Solicitation Details - MCC 7360 RPQ 10364699
Back To Search SolicitationsTitle:
Miscellaneous Roof Maintenance Service Contract
Opening Date:
1/22/2025 2:00:00 PM
Announcement Info:
Scope of Work:
(Contractor must obtain and submit all permits prior to performing any work).
The scope of work encompasses general maintenance, repairs and/or replacement of the various roof systems at Miami International Airport (MIA) and the General Aviation Airports [i.e., Miami-Opa-locka Executive Airport (OPF), Miami Executive Airport (TMB), Miami Homestead G.A. Airport (X51) and the Training Airports at Opa-locka West (OPW) and Dade- Collier Training and Transition (TNT)] and the Cargo Buildings. Exact location and description of work to be performed will be indicated on Work Orders issued by the MDAD project manager.
Repair, Maintenance and/or replacement work will be on an “as needed basis” and includes but is not limited to roof leak investigations, roof repairs, flashing repairs, expansion joint repairs, parapet wall repairs, roof replacements and repairs to other MDAD miscellaneous roofs as required. Contractors must agree to perform all work in accordance with the scopes of work established by MDAD, the MCC 7360 contract’s terms and conditions, all required permits and inspections and all applicable federal, state and local laws, codes and regulations. Contractor shall use an adequate number of qualified workers who are thoroughly trained in the techniques required to properly complete the work specified. Contractor will own or have access to the equipment necessary and to meet all safety, insurance, and technical requirements of the owner and local, county, state, and federal regulating authorities. The grand total bid price shall be reflected on the Supplemental Bid Form.
Contractor shall review all documents and scope of work provided by Miami-Dade Aviation Department (MDAD) for work to be completed.
1. This work order-based contract shall be for a maximum term of three (3) years. The total contract allocation shall not exceed $5,000,000. Work shall be authorized on an as needed basis via Work Orders by the MDAD PM. MDAD offers no guarantee that the $5,000,000 will be used in full nor that the contract will extend for the entire 3 years maximum term.
Prospective bidders are responsible for taking into consideration all applicable Ordinances and/or Regulations in force at the time of the bid, such as Responsible Wages, that may affect unit prices. Selected contractors must agree to respond to an emergency/priority call within two (2) hours of first contact from MDAD staff and be available to respond 24 hours per day and 7 days a week with the necessary equipment, materials and labor force to complete the required work in accordance with MDAD’s schedule for completion. The definition of an adequate response shall be determined at MDAD’s sole discretion on a case-by-case basis. Once a contractor has responded within two (2) hours, MDAD staff will work with the contractor to determine the best course of action, establish the scope of the work and schedule the work. Failure to respond two consecutive times within two (2) hours of being contacted for work may result in the firm being removed from participation in the work order based program. Most work will have to be completed after regular business hours (i.e., night time) to minimize disruptions to the routine business operations of the MDAD and/or its business partners.
The awarded contractor must provide daily temporary protection during tear-off of the existing roof system and other project related activities to minimize disruptions and avoid damage to the property within the building envelope. The contractor shall be responsible for all costs associated with repair and/or replacement of property damage due to water penetration and/or any other condition resulting from negligence or failure to protect the work area. Please be sure to adjust unit costs accordingly.
The work may entail full replacement of existing roof systems. There are five (5) types of roof systems at the MDAD facilities, listed below. Due to the unique environmental demands placed on the Aviation Department’s roof systems, the MDAD has determined that the following roof system manufacturers are approved for use at Aviation facilities:
• Sprayed Polyurethane Foam SPF; approved manufacturers: LaPolla, Premium Spray Products Inc., Volatile
• Single Ply; approved manufacturers: Fibertite, Sarnafil, GAF.
• Built-Up Modified; approved manufacturers: Johns Manville, Soprema, GAF.
• Structural Metal Roofs; approved manufacturers: Merchant & Evans, Englert.
• Gravel Roof Systems; approved manufacturers: Koppers, Durapax, The Garland Co.
All bidders shall have a minimum of five (5) years verifiable commercial experience in the installation and repair of the above referenced roof systems and completing roofing projects at MIA or similar scale facilities. The contractor shall be certified as an approved applicator of all types of roof systems mentioned above. Bidders shall complete and submit the attached “Supplemental Questionnaire”. The Questionnaire shall serve to verify the experience, qualifications and certifications required herein. Bidders shall submit copies of the certifications for each roof system with the bid documents on the bid due date.
Bidders shall be certified as an approved applicator for at least one of the approved manufacturers for each of the listed roofing systems. Bidders must be certified and eligible to obtain from the approved roof system manufacturer a 20 year No Dollar Limit (NDL) warranty on all roof replacement projects that will be issued to the Miami Dade Aviation Department upon final acceptance. Bidders unable to provide the required approved applicator certifications will be disqualified.
All roof repairs, maintenance and/or replacement activities shall be in strict accordance with the MDAD Design Guidelines Manual (DGM) Volume A, Divisions 5, 7 and 9. Bidders interested on bidding on this RPQ are responsible for obtaining copies of applicable Design Guidelines. Applicable DGM Sections include but are not limited to the following:
Division 5, Section 05120 – Structural Steel Division 5, Section 05500 – Metal Fabrications Division 5, Section 05580 –
Architectural Metalwork
Division 5, Section 05581 – Architectural Metal work Details
Division 7, Section 07130 – Sheet Membrane and Fluid Applied Waterproofing
Division 7, Section 07210 – Building Insulation
Division 7, Section 07220 – Roofing and Deck Insulation
Division 7, Section 07500 – Roofing - General
Division 7, Section 07510 – Built-up Roofing
Division 7, Section 07530 – Membrane Roofing and Membrane Flashing
Division 7, Section 07550 – Modified Bituminous Membrane Roofing System
Division 7, Section 07600 – Flashing and Sheet Metal
Division 7, Section 07710 – Roof Expansion Joints
Division 7, Section 07900 – Joint Sealers
Division 7, Section 07995 – Details Division 9, Section 09220 – Stucco Division 9, Section 09900 – Painting
Division 9, Section 09960 – Special Coatings
Bidders shall obtain and become familiar with the listed as well as any other pertinent DGM Sections before submitting bids. Please contact Mr. Daniel Cinti, MDAD Technical Support Supervisor, at (305)876-7453 or [email protected] in order to obtain the design guidelines applicable to this project.
Bidders are hereby notified that the DGM documents contain sensitive security information (SSI). Accordingly, please comply with the standards for access, dissemination, handling & safeguarding of SSI in accordance with 49 CFR Part 1520, any applicable amendments and/or supplementary guidance(s) issued by the Department of Homeland Security.
Items of work will be determined as they become necessary during the term of this Contract. When assigning the project goals, it is important to point out that not all line items may be used. Therefore, the Contractor may not be able to fulfill the total goal because the work is on an as needed basis.
WARRANTY:
The standard warranty required for maintenance roof coating and sealing is 10 years. Warranty must be valid in State of Florida. Arbitration is unacceptable. Fully executed warranty document must be submitted with invoice for each Work Order issued by the MDAD project manager(s).
Standard warranty required for minor roof repairs is two (2) years. Warranty must be valid in State of Florida. Arbitration is unacceptable. Fully executed warranty document must be submitted with invoice for each Work Order issued by the MDAD project manager(s).
On full roof replacement or recovery projects, MDAD will require a 20-year No Dollar Limit (NDL) labor and material warranty from the approved roofing system manufacturer with out any exclusions. The warranty must have an area designated for the MDAD Assistant Director for Facilities Management to sign signaling the MDAD acceptance of said warranty.
All other warranties shall comply with applicable manufacturer application requirements as well as MDAD Design Guidelines.
LICENSE:
Note: Pursuant to the requirements of Section 10-3 of the Code of Miami-Dade County, selected Contractors must possess a valid, current, and active State of Florida and/or Miami-Dade County contractor's license issued by the County's Construction Trades Qualifying Board and which is consistent with the requirements of their respective trade and the scope of work.
BID BOND AND PERFORMANCE & PAYMENT BOND:
Prospective bidders shall submit a Bid Bond at the time of Bid submission. Bidders may use the Surety Company standard bid bond. Alternatively, a certified or cashier’s check will be acceptable in lieu of the bid bond.
The Performance & Payment (P&P) bond must be submitted, using the contract specified form, within ten (10) working days from receipt of the Recommendation for Award (RFA) or time extension approved by the MDAD project manager. In order to minimize the burden on firms, the Aviation Department (MDAD) will accept an initial P&P bond, satisfactory to Miami-Dade County, Florida, and on the form required per the MCC-7360 contract documents, in the amount of no less than $1,500,000 which includes the first year term allocation of $1,300,000 plus $200,000 for the allowance account to be used in case of unforeseen situations, specialized materials equipment, etc. The said bond shall be renewed and resubmitted annually. Furthermore, in the event that the Work Orders issued under any contract term exceeds the annual bonding capacity, then the awarded contractor shall be responsible for increasing the P&P bond to match the current aggregate of all Work Order amounts while the value of active work exceeds the bonding capacity. Alternatively, the awarded bidder may submit a P&P bond for the full contract amount of $5,000,000.
Bidders are instructed herein to obtain and reflect the total cost of the P&P bond for the entire contract duration and full allocation (i.e., $5,000,000) under the applicable line item of the Supplemental Bid Form along with the costs associated with obtaining MDAD Identification badges for access to the AOA and liability vehicular insurance. The cost for the bond premiums shall be authorized for reimbursement by the MDAD via written Work Orders. Proper back-up documentation verifying the bond premium cost shall be submitted by the awarded contractor before requesting reimbursement. In addition, the total cost of the bond premiums shall not exceed the lump sum amount reflected under line item #170 of the Supplemental Bid Form.
MDAD ENVIRONMENTAL POLICY:
Compliance with the Aviation Department (MDAD)'s Environmental Policy, ISO 14000 certification and Commissioning requirements will be strictly enforced by the MDAD PM. These requirements will be discussed during the mandatory pre- bid meeting. The awarded bidder shall comply with all requirements listed on the project plans, specifications and/or distributed separately following the mandatory pre-bid meeting.
SAFETY:
The awarded contractor is responsible for the safety and security of the job site. Any vandalism, theft, etc. which occurs during the construction time is the responsibility of the contractor. No monetary compensation shall be granted if any of the above occurs. If Contractor opts to hire an independent Security Company, such company is to be properly bonded and insured. Contractors shall provide an established safety program and implementation policy. Contractors’ safety programs shall be reviewed and approved by MDAD post-bid submittal and work orders shall not be issued to any contractor until their safety program is approved by MDAD.
LIQUIDATED DAMAGES:
If the awarded contractor shall neglect, fail, or refuse to complete the work within the time specified for Substantial Completion in the Notice to Proceed (NTP), then the contractor hereby agrees, as part of the consideration for the awarding of this Contract, to pay to the Owner, as liquidated damages and not as a penalty, the sum of $106.00 per day for each calendar day beyond the dates set forth in the NTP and/or Work Order(s). The said amount is fixed and agreed on by and between the Contractor and the Owner because of the impracticability and extreme difficulty of ascertaining the true value of the damages which the Owner will sustain by failure of the Contractor to complete the Work on time, such as loss of revenue, service charges, interest charges, delays caused to other construction activities of Owner by failure to perform this Contract, and other damages, some of which are indefinite and not susceptible of easy proof. Said amount is agreed to be a reasonable estimate of the amount of damages which the Owner will sustain and said amount shall be deducted from any monies due or that may become due to the contractor, and if said monies are insufficient to cover said damages, then the Contractor shall pay the amount of the difference. Substantial completion does not relieve the contractor of completing the project in its entirety, nor does it obligate the owner to pay the entire contract price. Final acceptance is achieved when a Certificate of Completion (i.e., if required), acceptable warranties, final payrolls, final releases or acceptable Consent of Surety and documentation required in the contract documents has been submitted for approval to the MDAD project manager.
SECURITY REQUIREMENTS:
The Work may be on both landside and airside and the employees from the awarded contractor as well as its subcontractors (if applicable) shall obtain MDAD identification badges including the CBP seal and comply with all MDAD security requirements, background checks, security badges, etc.
All selected contractors and their employees must comply with all MDAD security requirements including background checks, security badges, specialized aviation-related insurance requirements, etc. For contractors that do not already comply with MDAD’s security requirements, MDAD may, at its sole discretion, consider making these security-related expenses reimbursable.
Upon the award, the awarded contractor will have up to sixty (60) calendar days to provide a copy of the security badges with the Customs Seal to MDAD/MPEC Division. If, after issuance of the NTP the contractor still is non-compliant with this requirement, MDAD will not issue any Work Order until the security badges with the Customs Seal is secured by the contractor for up to the next thirty (30) calendar days. If the Contractor fails to secure and provide a copy of the required Badges with the Customs Seal at the end of the additional thirty (30) calendar days, Contractor may be terminated for default as established in Section 1 of the General Terms and Conditions, Article 1.20 (Termination for Default) of the MCC 7360 contract.
The following items are reimbursable:
• Actual cost of MDAD identification (ID) badges with a customs Seal
• The Custom Border Protection (CBP) Seal /bond.
• Actual cost of fingerprints.
• The AOA driving training.
• The vehicle Decal necessary to drive in AOA.
All other costs are not reimbursable and if not specifically mentioned in the pay items listed in the Bid Form shall be considered as incidental to one or more of the pay items, and no claim for additional compensation will be allowed, and it shall be assumed that the cost therefore is included in the prices for the various items in the Contract.
UTILITY CLEARANCES & SHUTDOWNS:
The awarded contractor shall be responsible for obtaining all utility clearances and coordinating all utility shutdowns at least 14 working days before initiating any work. Damage to existing equipment, utilities, MDAD or its business partners' property, etc. will be repaired and/or replaced at the contractor's expense. MDAD forms and procedures to obtain utility clearances and/or coordinate shutdowns will be distributed following the mandatory pre-bid meeting.
REQUEST FOR INFORMATION:
All requests for information (RFIs) shall comply with the Cone of Silence, Administrative Order 3-27 and shall be directed in writing to the MDAD project manager with a copy to the Clerk of the Board ([email protected]). The deadline to submit RFIs is no later than five (5) working days before the bid opening date and time specified on the RPQ and Invitation to Bid. MDAD will issue all changes and/or clarifications to the RPQ in writing via an Addendum. Verbal statements made by the County or the Owner’s Representative that are not contained in the RPQ or Addendum are not binding on the County and do not form any basis for a bidder’s response to a RPQ.
MINIMUM QUALIFICATIONS AND EXPERIENCE:
The selected contractor must possess:
1. Contractors must hold a valid license required to perform work in the following trade: Roofing Contractor License.
2. Contractors must have a minimum of 5 years’ experience performing work in their specific trade. All bidders shall have a minimum of five (5) years verifiable commercial experience in the installation and repair of the above referenced roof systems and completing roofing projects at MIA or similar scale facilities. The contractor shall be certified as an approved applicator of all types of roof systems mentioned above. In the event a new firm is established by executives, supervisors and other senior field staff (key employees) that would have met these minimum experience requirements with a prior firm, MDAD reserves the right to qualify the new firm, based on MDAD’s sole determination and evaluation of the knowledge and prior experience of these key employees employed by the new firm.
3. Contractors must be able to demonstrate that their firm or its key employees, as described above, have experience performing their respective trade within the company’s noted history. Specifically, contractors must submit proof that their respective firms have been regularly and successfully engaged in work related to their specific trade for a minimum of one (1) year. These requirements shall be based on projects completed prior to the submission date. Contact information for projects and/or firms submitted as proof of experience shall be provided by prospective contractors as part of their bid package. MDAD will confirm the listed experience by calling the firms’ owners or representatives. Should such evidence not be satisfactory to MDAD, whose decision shall be final, the submission will be considered non-responsive. The qualifying proof with names and phone numbers shall be submitted in a sealed envelope at the time of bid.
4. Contractors must have a minimum average total score of 3.0 in their Contractor Performance Evaluations in ISD’s Capital Improvements Information System (CIIS). In the event a new firm has been created that does not have evaluations in the CIIS, the firm that previously employed the key employees of the new firm must have had a minimum average total score of 3.0 in the CIIS Contractor Performance Evaluation Module or the new firm must provide, to MDAD’s satisfaction, documentation that the new firm has performed satisfactorily on similar projects within their respective trade. Further, any incidence of project delays in a contractor performance evaluation must be justified to the satisfaction of MDAD.
5. Without limiting the generality of the foregoing, the County may determine that it is in the County's best interest to award the Contract to the next low bidder when the low bidder's existing contractual commitments with the County, in the sole discretion of the County (a) could prevent the timely prosecution of the work requiring competing commitments of site, supervisory or home office personnel, or (b) could present potential conflicts with billing of similar items under existing contracts for similar or related work, or (c) could disfavor competition in the contracting industry in pricing or in the use of personnel or subcontractors.
INDEMNIFICATION & INSURANCE:
Contractor is required to have proper insurance to cover ongoing work on the job site. The Contractor shall furnish certificates of insurance and insurance policies to the Owner prior to commencing any operations under this Contract. Certificates and policies shall clearly indicate that the Contractor has obtained insurance, as required for strict compliance with this specification. Compliance with the foregoing requirements shall not relieve the Contractor from liability under any other portion of this Contract. The Contractor shall be responsible for assuring that the insurance certificates required in conjunction with this section remain in force for the duration of the agreement. See attached for indemnification and insurance requirements.
MANDATORY PRE-BID MEETING & SITE VISIT:
Since a conference call does not require a physical presence, social distancing practices for COVID-19 are being adhered to. Bidders are still required/responsible for participating in the MANDATORY pre-bid conference call and site visit. Failure to participate in the MANDATORY conference call and site visit shall result in the corresponding contractor/company being considered non-responsive. Contractors are extremely encouraged to call 5 minutes before the scheduled meeting time for a roll call. Late arrivals to the conference call shall result in the contractor/company being considered non-responsive.
The conference call will be recorded.
The dial-in instructions for the conference call are described below:
• Dial in: 305-876-8333
• Meeting ID: 5762555
• Passcode/Pin: 5869
The agenda for the pre-bid conference call meeting will be sent to you via email to be used during the meeting. Make sure you receive it, if not, please check your junk email or contact our office.
BID BOX:
The bid box is located in the hallway between Rooms B-205 and B-209 in MIA Bldg. 3030, B-Wing, 2nd Floor. If the time clock adjacent to the bid box is unable to stamp the bid envelope due to its thickness, please see Ms. Silvia Perez, Mr. James P. Ferreira or any MDAD representative at MIA Building 3030 to have bid envelopes signed, dated and timed prior to dropping them in the box.
BID SUBMITTAL:
Pricing for Work Orders shall be based on unit prices established on the Supplemental Bid Form distributed along with the RPQ documents. The Supplemental Bid Form will also be distributed after the mandatory pre-bid meeting and must be submitted along with the bid documents. Prospective bidders are cautioned that failure to complete and submit the Supplemental Bid Form with the bid documents shall result in their bid being rescinded. The Supplemental Bid Form's unit and grand total costs shall be used to determine the low “responsive and responsible” bidder. Prospective bidders are notified hereby that their unit costs and total price for the listed items on the Supplemental Bid Form shall be all inclusive for each line item (i.e., each unit cost line item shall include all costs for anticipated labor, permit fees if any, equipment such as cranes, lifts, scaffolds, MOT preparation and set-up, materials, overhead & profit, $5 million liability insurance, etc. required to implement the work). Furthermore, line item unit costs must also include costs associated with all labor burden items such as but not limited to roof systems tear-outs, debris removal and disposal fees, etc. The grand total bid price calculated on the Supplemental Bid Form shall be reflected on Form 5A. The correct summation of the correct line items, obtained by multiplying the estimated quantities by the quoted unit cost prices entered therein, together with lump sum prices (i.e., if applicable) will be considered as the total bid amount. In the event of a discrepancy between a unit bid price and an extension, the unit bid price will govern. Obvious mathematical errors on the Bid Form discovered by the County will be corrected.
Please be informed that some or all of the work may have to be completed at night to minimize disruptions to the MDAD’s business operations. In addition, a kettle equipped with a fume recovery system and low odor asphalt will be required for all repairs. Please adjust unit costs accordingly. Bidders are responsible for all costs related to permitting, preparation of required shop drawings, special inspections, preparation of as-built drawings, close-out documentation and/or any engineering certificates required.
Dedicated Allowance Account: for other unforeseen conditions (permitting, plan revisions, existing utility relocations, utility company service fees, Fire Watch, specialized roof repairs, special equipment or materials, etc.), construction changes and for quantity adjustments. Authorization to use the funding from the allowance account must be obtained in writing from the MDAD project manager. The Dedicated Allowance Account is fixed at $600,000.00. Any portion of this fund remaining after all authorized payments have been made will be withheld from Contract Payments, and will remain with the County. If one account has been depleted and funds are available in the other accounts the MDAD PM may use some of the available funds to complete the Project.
Bid Documents shall be distributed following the MANDATORY Pre-Bid Conference Call (see date and time above). Potential bidders are hereby notified that some of the documents that will be distributed following the mandatory pre-bid conference call possibly contain sensitive security information (SSI). Accordingly, please comply with the standards for access, dissemination, handling & safeguarding of SSI in accordance with 49 CFR Part 1520, any applicable amendments and/or supplementary guidance(s) issued by the Department of Homeland Security. Bid Documents must be submitted in a sealed envelope. The bidder’s name, address, the project name and the RPQ number must be indicated on the outside of the envelope. The sealed envelope shall include, at a minimum, the following documents:
1. Bid price using Bid Form-Attachment 5A.
2. Completed Supplemental Bid Form.
3. Bid guarantee in the form of a bid bond, certified check, or cashier’s check. Failure to include a bid bond/ guarantee shall render the bid non-responsive.
4. Any and all applicable Addenda documents (fully executed and dated) issued during the bidding phase.
All potential bidders are hereby notified that failure to submit the completed Bid Form – Attachment 5A reflecting the bid amount and bidder information, the Supplemental Bid Form, and/or the bid bond/guarantee will not constitute a curable deficiency and shall render the bid “non-responsive.” Failure to include the Collusion affidavits, Addendum or other similar forms due with the bid shall be considered curable deficiencies. Bidders will be allowed to cure these deficiencies within deadlines established by MDAD staff.
Recommendation for Award is contingent to availability of proper funding.
DAILY LOG:
CONTRACTOR shall maintain a daily log (report) of activity at job-site. Reports will be submitted to the MDAD project manager upon request. Daily reports shall be submitted to the Construction Supervisor at the stipulated progress meeting(s). FAILURE TO SUBMIT DAILY REPORTS AS STIPULATED ABOVE MAY RESULT IN PAYMENT DELAYS.
Contractor will be responsible for all his work until accepted by the MDAD. Any damage to any newly completed or in progress work will be the sole responsibility of the contractor to fix at no additional cost to the owner. No time extension will be granted for any delays related to such damages. All existing finishes and areas disturbed by CONTRACTOR will be repaired and or replaced to original condition as directed by OWNER.
PROGRESS MEETINGS:
The MDAD project manager will schedule and host progress meetings throughout the duration of the project. The contractor shall attend each meeting with major subcontractors, contractor’s project manager, and job superintendent and supplier representatives. Attendants noted above shall cooperate with the MDAD PM to ensure that meetings are held on a timely manner. One of the progress meetings may be designated as a monthly payment requisition review meeting.
PERMITS:
CONTRACTOR is responsible for obtaining all applicable permits and paying all related fees needed to begin and complete all phases of work within the plans. It shall be the contractor’s responsibility to ensure that all required regulatory or proprietary permits are obtained prior to commencement of work. Copies of all permits shall be submitted to MDAD PM prior to commencing work. CONTRACTOR is responsible for obtaining all permits and inspections required to complete project. The CONTRACTOR, prior to final requisition for payment, shall obtain and submit a Certificate of Completion and/or Certificate of Occupancy (i.e., if applicable) to the MDAD PM.
CONTRACTOR shall provide all construction administration services and related costs required for all permits and preparation of all required shop drawings, review, field inspections, as-built, change order review, and close out documents, engineering certificates as required
SHOP DRAWINGS AND SAMPLES:
The contractor shall submit two (2) copies of all Shop Drawings, catalog cut-sheets and samples (submittals) required. Samples (as applicable) shall provide full range of manufacturer’s standard colors, textures, and patterns for selection. All color and finish selections must be submitted by the contractor in a single submittal, properly labeled and identified.
The contractor shall maintain a set of construction drawings on site reflecting all changes, revisions, approved RFIs and/or directives applicable to the changes/modifications. All changes, revisions and/or modifications shall be clearly marked in red on the said drawings before requesting pencil draft walkthrough inspections for processing of payment requisitions. The marked set of drawings shall be readily available at the project site upon request by the MDAD project manager and/or its authorized representative(s).
AS-BUILTS:
CONTRACTOR shall provide THREE (3) HARD COPIES and/or THREE (3) CAD COPIES on CD of SIGNED and SEALED as-built drawings at completion of work. Use the latest version of CAD compiled format. X-REF files are not acceptable. Final requisition for payment will not be processed without submittal and acceptance of as-built drawings. CONTRACTOR shall maintain updated Red line as-built at the jobsite for review as part of the Monthly Requisition review meeting. All projects must have an As-Built completed, received, reviewed and approved by the Miami-Dade Aviation Department prior to authorizing final payment to the consultant or contractor. As-Built shall be Signed and Sealed by a Professional Land Surveyor or Professional Engineer.
The awarded bidder shall maintain valid insurance in accordance with the requirements established below, AOA access decals for vehicles, bond(s), MDAD identification badges and shall comply with responsible wages throughout the entire term of the contract.
Technical Certification:
Roofing Contractor
Commodities
Code | Description |
---|---|
770 | ROOFING |
Solicitation Package/Addendums
Type | File Name |
---|---|
Package | MCC_7360_RPQ_10364699.pdf |
Addendum | 10364699_Addendum_1.pdf |
Addendum | 10364699_Addendum_2.pdf |