Solicitation Details - MCC 7360 RPQ HPNDCAFEREN24
Back To Search SolicitationsTitle:
New Direction Cafeteria Renovation
Opening Date:
8/29/2024 2:00:00 PM
Announcement Info:
Scope of Work:
(Contractor must obtain and submit all permits prior to performing any work).
PROJECT:
The vendor shall ensure that infrastructure and building public projects comply with the Sustainable Buildings Program with the Miami Dade County Office of Resilience. The Consultant shall comply with: (i) Resolutions No. R-617-17 and R-811-22; (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”.
When specifying asphalt concrete, aggregate base, or Portland Cement concrete for road construction projects, recycled, reusable, or reground materials shall be used.
The intent of this RPQ is to have replaced a pitched roof at the New Direction facility cafeteria and the renovation of the existing bathroom. The Contractor shall provide shop drawings, warranties and all necessary permits as required by law to remove and replace the existing roof. The roof replacement must conform with all Miami-Dade County “Cool Roof” requirements. Selected contractor will also remove and replace the existing wall board in kitchen bathroom. Replacement wall board is to be moisture resistant. Contractor will remove existing shower stall and install moisture resistant flooring and wall board (greenboard). Contractor will also remove and replace toilet and sink with ADA compliant fixtures. Contractor will install laminate vinyl floor tile (examples below) and matching wall tile to a height of 5’ on the wall. Contractor will also supply Miami-Dade County Community Action and Human Services Department two (2) boxes of each tile used. Selected contractor will also remove all existing cast iron plumbing beneath the bathroom floor and replace with PVC-U (rigid PVC) to existing PVC connection below kitchen. Contractor shall maintain necessary insurances and licenses throughout the duration of the project. The contractor shall be required to coordinate all work, verify all site conditions and provide submittals as required for approval to owner, building department and inspectors. The contractor is responsible for all work done by any subcontractor and shall require that subcontractors adhere to the above. The contractor shall perform the services with the standard skill, care and diligence which a competent and suitably qualified person performing such services could reasonably be expected to exercise as set forth in the scope, the permit drawings and other contract documents. Construction must begin within 21 days of the contract execution date and shall be carried on at a rate that ensures completion on or before the date of stipulated in the Notice to Proceed. Contractor is required to provide all documentation necessary to pull required permits. Documents may include but are not limited to NOA’s, shop drawings, and etc. and comply with all local, state and federal codes and regulations.
Please note that the specific requirements related to the Miami-Dade County Sustainable Buildings Program are specified below and must be followed. Documentation may be required regarding plumbing fixtures,
SCOPE OF WORK
ROOF
a. Remove and replace existing pitched roof to deck (plywood sheathing) approx. 2,000 SF. Architectural Dimensional Shingles meeting Miami-Dade County “cool roof” requirements with manufacturer’s warranty of no less than 25 years and a workmanship warranty of no fewer than five (5) years are required. Re-nail wood deck to meet Florida Building Code requirements. Replace trusses as needed
b. Architectural Dimensional Shingles meeting Miami-Dade County “cool roof” standards are required. Selected shingles are to be approved by Miami-Dade County Project Manager or their representative and are to be installed per manufacturer’s recommendation and per all relevant codes: municipal, state and federal (if applicable);
c. Remove and replace up to 200 SF of rotten wood sheathing
d. Provide and Install 30# Felt and tin caps
e. Provide and Install New Secondary Water Barrier
h. Replace all lead stacks flashing and eave drip.
i. Replace all roofing accessories.
RESOLUTION DIRECTING THE COUNTY MAYOR OR DESIGNEE TO UTILIZE “COOL ROOFS” FOR ALL NEW CONSTRUCTION, ROOFING MAINTENANCE, AND RE-ROOFING WORK WHERE THE SURFACE MATERIAL IS REPLACED ON COUNTY OWNED PROPERTIES (Resolution R-54-18)
BATHROOM APPLIANCES/FIXTURES
j. Remove existing wallboard and replace with moisture resistant drywall (greenboard).
k. Remove existing floor and replace with code and county resolution compliant flooring. Specifics for floor and wall tile are below. Removal and disposal of existing tile must be done consistent with all relevant codes and resolutions.
l. Contractor is also responsible for removing and legally disposing of existing shower stall and the capping off of all connections in/for the shower stall.
m. Remove and replace existing tanked toilet and sink and install commercial grade or comparable ADA compliant toilet and sink. Install new vanity with mirror. Residential grade/quality is not acceptable. Replacement fixtures must meet EPA WaterSense Certified plumbing fixtures standards (i.e. faucet must not exceed 1.5 gallons per minute). Faucet to be American Standard #765AA101.020 or superior. Equivalency to be determined by Miami-Dade County project manager. Toilet to be American Standard #7655A101.020 or superior. Equivalency to be determined by Miami-Dade County project manager. The vanity is to be the There are no exceptions to the ADA compliance or meeting EPA WaterSense standards. Toilet seat to be elongated only. Vanity is to be similar in style, dimensions, etc. to 48” ADA compliant Wheelchair Vanity Cabinet Oakwood by the Adaptive Living Store. Equivalency to be determined by Miami-Dade County project manager.
n. Replace all existing cast iron pipe below bathroom and replace with PVC-U/rigid PVC.
o. Contractor is required to supply two (2) boxes of each type of tile used in the bathroom renovation (tile specifications below).
In accordance with the County’s Green Procurement Preferences, the products solicited through this solicitation shall bear the U.S. Environmental Protection Agency’s (EPA’s) WaterSense label.
BATHROOM FLOORING
p. Vinyl laminate plank flooring is to be low VOC, contain little or no formaldehyde and be high in recyclable materials if available. Low VOC requirements may be met by testing and product requirements of following standards and certifications of:
i. CHPS Products by Collaborative for High Performance Schools (CHPS)
ii. Clean Air GOLD by Intertek
iii. ClearChem by Berkeley Analytical
iv. GREENGUARD Gold by UL Solutions
v. Indoor Advantage Gold by SCS Global Services
vi. Indoor Air Comfort USA Certification Program by Eurofins
vii. MAS Certified Green®
viii. NSF/ANSI 332 Multi-attribute certifications
ix. VOC Green Program by Benchmark International, LLC
Examples of specific acceptable floor tiles are below:
? Mohawk Rare Vintage
? KronoSwiss Original
? 12mm Mannington Arcadia Waterproof Laminate
Low-VOC requirement
In accordance with the County’s Green Procurement Preferences, the flooring solicited through this solicitation shall be lead free and qualify as low- or no-VOC (Volatile Organic Compounds).
BATHROOM FLOORING
Porcelain matte tiles are required for the walls. Porcelain tiles contain no VOC or formaldehyde, hence meet the above standards. Wall tile is to be 8”x8” with a thickness of ¼” to 3/8”. Any brand meeting those specifications will be acceptable.
PAINT
In accordance with the County’s Green Procurement Preferences, the paint solicited through this solicitation shall be lead free and No-VOC (Volatile Organic Compounds). No-VOC paint shall be defined as paint with fewer than 5 VOC grams per liter.
In accordance with the County’s Green Procurement Preferences, the paint used by the contractor to satisfy the painting requirements in this solicitation shall be Green-Seal certified.
Examples of acceptable paints are: Royale Aspira – Luxury Interior Emulsion and Benjamin Moore Spec (color to be selected by Miami-Dade County project manager).
JOB SITE CONDITIONS
p. The bathroom area is inside of an institutional kitchen. The kitchen will remain open during the construction process though the bathroom will remain closed. Contractors will be required to install and maintain dust barrier.
q. Remove all debris on a daily basis: Selected contractor must either remove debris from site or provide a dumpster in which they will place all debris at no additional cost to Miami-Dade County. Contractor is required to keep interior work area no less than broom clean following each work day.
REFERENCE DOCUMENTS 21000
GENERAL INFORMATION
1. All work shall comply with the most current, applicable Miami-Dade County building department requirements and
Florida Building Code and relevant national codes.
2. All work must be coordinated with Miami-Dade County project manager and others as identified by said project manager.
3. Contractor/vendor shall comply with all applicable Federal, State, County, and City rules and codes.
4. All construction shall be in accordance with contract documents & requirements.
5. Permitting and inspections and all associated plans, specifications and signed and sealed drawings are incidental for the performance of the work described herein and are the responsibility of the selected contractor.
6. Defining the actual area that the contractor is restricted to for the work of the contract is the responsibility of the Miami-Dade County Project Manager.
7. The contractor may not operate beyond the limits unless specifically authorized to do so by the Owner.
8. The contractor shall limit the use of the site to those operations necessary for the execution of the work of the contract.
9. The contractor is responsible for evaluating field conditions by visiting the site prior to commencing/bidding work.
10. The contractor shall not allow minors or other unauthorized persons on the project construction site.
11. Unless otherwise indicated, demolished materials become contractor's property. Selected contractor must comply with all local, state and federal regulations and regarding disposal/disposition of demolished or removed items. Contractor must conduct demolition without disrupting Owner's and/or tenant’s use of the building.
12. Contractor must maintain and protect existing utilities to remain in service before proceeding with demolition, providing bypass connections to other parts of the building. Locate, identify, shut off, disconnect, and cap off utility services to be removed. Conduct demolition operations and remove debris to prevent injury to people and damage to adjacent buildings and site improvements. Provide and maintain shoring, bracing, or structural support to preserve building stability and prevent movement, settlement, or collapse.
13. Contractor must promptly patch and repair damaged areas of work caused by demolition. Restore exposed finishes of patched areas and extend finish restoration into remaining adjoining construction.
14. The contractor shall, at all times, keep the premises free from accumulation of waste materials or rubbish caused by the operations. At least once a day during the construction, and at the completion of the work, all waste materials and rubbish shall be removed, or stored in a manner agreed upon. For the duration of the project, when not in use, all tools, construction equipment, machinery and surplus materials shall be stored and secured. At the conclusion of the day the contractor is responsible for leaving the workspace "broom" clean except as otherwise specified.
15. The contractor shall be responsible for initiating, maintaining and supervising safety programs in connection with the work.
16. The contractor shall take all reasonable precautions for the safety of and shall provide reasonable protection to prevent damage, injury or loss to:
a. All employees on the work and all other persons whom may be affected thereby.
b. All work and all materials and equipment to be incorporated therein, whether in storage on or off the site, under the care, custody or control of the contractor or any subcontractors.
c. Other property at the site or adjacent thereto, and not designated for removal, relocation or replacement in the course of construction.
17. The contractor shall comply with all applicable laws, ordinances, rules, regulations and orders of any public authority having jurisdiction or the safety of persons or property for to protect them from damage, injury or loss. The contractor shall erect and maintain as required by the existing conditions and progress of the work, all reasonable safeguards for
protection, including posting danger signs, barriers, and other warnings against hazards, promulgating safety regulations and notifying owners and users of adjacent utilities. The contractor shall be responsible to the Owner for all damage or loss to any property caused in whole or in part by the contractor or any subcontractors, or anyone directly employed by any of them, or by anyone for whose acts any of them may be liable, and not attributable to the fault or negligence of the contractor.
18. The contractor shall request all mandatory inspections from the relevant Building Officials, Miami-Dade County, DERM, and other authorities having jurisdiction as per the provisions contained in the FBC, including those as may be required for asbestos removal. Inspections by the design professional shall not relieve the contractor, nor take the place of the mandatory inspections contained in the FBC or required by law.
19. Any item damaged from work procedures shall be repaired or restored to original condition including, but not limited to, sidewalk, trees, sod area, fences, irrigation, etc. Selected contractor must satisfactorily repair/replace equipment or part of structure damaged as a result of the work at no additional cost to Miami-Dade County. Surfaces and finished areas shall be restored to match adjacent areas. Approval shall be obtained from the Architect/Engineer of Record prior to cutting or drilling any structural support member.
20. Contractor to supply "as built" drawings to project manager at job completion (when applicable).
21. Location of existing utilities: contractor to verify exact location and avoid damage during construction. Coordinate with utilities companies MDWSD, etc. where appropriate
22. All work shall be done in a neat workmanlike manner.
23. All penetrations through masonry and concrete structures shall be sealed to protect against fire.
24. When applicable, before starting work in a new area or movement of equipment one area to another, coordination with the facility and government is required to ensure patient safety.
25. It is the contractor’s responsibility to make the proper coordination in advance for major interruptions (5 calendar days) in any facility system (i.e. electrical, mechanical, structural, etc.) and any delay of work due to improper notice will be the responsibility of the contractor not CAHSD.
27. At any time improper procedures are observed that put client safety, staff, or contractor workers safety at risk, the work will be stopped until corrections are made and approved by the CAHSD and the contractor held responsible for any delay due to improper adherence to the contract/documents and/or safety regulations.
28. Before any new electrical, mechanical, and/or site modifications, not included herein, the contractor must notify the CAHSD 72 hours in advance for proper coordination to ensure client, staff, and workers safety.
Technical Certification:
Building Contractor
Roofing Contractor
Plumber, Master
Commodities
Code | Description |
---|---|
91468 | PLUMBING |
96475 | ROOFERS |
96820 | BUILDING CONSTRUCTION |
96842 | GENERAL CONSTRUCTION |
770 | ROOFING |
Solicitation Package/Addendums
Type | File Name |
---|---|
Package | MCC_7360_RPQ_HPNDCAFEREN24.pdf |