Point Of Contact Not Available
Scope of Work: (Contractor must obtain and submit all permits prior to performing any work.) Development Name: WYNWOOD HOMES, LIBERTY HOMES AND GROVE HOMES SCATTERED SITES Development Address: 34 NW 26 ST, MIAMI, FL, 5800 NW 12 AVE, MIAMI FL AND 3110 PLAZA ST Scattered Sites single and duplexes family units: WYNWOOD HOMES: (34 NW 26 ST, 36 NW 26 ST, 40 NW 26 ST, 42 NW 26 ST, 35 NW 26 ST, 37 NW 26 ST, 121 NW 26 ST, 123 NW 26 ST, 161 NW 26 ST, 163 NW 26 ST, 169 NW 26 ST, 171 NW 26 ST, 109 NW 27 ST, 111 NW 27 ST, 104 NW 27 ST, 23 NW 27 ST, 21 NW 27 ST, 63 NW 31 ST, 65 NW 31 ST, 147 NW 32 ST, 72 NW 34 ST, 63 NW 34 ST, 65 NW 34 ST, 147 NW 32 ST, 72 NW 34 ST, 63 NW 34 ST, 65 NW 34 ST, 49 NW 34 ST, 51 NW 34 ST, 41 NW 34 TERR, 226 NW 34 TERR, 228 NW 34 TERR, 255 NW 34 TERR, 257 NW 34 TERR, 259 NW 34 TERR, 261 NW 34 TERR, 325 NW 35 ST, 327 NW 35 ST, 321 NW 35 ST, 323 NW 35 ST, 45 NW 35 ST, 525 NW 33 ST, 527 NW 33 ST). SEE ALSO ATTACHED LIST. (39 UNITS) LIBERTY HOMES: (5800 NW 12 AVE, 5802 NW 12 AVE, 1445 NW 58 ST, 1457 NW 58 ST, 1351 NW 58 TERR, 321 NW 58 TERR, 1319 NW 58 TERR, 1287 NW 58 TERR, 1119 NW 58 TERR, 1117 NW 58 TERR, 5858 NW 11 AVE, 5868 NW 11 AVE, 5874 NW 11 AVE, 1348 NW 59 ST, 1386 NW 59 ST, 1490 NW 59 ST, 1526 NW 59 ST, 1624 NW 59 ST, 1609 NW 59 ST, 1478 NW 60 ST, 5920 NW 13 AVE, 5922 NW 13 AVE, 5924 NW 13 AVE, 1320 NW 60 ST, 751 NW 63 ST, 752 NW 64 ST, 1141 NW 64 ST, 1143 NW 64 ST, 1339 NW 68 ST, 1363 NW 68 ST, 1234 NW 68 TERR, 1270 NW 68 TERR, 839 NW 69 ST, 841 NW 69 ST, 851 NW 69 ST, 853 NW 69 ST, 855 NW 69 ST, 857 NW 69 ST, 1200 NW 69 ST, 1210 NW 69 ST, 1246 NW 69 ST, 1335 NW 69 ST). SEE ALSO ATTACHED LIST. (44 UNITS). GROVE HOMES: 3110 PLAZA ST, 3112 PLAZA ST, 3109 CARTER ST, 3107 CARTER ST, 3631 OAK AVE, 3157 HIBISCUS ST, 3210 THOMAS AVE, 3330 THOMAS AVE, 3221 WILLIAM AVE, 3229 WILLIAM AVE, 3314 WILLIAM AVE, 3355 WILLIAM AVE, 3335 CHARLES AVE, 3377 CHARLES AVE, 3538 CHARLES AVE, 3548 CHARLES AVE, 3565 WILLIAM AVE, 3575 WILLIAM AVE, 3600 WILLIAM AVE, 3610 WILLIAM AVE, 3627 WILLIAM AVE, 3670 WILLIAM AVE, AND 3688 WILLIAM AVE AND 3680 FRANKLIN AVE), SEE ALSO ATTACHED LIST. (24 UNITS). Development No.: FL 5-100C/854, FL 5-093A/848 AND FL 5-092A/846 Contract Documents prepared by: PHCD General Description of the Work (Project): 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. 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. 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. 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, 03/17/2020 at 701 NW 1 CT. 16th floor where they will be publicly opened and read aloud. 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. 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 $0.00 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 $0.00 dollars allowance will not be included in your Base Bid). There will be an Ownerâs allowance of $0.00 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 $0.00 dollars allowance will not be included in your Base Bid). Approximate Construction Budget for this project is: $779,640.00 (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: 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: $ 60.00 (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: 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. Pre-Bid Meeting: A pre-bid meeting will be held at the PHCD office, at: 34 NW 26 St. Miami, Florida 33138 at 10:00 AM. on Thursday, February 27, 2020. 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/sfqzh3ofn7br7xy10pcs2cnxm6efxuku 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. OWNERâS UNFORESEEN AND/OR HIDDEN UNDERGROUND AND/OR ABOVE GROUND CONDITIONS DEDICATED OWNERâS ALLOWANCE $ 116,976.00_ Dollars (This dedicated ownerâs allowance shall be for payment of ownerâs unforeseen and/or hidden conditions which are not indicated in the contract documents and which could not have been reasonably discovered by the contractor prior to submission of its bid) (Refer also to Special Conditions, paragraph 1.19). 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. Questions regarding âSection 3 Businessâ contract requirements may be faxed to Jorge Rendon, Section 3 Coordinator at
[email protected] PHCD Procurement Contact: Norma Fernandez at
[email protected]
Bid Protests Not Available