gender and ethnic information is not reasonably available at that time, the successful bidder shall be obligated by contract to exercise diligent efforts to obtain that information and to provide the same to the County not later than ten (10) days after it becomes available and, in any event, prior to final payment under the contract (Refer to Document 00999-3, item #3). 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 Documents: Obtain Bid Documents from PHCD, Facilities Section, 701 NW 1st Court 16th Floor Miami, Florida 33136 as of Amount: $ 0.00 (non-refundable) per Bid Document Set. Contractors shall provide separate money orders or cashierâs checks per contracts. Only Money Orders or Cashierâs Checks payable to Public Housing and Community Development will be accepted to acquire bid documents. Contractor(s) shall also be able to obtain free electronic copies of the specifications, drawings, and Pictures (if applicable) at the following link: https://app.box.com/s/50y2qyribfn8vlrajnkyn7p9aumed7qd. 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. Waivers and rejection of bids: The County, at its sole and absolute discretion, reserves the right to waive any informalities or irregularities in any bid, or to reject any or all bids prior to contract award. Refer also to Document 00100 â Instructions to Bidders, Section 1.09 and 1.10 and Document 00300 â Form of 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. Project Manager: Francisco Trujillo e-mail:
[email protected] Questions regarding âSection 3 Businessâ contract requirements may be sent to Jorge Rendon, Section 3 Coordinator at
[email protected] PHCD Procurement Contact: Norma Fernandez at
[email protected]
Bid Protests Not Available