Solicitation Details - MCC 7360 RPQ 10387751
Back To Search SolicitationsTitle:
Miscellaneous General Contractor Service Contract
Opening Date:
7/2/2025 2:00:00 PM
Announcement Info:
Scope of Work:
(Contractor must obtain and submit all permits prior to performing any work).
Scope of Work: (Contractor must obtain and submit all permits prior to performing any work.)
Scope of Work shall include, but not be limited to: the setting in operation and guarantee for the repairs, renovation, or remodeling; repaired or replaced equipment, components or systems; replaced finishes or fixtures; and removal and discarding of removed or demolished materials, components, or equipment; as directed by MDAD’s representative and the removal and discarding of debris. Equipment or components identified to be salvaged shall be delivered to MDAD as identified in the Work Order or as directed by MDAD’s representative.
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. MDAD will provide any signed and sealed documents necessary, where required, to secure permits. The contractor is to adjust their work order schedule based on the time necessary for MDAD to provide such documents.
CONTRACTOR shall review all documents, specifications, and scope of work provided by Miami-Dade Aviation Department (MDAD) for work to be completed. Please refer to the Technical Specification for General Contractor for further description of the scope of work.
1. This work order-based contract shall be for a maximum term of two (2) years. The total contract allocation shall not exceed $2,000,000. Work shall be authorized on an as needed basis via Work Orders by the MDAD PM. MDAD offers no guarantee that the $2,000,000 will be used in full nor that the contract will extend for the entire 2 years maximum term.
2. Two (2) contractors for General Contractor trade with a corresponding maximum contract value not to exceed $2,000,000 shall be selected to participate in this work order- based program. Selection of contractors shall be made by MDAD and shall be based on competitive unit prices (including contractor mark-up), qualifications, experience, past performance, availability and capacity. Two (2) Requests-for-Price Quotation (RPQs) shall be advertised for General Contractor trade. A proposal submitted for one RPQ shall be deemed to be a proposal submitted on all RPQs for General Contractor trade, unless the proposer affirmatively indicates with its response that it is only submitting a response on the single RPQ. In order to increase opportunities for firms and to provide flexibility for MDAD, prospective contractors shall only be granted one award in the specific trade. However, prospective contractors may be awarded contracts in different trades, whether or not such contractor has been awarded a contract under any other trade classification, if they possess the required valid license to perform work in those different trades.
3. Pricing for Work Orders shall be based on unit prices established on the Supplemental Bid Form to be distributed along with the RPQ documents following the mandatory pre-bid conference call. 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. Charging rates shall be all inclusive (i.e., wages & salary, labor burden, overhead & profit, current Prevailing/Responsive wages, $5 million liability insurance, etc.).
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.
4. 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.
5. 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 conference call. Failure to participate in the MANDATORY conference call 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.
6. Prospective bidders are responsible for taking into consideration all applicable Ordinances and/or Regulations in force at the time of the bid, 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.
7. 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 of $2,000,000 or in the amount of one year allocation of $1,000,000. The yearly 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. P&P Bond shall be submitted once the low “responsive and responsible” bidder is determined and the Recommendation for Award is issued. The cost for the bond premium shall be authorized for reimbursement by the MDAD via a written Work Order. Proper back-up documentation verifying the bond premium cost shall be submitted by the awarded contractor before requesting reimbursement. For Contractors opting to submit an initial payment and performance (P&P) bond in the yearly amount, the Bid Bond shall be accompanied by a Commitment letter from the Contractor’s Bonding Company acknowledging that the total amount of the P&P Bond is $2,000,000 and the duration of the contract is two (2) years. Failure to submit the Commitment Letter at the time of the bid will not constitute a curable deficiency and shall render the bid “non-responsive".
8. 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 conference call.
9. Once a site visit is scheduled and attended by the Contractor, MDAD staff will work with the contractor to determine the best course of action, establish the scope of the work and schedule the work. Thereafter, the Contractor shall submit a formal proposal within 10 business days after the site meeting with a detailed scope of work to be performed and its cost breakdown. MDAD, based on the complexity of the scope of work, may grant additional time for the submission of the required proposal. The request for additional time shall be submitted in writing to the PM/CM in order to be valid and considered for approval by MDAD staff. Contractors that do not submit the required proposal as previously mentioned, will be issued a letter for deficiency. If the Contractor fails to provide a proposal after the deficiency letter has been sent, a Notice to Cure will be issued. Upon the contractor not submitting the required proposal after a Notice to Cure letter has been issued, the 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. MDAD reserves the right to suspend non-compliant contractors from participation in the MDAD/MCC 7360 Work-Order Based program.
10. Contractor will be responsible for all work until accepted by MDAD. Any damages to any newly completed or in progress work will be the sole responsibility of the contractor to fix at no additional cost to the MDAD. The contractor shall be responsible for all costs associated with repair and/or replacement of property damage and/or any other condition resulting from negligence or failure to protect the work area. No time extension will be granted for any delays related to such damages. All areas disturbed by Contractor will be repaired and or replaced to original condition as directed by MDAD.
11. 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.
12. 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) and/or subsequent Work Orders, 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 $130.00 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.
13. Valid MDAD identification (ID) badges with a U.S. Customs Seal will be required as well as vehicle decals to enter airside. The selected contractor and their employees must comply with all MDAD security requirements including background checks, security badges, specialized aviation-related insurance requirements, etc. 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 the Contractor fails to secure and provide a copy of the required Badges with the Customs Seal after thirty (30) calendar days following the issuance of the NTP, 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. MDAD reserves the right to suspend non-compliant contractors from participation in the MDAD/MCC 7360 program.
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.
• Permit Fees
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.
14. 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 conference call.
15. The amount entered in the Total Amount All Trades column shall be the addition of each individual extended amount of each trade (GC inclusive). The cost of each trade mobilization should be included in the Subcontractor markup, Line Item # 2.7: Markup to Coordinate Subordinate Trades. Contractors shall be aware that as per MCC 7360 Plan, the maximum Mark-up allowed for materials and equipment is 15%. The distribution of the mark-up should be agreed between the General Contractor and the Subcontractor.
All labor classification listed in the Bid Form must have a value greater than zero ($0.00). Failure to submit a price for all labor classification shall be considered a non-curable deficiency and shall render the bid “Non-Responsive”.
Furthermore, all other Pay Items listed in the Bid Form (Mobilization & Markup) must also have a value greater than zero; failure to comply with this requirement will not constitute a curable deficiency and shall render the bid “Non-Responsive”.
The Method of Award will be the lowest responsive/responsible bidder base on the total bid amount (Part I + Part II) for all trades including the General Contractor. Recommendation for Award is contingent to availability of proper funding.
16. 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. The 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.
17. The costs for a potential storage container, potential temporary toilets, and potential dumpsters will be reimbursed using Part II.
18. Locations for the dumpster will be discussed and determined based on work location at the site meeting prior to commencement of the Work Order.
19. Permits are required depending on the scope of work of each Work Order. Contractors shall obtain all permits, certificates inspections and licenses, pay all charges, taxes, royalties and fees and give all notice necessary and incidental to the lawful performance of the work. MDAD will reimburse the contractor for any permits and fees.
20. Working hours will be discussed and determined based on work location at the site meeting prior to commencement of the Work Order. Some work might 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.
21. Adjustments for escalation in labor costs will not be allowed. All Contractors shall comply with the latest Responsible Wages & Benefits requirements. For more information, refer to: https://www.miamidade.gov/smallbusiness/responsible-wages-and-benefits.asp.
22. This project is subject to Inspector General (IG) fees and it will be deducted from each progress payment at a rate of one quarter of one percent by the Finance Department. For more information, refer to: http://www.miamidadeig.org/index2.html.
23. Possible locations for this Project include all airport facilities operated by MDAD including:
• Miami International Aiport (MIA)
• Miami-Opa Locka Executive Airport (OPF)
• Miami Executive Airport (TMB)
• Miami Homestead General Aviation Airport (X51)
• Dade-Collier Training and Transition Airport (TNT)
24. MDAD does not anticipate the need for any overtime. No claim for overtime by the Contractor shall be allowed unless the Contractor has been given required notice in advance.
25. Prior to award, unit prices are evaluated, and negotiation of prices is considered.
26. 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. For the MCC 7360 General Contract Conditions, refer to the following link: https://intrax.miamidade.gov/ciis/TheAmendedStandardConstructionGeneralContractConditions.pdf
27. If keys are issued to the contractor, they are responsible for safeguarding the keys. All lost, stolen or damaged keys must be reported in writing with a detailed explanation (when, where and how) to MDAD within 24 hours. A copy of a police report and the case number will be required for lost or stolen keys. Reports must be requested at the police station at Miami International Airport. If it is determined that the key has been lost or damaged due to negligence, liquidated damages may be assessed.
28. The Contractor shall comply with Resolution No. R-451-14 and Section 2-1 of the Code (Board of County Commissioners Rule 5.09, consideration of sea level rise). All activity as a result of this contract, including building elevation, installation of mechanical and electrical systems, and building and infrastructure design plans shall consider sea level rise projections and potential impacts as best estimated at the time of the project, using the regionally consistent Unified Sea Level Rise Projections, during all project phases including but not limited to planning, design, and construction, in order to ensure that infrastructure projects will function properly for fifty (50) years or the design life of the project, whichever is greater.
29. The Contractor shall comply with: (i) Resolution No. R-617-17; (ii) Sections 2-1 (Board of County Commissioners Rule 5.10) and 9-71 through 9-75 of the Code; and (iii) Implementing Order (“IO”) No. 8-8, which established a County policy to incorporate, wherever practical, Green Building Practices into the planning, budgeting, design, construction, operations, management, renovation, maintenance and decommissioning of Public Projects. These sections of the Code together with the IO, are referred to as the “Sustainable Buildings Program”.
30. The Contractor shall ensure that infrastructure and building public projects coordinate compliance with the Sustainable Buildings Program with the Office of Resilience, including submission of the New Project Form prior to issuance of any procurement solicitations or contracts related to a specific project.
31. All products purchased from product categories for which the EPA Water Sense certification is available shall meet WaterSense certification standards. This includes, but is not limited to, high-performance fixtures like toilets, low-flow faucets and aerators, and upgraded irrigation systems.
32. All products purchased from product categories for which Energy Star certification is available shall have an Energy Star certification. When Energy Star labels are not available, the County shall choose energy-efficient products that are in the upper 25% of energy efficiency as designated by the Federal Energy Management Program.
33. Paint, carpeting, adhesives, furniture and case work shall include low amounts of Volatile Organic Compounds (VOCs).
A. MINIMUM QUALIFICATIONS AND EXPERIENCE:
1. Contractors must hold a valid license required to perform work in the following trade: General Contractor License.
2. As per Resolution No. R-1122-21, Contractors must have a minimum of 5 years’ experience performing work in their specific trade. 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. 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. Refer to Resolution No. R-1181-18 for more information.
6. 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.
7. 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.
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.
B. Indemnification and 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.
The bid box is located in the hallway between Conference 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.
PART II
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 Attachment 5A.
2. Bid price using the fully completed Supplemental Bid Form.
2. Experience information and qualifications.
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. Fully executed Affirmation of Vendor Affidavits.
5. 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, and/or the bid bond/guarantee will not constitute a curable deficiency and shall render the bid “non-responsive.” Failure to include the 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.
Technical Certification:
General Building Contractor; Electrical Contractor; Plumber, Master; Air Conditioning Unlimited; General Mechanical, Master
Commodities
Code | Description |
---|---|
91438 | ELECTRICAL |
91468 | PLUMBING |
96820 | BUILDING CONSTRUCTION |
96842 | GENERAL CONSTRUCTION |
Solicitation Package/Addendums
Type | File Name |
---|---|
Package | MCC_7360_RPQ_10387751.pdf |