Solicitation Details - MCC 7360 RPQ X010A-R
Back To Search SolicitationsTitle:
X010A Miami-OpaLocka Executive Airport OPF Run Up Pad
Opening Date:
4/10/2024 2:00:00 PM
Announcement Info:
Scope of Work:
(Contractor must obtain and submit all permits prior to performing any work).
Work of this Contract comprises general construction of a new Engine Run Up Pad located west of Taxiway “H” (between Taxiway “S” and “P”) at the Opa Locka Executive Airport for the Miami-Dade Aviation Department, the Owner.
The work under this contract includes the associated aircraft parking pad composed of earthwork regarding, approximately (3,400 cubic yards of excavation and 4,950 cubic yards of embankment), 9,200 square yards of full-strength flexible pavement (stabilized Subgrade, Limerock Base, and Asphalt Surface Course), 3,100 square yards of Shoulder Pavement, 16,300 square yards of sod, drainage pipe, taxiway and apron elevated edge lights, airfield signs and pavement markings.
The work under this contract includes the project elements below:
1- Flexible Pavement & Shoulder
2- Embankment
3- Airfield Signage
4- Taxiway & Apron Edge Lights
5- Pavement Markings
6- Drainage
7- Sod
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. Any minor variation in the scope of work that is necessary to complete the intended work shall be considered incidental and will not warrant additional compensation. Any major variation encountered in the scope of work that is necessary to complete the intended work will be additional work and will be compensated through a contingency allowance account, dedicated allowance account, or change order. However, such major variation shall be completed without delay. 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 RPQ Bid Form – Attachment 5A.
Hours of Operation are from sunrise to sunset.
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION GRANT AGREEMENT: CONTRACT NUMBER G1G27
a. Approval of Third Party Contracts. The Department specifically reserves the right to review and approve any and all third party contracts with respect to the Project before the Agency executes or obligates itself in any manner requiring the disbursement of Department funds, including consultant and purchase of commodities contracts, or amendments thereto. If the Department chooses to review and approve third party contracts for this Project and the Agency fails to obtain such approval, that shall be sufficient cause for nonpayment by the Department. The Department specifically reserves unto itself the right to review the qualifications of any consultant or contractor and to approve or disapprove the employment of the same. If Federal Transit Administration (FTA) funds are used in the Project, the Department must exercise the right to third party contract review.
b. Procurement of Commodities or Contractual Services. It is understood and agreed by the Parties hereto that participation by the Department in a project with the Agency, where said project involves the purchase of commodities or contractual services where purchases or costs exceed the Threshold Amount for CATEGORY TWO per Section 287.017, Florida Statutes, is contingent on the Agency complying in full with the provisions of Section 287.057, Florida Statutes. The Agency’s Authorized Official shall certify to the Department that the Agency’s purchase of commodities or contractual services has been accomplished in compliance with Section 287.057, Florida Statutes. It shall be the sole responsibility of the Agency to ensure that any obligations made in accordance with this Section comply with the current threshold limits. Contracts, purchase orders, task orders, construction change orders, or any other agreement that would result in exceeding the current budget contained in Exhibit "B", Schedule of Financial Assistance, or that is not consistent with the Project description and scope of services contained in Exhibit "A", Project Description and Responsibilities must be approved by the Department prior to Agency execution. Failure to obtain such approval, and subsequent execution of an amendment to the Agreement if required, shall be sufficient cause for nonpayment by the Department, in accordance with this Agreement.
c. Consultants’ Competitive Negotiation Act. It is understood and agreed by the Parties to this Agreement that participation by the Department in a project with the Agency, where said project involves a consultant contract for professional services, is contingent on the Agency’s full compliance with provisions of Section 287.055, Florida Statutes, Consultants’ Competitive Negotiation Act. In all cases, the Agency’s Authorized Official shall certify to the Department that selection has been accomplished in compliance with the Consultants’ Competitive Negotiation Act.
d. Disadvantaged Business Enterprise (DBE) Policy and Obligation. It is the policy of the Department that DBEs, as defined in 49 C.F.R. Part 26, as amended, shall have the opportunity to participate in the performance of contracts financed in whole or in part with Department funds under this Agreement. The DBE requirements of applicable federal and state laws and regulations apply to this Agreement. The Agency and its contractors agree to ensure that DBEs have the opportunity to participate in the performance of this Agreement. In this regard, all recipients and contractors shall take all necessary and reasonable steps in accordance with applicable federal and state laws and regulations to ensure that the DBEs have the opportunity to compete for and perform contracts. The Agency and its contractors and subcontractors shall not discriminate on the basis of race, color, national origin or sex in the award and performance of contracts, entered pursuant to this Agreement. See attached Grant Agreement.
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.
APPLICABLE WAGE RATES:
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. The P&P bond shall be required for the full contract amount. P&P Bond shall be submitted once the low “responsive and responsible” bidder is determined and the Recommendation for Award is issued.
MDAD ENVIRONMENTAL POLICY:
Miami International Airport is certified ISO 14001 an Environmental Management System (EMS). ISO 14000 is a series of environmental management standards developed and published by the International Organization for Standardization (ISO). The ISO 14000 standards provide a guideline or framework for organizations to systematize, improve and maintain their environmental management system. A Notice to Proceed (NTP) will not be issued by MDAD, and no contracted work will be authorized by MDAD until the EMS training module has been completed by current and projected employees and subcontractors. The Contractor/Supplier’s failure to provide the Contractor Supplier ISO 14001 Awareness Form and Contractor/Supplier General ISO Awareness Information Handout (Condition of Award Requirements), or to comply with the terms, shall constitute a default of the subject contract and may be cause for suspension or termination, in accordance with the terms of the Contract. All contracts/projects requiring excavation are required to abide by MDAD specification P-160.
SPECIAL PROVISIONS 8
Burrowing Owls Requirements:
The contractor is responsible for an on-site investigation of the areas that will be impacted by;
1) the installation of haul routes to and from the project site,
2) the infield improvements between the services road and Taxiway AA,
3) the construction of the box culvers and pavement on both sides of Canal 10A and Canal 10B.
The contractor shall provide experienced biologists who will assess the areas for the presence of burrowing owls, a state-listed Species of Special Concern. A survey and mapping (schematic) of the areas will be required as part of the investigation. The purpose of the on site investigation is to identify the location of any burrowing owl burrows to avoid impacts to this species, thereby eliminating listed species permitting issues. Prior to any construction activity at the site, the contractor shall establish a 50-foot radius buffer around each burrow. These buffers should remain in place until the completion of the project. It is important to note that due to the dynamic nature of animals, surveys conducted for burrowing owls are only considered valid for a limited amount of time. It is recommended that this field investigation be conducted close to the start of construction to ensure that no new burrows have been excavated within the footprint of the proposed project areas.
The Contractor and all its Subcontractors agree to comply with all the requirements of Section 114 of the Clean Air Act, as amended, 42 U.S.C. 1857 et seq. and Section 308 of the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. relating to inspection, monitoring, entry, reports, and information, as well as all other requirements specified in Section 114 and Section 308 of the Acts, respectively, and all other regulations and guidelines issued thereof. Dewatering of excavation shall be performed in accordance with the applicable provisions of RER, Florida FDEP, and SFWMD Dewatering Permits and the requirements of Division 1 (Standard Technical Specifications) of the Project Manual. All construction activities shall be subject to the pollution prevention requirements established under the National Pollutant Discharge Elimination System (NPDES) program under the Clean Water Act regulating storm water discharges from construction sites.
SAFETY, FIRE PREVENTION, AND ENVIRONMENTAL CONSIDERATIONS:
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.
The Contractor shall comply with the rules and regulations of the Florida Department of Commerce regarding Industrial Safety under Section 440.56 Florida Statutes, Safety Rules Workers Compensation Laws and with United States Williams Steiger Occupational Safety and Health Act of 1970 commonly referred to as "OSHA", as applicable, and other national consensus standards of safety pertaining to particular trades. The Contractor shall be solely responsible for developing and implementing a “Site-Specific” Safety and Health Plan (“S&H Plan”) pursuant to the terms of this Contract, and shall at a minimum, conform and comply with all Laws governing safety and health in the workplace. Prior to commencing any work at the work site, the Contractor shall submit its S&H Plan which shall include, but is not limited to, the following:
1. Hurricane Plan
2. Identification of competent person or Safety statistical data, which will include severity and lost-time frequencies
3. Contractor daily project safety inspections
4. Project Emergency Notification List (updated as needed)
5. Equipment certification and daily inspection
6. Trenching inspection o Confined Space Entry Permitting and coordination
7. Maintenance of Traffic Inspection
8. Hazard Communication, Work zone safety and flagging, Lockout/Tagout Coordination, Fire prevention, hot work permitting, and Fire Watch.
MIAMI-OPA LOCKA EXECUTIVE (OPF) AIRSIDE & VEHICLE REQUIREMENTS
1. An operator without an ID of any vehicle be it construction or delivery are not approved to drive on the Aircraft Operations Area (AOA) and must always be escorted with a person which has an OPF ID or MDAD ID. The escort with an ID must also be approved to drive on the AOA. If the escort unit must drive on the AOA movement areas, they must be trained and approved by MDAD to drive on the movement area.
2. OPF Gate 102 which is also called Rendezvous 1 will be the designated gate to enter and exit to the future run up pad location. The escort vehicle must have a yellow beacon on top, signs on both sides of the vehicle, and a two-way radio to communicate and listen the Air Traffic Control Tower (ATCT) Frequency. The escorts must brief who is being escorted to follow closely and to not deviate from their route.
3. The escort with the ID will be coded to open OPF Gate 102. Anyone who is approved to have their ID coded to open any other OPF Gate must open the gate pass through it and then wait until the gate is completely closed. Anyone coded for any OPF Gates are responsible that no one enters the AOA without approval when you are opening or closing the OPF Gates. Do not let anyone piggyback behind you that are not part of your escort. Anyone that is not part of your escort must swipe individually.
4. The escort and the escorted must be aware to always give way to aircraft traffic and follow all traffic signs and speed limits.
5. Construction vehicles must have company signs on both sides of their vehicle when inside the AOA. No Privately Own Vehicles (POV) on the AOA. We will designate a parking spot for POVs.
6. OPF Ramp Agent on duty must be called daily at (305-439-2696) when you start your construction work and when it ends.
7. All employees and construction vehicles will remain at designated construction worksite and must not wonder off as surrounding taxiways which are movement areas.
8. If there are any problems, incidents, accidents, theft, or an emergency, please make sure that the OPF Ramp Agent on duty is notified immediately.
9. Foreign Object Debris (FOD) is the responsibility of all working on the AOA. FOD must be pick up immediately and thrown inside a proper container, so it doesn’t become FOD again. If any FOD from your construction site gets onto the movement area like a taxiway, you are not allowed to get on the taxiway to retrieve it. You must call the Ramp Agent on duty. When working or eating on the AOA, people must throw away their trash in a concealed containers which won’t attract wildlife or become FOD. Containers must be cover when not in use to prevent anything inside the container from becoming airborne FOD.
10. People with IDs must display their IDs correctly. People with IDs must be at a visual and talking distance from those without an IDs. We prefer everyone has IDs but a person with an ID can oversee 5 people without an ID.
11. All construction vehicles must have the correct auto liability insurance requirements to operate on the airport listing Miami-Dade County as the certificate holder so it can get submitted to Risk Management for approval.
12. Contact list must be provided for this construction, including a 24/7 contact for emergencies.
13. Once the construction team is assembled, we will have a construction meeting to go over any issues, concerns, and the designated route to get to the run-up pad location.
14. We must know the height of the equipment which is being used on the AOA, such as cranes which need a permit and approval from MDAD.
15. Contact OPF Secretary Elizabeth Sanchez for any ID questions and appointments at 305 869-1661.
MAINTENANCE OF AIRPORT OPERATIONS:
The Contractor shall control its operations and the operations of its Subcontractors and suppliers so as not to compromise the airport''''s security, interfere with airport operations or with aircraft, vehicular or pedestrian traffic, except as may be provided for in the Contract Documents. The Contract is explicitly intended to provide for the maximum degree of safety to aircraft, the public, airport personnel, equipment, and associated facilities, and to the Contractor''''s personnel and equipment and suppliers, etc., but shall also provide for the minimum interference to the free and unobstructed movement of vehicles and/or personnel engaged in the day-to-day operation of the Airport and the general public. To this end the Contractor, its Subcontractors and suppliers shall observe all Airport rules and regulations, all other operational limitations which may be imposed from time to time by the MDAD, and shall provide whatever markings, lighting and/or various types of barricades, or other measures which are required to properly identify Contractor personnel, equipment, vehicles, storage areas and any Contractor''''s work areas or conditions which may be hazardous to the uninterrupted operation of aircraft, airport equipment, including but not limited to maintenance vehicles and fire rescue vehicles, other vehicles, or personnel or vehicles from any source operating on the Airport. To provide the maximum degree of safety on airports during construction, the Contractor shall comply with the provisions of FAA Advisory Circular AC 150/5370-2. The Contractor shall protect, and shall not interfere with, the operation of visual and electronic signals (including power supplies thereto) used in the guidance of aircraft while operating to, from, and within the AOA.
MAINTENANCE OF TRAFFIC:
The Contractor shall take all necessary precautions when using steel treaded equipment or vehicles to protect the pavement surface from damage. Rubber tires or treads shall be used whenever possible. Any damage to pavement caused by Contractor’s or Subcontractor’s equipment or vehicles shall be repaired by the Contractor in a manner acceptable to the A/E, at no additional cost to the MDAD. The Contractor shall provide protective shoring and sheet piling, as required, at all existing structures, etc., where they may be affected by installation of new work.
When the Contract requires the maintenance of vehicular traffic on an existing road, street, or highway during the Contractor’s performance of work, the Contractor shall keep such road, street, or highway open to all traffic and shall provide such maintenance of traffic as may be required to accommodate traffic. The Contractor shall furnish, erect, and maintain barricades, warning signs, flaggers, and other traffic control devices (to protect the public and the work) in reasonable conformity with the Manual of Uniform Traffic Control Devices for Streets and Highways (MUTCD) published by the Florida Department of Transportation. When used during periods of darkness, such barricades, warning signs, and hazard markings shall be suitably illuminated Construction, current edition. The Contractor shall identify each motorized vehicle or piece of construction equipment in reasonable conformance to AC 150/5370-2, current edition. The Contractor shall furnish and erect all barricades, warnings signs, and markings for hazards prior to commencing work which requires such erection and shall maintain the barricades, warning signs, and markings for hazards until their dismantling is directed by the MDAD Field Representative.
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.
EXISTING UTILITIES AND STRUCTURES
The Contractor shall not disrupt or disconnect any type of utility whatsoever without first obtaining the written permission of the Field Representative. If a suitable bypass of such utility cannot be provided, then the Field Representative may direct the Contractor to proceed with the work on a twenty-four (24) hour per day basis until such interrupted utility services are completely restored. Requests for disconnection shall be submitted on a fully completed copy of the MDAD "Shut Down Form" delivered to the Owner, through the Field Representative for processing and approval at least five (5) working days prior to the time of the requested interruption, and shall state:
A. The identity of the utility involved. B. Justification of the requested disconnect.
C. The location of the requested disconnect.
D. The exact date and time at which the disconnect is requested.
E. The duration of the proposed disconnect.
The Contractor shall take all necessary precautions when using steel treaded equipment or vehicles to protect the pavement surface from damage. Rubber tires or treads shall be used whenever possible. Any damage to pavement caused by Contractor''''s or Subcontractor''''s equipment or vehicles shall be repaired by the Contractor in a manner acceptable to the Field Representative, at no additional cost to the Owner. The Contractor shall provide protective shoring and sheet piling, as required, at all existing structures, etc., where they may be affected by installation of new work. The Contractor shall be responsible for all methods, means, materials, and processes necessary to protect all existing facilities, property, structures, equipment or finishes damaged in any manner through its negligence during execution of the work.
BID BOX:
The bid box is located in the Facilites Development Lobby between MIA Bldg. 3030, C-Wing, 2nd Floor. Bid envelopes must be clearly labeled on the front with the RPQ number (X005A-R) and with time stamp. If the time clock adjacent to the bid box is unable to stamp the bid envelope due to its thickness, please contact Adrian Portal at (305) 588-6861 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:
All potential bidders are hereby notified that bids for this project must reflect a lump sum amount. The lump sum amount shall be indicated on the MCC-7360 Attachment 5A Bid Form. All quantities provided with the bid documents are estimated quantities based on the project scope of work. It is the bidder''''s responsibility to confirm any and all estimated quantities or amounts reflected on the bid documents to generate a "responsive and responsible" bid. Errors, omissions and/or discrepancies in quantities shall be brought-up to the attention of the MDAD team via the request for information (RFI) process during the bidding phase. Failure to confirm estimated quantities shall not constitute grounds for subsequent change orders. The lump sum bid amount shall be all inclusive to complete the work scope reflected on the construction bid documents. 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.
Bid Documents shall be distributed following the MANDATORY Pre-Bid Meeting (see date and time above). 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. 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.
3. Fully executed Fair Wage Affidavit and Affirmation of Vendor Affidavits.
4. Any and all applicable Addenda documents (fully executed and dated) issued during the bidding phase.
5. DISADVANTAGED BUSINESS ENTERPRISE (DBE) Bid Forms.
All potential bidders are hereby notified that failure to submit the completed Bid Form – Attachment 5A reflecting the bid amount and bidder information, COA, and/or the bid bond/guarantee will not constitute a curable deficiency and shall render the bid “non-responsive.” Failure to include the Fair Wage and/or Affirmation of Vendor 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.
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.
SCHEDULE OF VALUES:
During the due diligence evaluation of bids MDAD may request bidders to submit a detailed and itemized schedule of values (SOV) before the award process is completed for review and acceptance by the MDAD team. Schedule of value should show the complete breakdown of labor, material, and equipment for all categories of the work to be performed by building. Work scope deductions and associated costs, if needed, will be based on the accepted SOV. The Owner may require further breakdown and additional line items following review of the CONTRACTORS’ submittal and/or at any time throughout the duration of the project.
Contingency Allowance Account: for unforeseen conditions, construction changes, for additional work or materials not covered by other proposal items and for quantity adjustments, if ordered by the MDAD PM.
This account item is for all labor, materials, equipment and service necessary for modification or extra work required to complete the Project because of unforeseeable conditions, unforeseeable conflicts between existing elements of work and the proposed work; for minor changes required to resolve any unforeseeable conditions, Revised Regulations, Technological and Products Development, Operational Changes, Schedule Requirements, Program Interface, Emergencies and other miscellaneous costs; all if ordered by the MDAD PM. The Contingency Allowance Account is ten percent of the lump sum amount submitted in the RPQ Bid Form - Attachment 5A. Payment to the CONTRACTOR under this item will only be made for work ordered in writing by the MDAD. 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.
CONSTRUCTION PROGRESS SCHEDULE:
The contractor, within seven days of the Recommendation for Award or time extension granted by the MDAD PM, shall submit a “Construction Progress Schedule” and the final “Schedule of Values” as follows:
Submit a horizontal bar chart with separate bar for each trade, activity and operation on each building, structure and improvement. Include all trades required for completion of project in activities of schedule. Identify the first workday of each week. Please submit schedule in Primavera Project Planning Software Version 8.3. Provide electronic copy of schedule or submit via E-mail to the MDAD PM. Updated schedules shall be provided with each application for payment. Updated schedules must reflect all changes since previous submittal. Failure to submit updated schedule may be cause for withholding payment to contractor. Activities detailed within construction schedule shall correlate with all items listed within Schedules of Values. OWNER will review and return schedule (approved or rejected) to Contractor. Construction may not begin until OWNER has reviewed and approved in writing of Contractor proposed schedule.
The RPQ schedule shall be sufficiently detailed to track the progress of each activity and the Project(s), as a whole, on a daily basis. The activities are to be described so that the work is readily identifiable, and the progress of each activity can be readily measured. The Contractor shall allocate the total price of each scheduled activities so that each of the Contractor''''s activities shall be assigned a price and the sum of the prices of the activities shall equal the price of the RPQ. MDAD will review the price allocations to determine that such allocations are made in accordance with the Contract Documents and that each allocation reasonably reflects the value of each activity. The Contractor shall revise its activity price allocation if required to do so by MDAD, and once the allocations are accepted by MDAD, they shall not be changed without prior written approval of the Contract Officer.
DAILY LOG:
CONTRACTOR shall maintain a daily log (report) of activity at jobsite. 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
PAYMENT:
A pencil draft walkthrough inspection shall be coordinated and implemented to verify quantities being billed before submittal of Pay Requisitions in AIA format for processing and payment. The pencil draft inspection shall include the assigned MDAD project manager, the A/E of Record, the HNTB assigned representative (i.e., if applicable), the construction inspector (i.e., project CIS if applicable) and/or any other authorized MDAD representative. The contractor shall revise the pay application quantities based on the walk-through results and obtain signatures from the A/E of Records, the CIS (i.e., if applicable) and the HNTB representative before submitting the invoice to the MDAD project manager for final review, approval, and processing for payment. Invoices missing required approval signatures from the A/E of Records, the CIS (i.e., if applicable) and/or the HNTB representative (i.e., if applicable) will be rejected by the MDAD project manager. All AIA invoice forms shall include spaces for execution/approval by the A/E of Record, the CIS (i.e., if applicable), the HNTB representative (i.e., if applicable). A separate invoice cover page reflecting the project number, name, general information the invoiced amount and a distinctive sequential invoice number must be included with all invoice packages to avoid confusion among invoices related to various simultaneously assigned projects. Contractor to always maintain As-built drawings on site. These are to be certified by the A/E monthly and submitted with the monthly pay application.
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.
-bid meeting.
Technical Certification:
General Building Contractor
Commodities
Code | Description |
---|---|
96820 | BUILDING CONSTRUCTION |
96842 | GENERAL CONSTRUCTION |
Solicitation Package/Addendums
Type | File Name |
---|---|
Package | MCC_7360_RPQ_X010A-R.pdf |