Solicitation Details - TP-0000027284 (MCC 7360)

Back To Search Solicitations

Title:
Metrorail Bathroom Rehabilitation
Opening Date:
1/15/2025 2:00:00 PM
Announcement Info:
A. Work under this Contract includes the remodeling of certain restrooms facilities within the UHealth|Jackson, Palmetto and Tri-Rail Metrorail stations. Scope is identified in the construction documents and associated specifications for each of the facilities; however, it includes and is not limited to: 1) The removal and installation of all fixtures and finishes complying with codes and ADA standards. 2) Removal and replacement of all finishes and fixtures with new walls, floor, and ceiling coverings, fixtures, appurtenances, plumbing, electrical, mechanical, communications, P/A speaker and speaker grills, hand free telephones, building systems, equipment and components associated thereto for the complete repair of the Metrorail Bathroom projects. 3) Remove and replace with new cast-iron and copper all existing sanitary drains, waste and vent systems. 4) Remove and completely re-pipe with new L-type copper all existing water pipe, including trap primers, control valves, and supports for all plumbing fixtures. 5) Provide new plumbing fixtures “institutional type” ADA and Watersense compliant. Contractors are to verify that the specified products, in the construction documents, are Watersense compliant. Contractors are to provide cut sheets for approval of all plumbing fixtures. In the event that some plumbing fixtures, as specified, are not watersense compliant, contractor is to submit to DTPW substitutions of equal or greater performance with the appropriate watersense certifications. 6) Provide to all new plumbing fixtures acorn duran-ware 16-gauge, type 304 stainless steel rated for 1000 lbs. with all mounting screws concealed. 7) Restrooms shall be equipped with as required per DTPW toilet accessory specifications. 8) All bathroom’s walls shall be tile from floor to ceiling with ceramic tile: Daletile, Marrazzi & American Olean, Ice White 0025, Glossy with Epoxy integral color grout, color: 44 Bright white. 9) Bathroom floors shall be anti-slip ceramic tile. Daletile: Marrazzi & American Olean, Story Floor 0034, Matte Balance with epoxy integral grout: laticrete epoxy grouts, 78 sterling Silver. 10) Provide new mechanical soffit and rigid ceiling with fire alarm and lighting. 11) Install doors type 316 stainless steel with a min. of a 1.5-hour fire rating. 12) Provide light fixtures per specification in day brite LED with emergency battery back-up shall be 227V, 2 lamp recessed to match existing. 13) Furnish and install a new UL listed weather resistant wall mounted hand-free telephone to replace existing one. 14) Furnish and install a new exhaust ventilator with duct and wiring, in each restroom. 15) The smoke detectors inside the bathrooms must be removed at the beginning of the construction and reinstall before opening the bathroom to the public. 16) The P/A speaker, speaker enclosure and grill shall be replaced with a new atlas sound speakers to be compatible with existing P/A system. 17) Remove and replace lose / broken floor tiles in area adjacent to the area of work. 18) Remove and replace the existing Removal and replacement of existing O/A wall vent. 19) Remove and replace cracked lath and plaster ceiling and high hats above drinking fountain vestibule. 20) New concrete work as shown in the structural drawings.
Technical Certification:
A. LICENSE REQUIREMENTS: 1. At the time of Bid and pursuant to the requirements of Section 10-3 of the Code of Miami-Dade County, Florida and these Solicitation and Contract Documents, the Bidder must hold a valid, current, and active: a. Certificate of Competency from the County’s Construction Trades Qualifying Board as General Engineering Contractor, or as a Specialty Engineering Contractor, commensurate to the requirements of the Scope of Work, in one of more engineering crafts. The specialty contractor shall subcontract with a qualified contractor any work which is incidental to the specialty but is specified in the aforementioned Code as being the work of other than that of the Engineering Specialty for which certified; or b. Certification, as a General Contractor, provided by the State of Florida Construction Industry Licensing Board, pursuant to the provisions of Section 489.115 of the Florida Statutes. 2. Proof of such Certificate(s) must be submitted at the time of initial response and maintained current throughout the contract period. The County may request proof of continued certification at any time during the contract period. Failure to provide such proof within five (5) working days from notification by the County shall result in the removal from the contract and the rejection of any current or future RPQ bid submissions. B. EXPERIENCE REQUIREMENTS: In addition to the required licenses, bidders must be able to demonstrate, through prior experience, the ability to construct projects of similar size and scope, as described in the project’s summary of Work and identified in the construction documents. Proposers shall provide documentation that demonstrates their ability to satisfy all the minimum qualification requirements. Bidders who do not meet the minimum qualification requirements or who fail to provide supporting documentation may not be considered for award. The Contractor must be able to pull in a Master Permit. In addition, the Contractor is required to have a minimum of three years of experience with Architecture, Structural, HVAC, Electrical, Plumbing, Fire Alarm and, Building Technology. C. INDEMNIFICATION AND INSURANCE REQUIREMENTS: The Contractor shall furnish to Department of Transportation and Public Works, 111 NW 1 Street, Miami Florida 33128, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: A. Worker’s Compensation Insurance for all employees of the Contractor as required by Florida Statute 440. B. Commercial General Liability Insurance in an amount not less than $1,000,000 per occurrence, and $2,000,000 in the aggregate, not to exclude coverage for Products and Completed Operations. Miami-Dade County must be shown as an additional insured with respect to this coverage. C. Automobile Liability Insurance covering all owned, non-owned and hired vehicles used in connection with the work, in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. All insurance policies required above shall be issued by companies authorized to do business under the laws of the State of Florida, with the following qualifications: The company must be rated no less than “A-” as to management, and no less than “Class VII” as to financial strength, by Best’s Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent, subject to the approval of the County Risk Management Division. or The company must hold a valid Florida Certificate of Authority as shown in the latest “List of All Insurance Companies Authorized or Approved to Do Business in Florida” issued by the State of Florida Department of Financial Services.