Solicitation Details - MCC 7360 RPQ LB-Painting24
Back To Search SolicitationsTitle:
MDPLS Painting and Waterproofing
Opening Date:
9/26/2024 12:00:00 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.)
The mandatory pre-bid meeting will occur on 9/17/2024
*Failure to be present at the first site will disqualify the vendor from bidding on the project.
(Contractor must obtain and submit all permits prior to performing any work if it is required by the municipality).
1. CONTRACTOR shall review all documents, specifications, plans and scope of work provided by Miami-Dade Public Library System (Support Services Division) for work to be completed. Furnish all labor, equipment and materials required to: Multiple Surface Painting Applications to Various Library Locations
Contractor shall submit unit cost for painting applications to multiple surfaces to include concrete/stucco, metal, wood, plastic, fiberglass, structural foam.
Contractor shall be required to submit unit cost for materials and labor to complete painting applications to correct surfaces as listed on price proposal form.
All work applies to exterior/interior of buildings (doors, walls, concrete/wood/plastic/steel and aluminum surfaces), picket fencing, perimeter walls, signs (wood/aluminum/steel/structural foam), walkways, etc. as noted.
Contractor will be required to move all items (I.e. furniture etc.) where painting applications apply, Library staff to assist in direction and placement of items before priming/painting applications.
Exterior Colors: walls, security grates/bars and shall be (TBD), Soffits shall be (TBD), exterior doors/jambs both sides and fascia shall be (TBD).
Interior Colors: walls, ceilings, doors/jambs both sides shall be (TBD), restroom/shower room walls and ceilings shall be (TBD),
Note: All natural brick, rock, decorative designs etc. on buildings to be painted, shall remain natural/ unpainted. (Specific areas will be directed by library project manager at the pre-bid meeting)
Pressure cleaning of all exterior walls, soffit, fascia, security grates and doors of buildings also to include walkways to entry from public parking lots/streets with a minimum 3000-psi will be required. ALL INTERIOR SURFACES will be cleaned as required to insure a complete bond for paint/sealer applications, repair damaged areas as required with correct materials to match existing surfaces.
Scrape all areas of exterior that pressured water was unable to remove chipped paint, interior surfaces were paint flaking apply will be scraped and correct finish materials will be used to match existing surfaces.
All metal surfaces i.e. doors/jambs, security grates, steel columns etc. showing surface rust or rust flaking will be sanded/grinded to original surface, All doors/jambs shall be sanded using a (Mechanical sander) with a 150-grit paper prior to the primer coat. Raw metal will be coated with a (DTM) Direct to Metal primer coat
All cracks, holes and heavy paint flaking areas will be filled with flex-lock product, chalk all areas around door frames, windows, etc. for complete primer coat finish, stucco patch required to complete in areas as directed by construction supervisor (areas where stucco finish require repair will apply).
Materials shall be 100% acrylic latex, alkyd oil base, direct to metal, stain (concrete/wood applications), primer compatible to all surface conditions and manufactures specifications. All materials used shall be of equal and/or greater quality per manufactures listed: Richards-100% acrylic latex Signature-750 Series, Flood CWF-UV, Richards high gloss aluminum enamel # 1011, Richards direct to metal, Zinsser/123 acrylic primer, PPG/waterborne epoxy (2 components).
Primer one coat to all exteriors/interiors of buildings, oil and latex primers will be applied to correct surfaces, primer will be compatible to paint manufacture.
Note: If primer coat does not prevent Bleed-Through and completely (Block out/Cover) existing paint, a second primer coat shall be applied to all doors/jambs, building surfaces etc. before finish coat is applied.
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.
Apply two coats of finish color to all exterior/interior surfaces, oil and latex products will be applied to correct surfaces, roof flashing on buildings that has not been painted will remain unpainted. Apply one coat latex epoxy to all surfaces in restroom/shower locker rooms, all other rooms will have two coats acrylic latex applications.
All colors will have a SEMI-GLOSS finish. Designated colors to specific areas of building will be as directed by library project manager.
Contractor will be responsible for the removal/reinstallation as required of all signs, information boards, etc. on buildings.
As required where new signs will be furnished by owner and installed by contractor, placement to be approved by project manager prior to installment. Contractor is to furnish fasteners to match existing.
All wood surfaces will be pressured cleaned as per direction of library project manager, wood treatment will be applied as per library project manager. (clear wood finish w/ ultra violet materials, (with Cedar Tint TBD) not wood sealers/ i.e. Thompson''''s)
Contractor shall cover all furniture, fixtures, floors etc. with a canvas/tarp to prevent over-spray.
All over-spray/excess paint, both new and existing shall be removed from the floors, fixtures, partitions, windows, door hardware etc. (to include paint chips removed during the preparation process, both Interior & Exterior). Before Final Acceptance.
Contractor is responsible for attaining ALL pertinent permits (City of Miami, Miami-Dade Building Department, Electrical, Plumbing, Miami-Dade Public Works, Miami-Dade Water and Sewer, DERM, Fire, FDEP, Florida Department of Health, South Florida Water Management, US Army Corps of Engineers, etc.) 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.
Contractor shall obtain all required permits and forward to Miami Dade County Parks within five (5) days of receipt of dry run plans (if any).
Contractor to provide any exploratory digging as required; inclusive of hand digging.
Contractor is responsible for any and all dewatering required. All necessary permits required for dewatering are the responsibility of the Contractor.
Contractor is responsible for all Surveying & Layout required. Red Line (As-built) drawings to be maintained on site at all times. Accurate survey (Inverts, Dimensions, Locations, etc.) to be reflected on red line (as-built) plans. These are to be reviewed on a weekly basis by Library Project Manager. Three signed and sealed as-built to be submitted prior to final payment approval. Refer to item 21 for further as-built requirements.
Contractor to coordinate all required inspections/tests and documentation required by any/all governing entities, i.e. City of Miami, Miami-Dade Building Department, Miami-Dade Water and Sewer, Miami-Dade Public Works, Plumbing, Electrical, Fire, Florida Department of Health, DERM, FDEP, South Florida Water Management, FPL, etc.
Contractor to call Underground Locating Company and have all underground located at least 48 hrs prior to any excavation commencing. Contractor to provide ticket numbers provided by underground locating company to owner. CONTRACTOR SHALL BE RESPONSIBLE FOR UNDERGROUND LOCATIONS WITHIN THE PROPERTY LINE.
Contractor shall provide temporary fencing and safety barriers as directed to maintain a safe work site. Coordinate fencing and barrier requirements with the library project manager as job progresses.
MATERIAL or PRODUCT SUBSTITUTIONS:
The Miami-Dade County Public Library System has specified certain brand names because it seeks to match products currently in use at other library facilities.
Any specified products or systems intended to be substituted by the Contractor, has to be submitted to the Library Project Manager within 30 calendar days after receipt of the Notice to Proceed.
Only one (1) request for substitutions will be considered for each product. When substitutions are not accepted, the Contractor shall provide specified product.
The request is to be accompanied by complete cost data of the proposed substitution, substantiating compliance with the contract documents, including product identification and description, performance and test data, references and samples where applicable, and an itemized comparison of the proposed substitution with the product specified. Refer to attached form required with proposed substitution.
The request is to be accompanied by data relating to contract time schedule and aesthetic effect when applicable.
When redesign by the Architect or Engineer is required to accommodate an alternate product or system, all costs of this redesign are to be paid by the Contractor requesting the substitution.
When additional work is required by other contractors to accommodate the alternate product or system, all additional cost of this work is to be paid by the Contractor requesting the substitution.
Failure to place orders for specified products or systems sufficiently in advance of installation scheduled date(s) not considered a valid reason upon which Contractor may base request for Substitutions or for deviations from Contract Documents. Requested substitution will be accepted as an approved equal or rejected, solely at the discretion of the Library Project Manager with Architect''''s or Engineer''''s written approval.
Work required may include, but is not limited to the following trades: Painting, Etc
Contractor shall be responsible to furnish all temporary utilities as required to complete all work, this shall include, but is not limited to, electric, water, phone, toilet facilities, etc. Miami Dade County Parks shall not provide any temporary utility services for the contractors use.
CONTRACTORS submitting bids for work are responsible to list appropriate subcontractors required to complete all areas of work required.
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. Contractor is required to have proper insurance to cover ongoing work on the job site. If Contractor opts to hire an independent Security Company, such company is to be properly bonded and insured.
Permits
The vendor shall obtain and pay for all of the project permits in accordance with the
guidelines identified below.
1. Permits:
The vendor shall determine the various City, County & State permits, certificates, and approvals required to complete this project.
2. Permit Costs:
The vendor shall determine the application fee costs for all of the required project permits,
certificates, and approvals and include that amount in their fee proposal. A breakdown of each permit and application fee shall be attached to the fee proposal for reference.
3. Applications:
The vendor shall fill out and submit all permit applications to the appropriate permitting
authorities and the costs shall be paid from the vendor. A copy of the application(s) and the original permit(s) obtained by the vendor shall be given to the Library Project Manager for distribution.
Pressure Cleaning
The vendor shall provide all equipment, labor and materials required to pressure wash concrete and other surfaces at various library facilities in the designated, commercial areas on a weekly basis. The designated areas are to be cleaned in their entirety (NOT spot-cleaned). The concrete and other surfaces to be cleaned include, but shall not be limited to: sidewalks, entryways, window wells, refuse receptacles, benches, and bus stops or other surfaces. The Library Project Manager shall communicate to the Contractor the delineation of the areas to be pressure washed.
It is the vendor''''s responsibility to comply with City, County and State code, regarding storm water runoff system discharge regulations and requirements. Compliance includes the implementation of practical methods, known as Best Management Practices (BMPs) which shall be used to protect the environment and to comply with regulatory requirements. Power washing runoff shall be recovered and disposed of properly. Violations of any of these requirements may lead to a civil penalties. The vendor shall present a professional image and maintain a high standard of quality and technical competence. Total responsibility for this is placed upon the selected vendor.
The vendor shall furnish all labor and equipment necessary to clean exterior and interior concrete surfaces throughout the facility, primarily focusing on the Commercial Area.
The vendor shall:
Perform cleaning services to all areas.
Furnish equipment capable of delivering high-pressure, hot water (if necessary) suitable for removing stains, spills, etc. from concrete and surfaces without damaging the surface material. In addition, equipment shall be capable of absorbing all runoff from pressure washings to prevent said runoff from entering the storm drain system. The use of chemicals must be approved by the City, County or State as required. A description of your equipment must be included in your bid response. All pressure washing equipment is subject to Library Project Managers approval.
It is the vendor''''s responsibility to maintain all equipment in good working order at all times, so that equipment is available upon call from the Library Project Manager to perform cleaning services.
Maintain a supply of appropriate cleaning agents, disinfectants, and/or germicidal solutions as may be required for various jobs and as allowed by City, County and State Agencies.
Furnish and maintain any and all warning devices (i.e. barricades, cones, signs, lights, etc.) required to adequately protect the public, staff, and other workers during the performance of the work.
Equipment must have hoses with sufficient length to be able to position power washing vehicles
away from residential housing.
Protect property by damming doorways and preventing water from splashing unto persons and private property.
Fill in and repair any cracks on the walls and sand rough spots
Plaster Work:
1. Where plaster surfaces are involved, the work of this contract shall include the complete patching of damaged or deteriorated plaster areas of up to one (1) square foot for any one wall or room ceiling.
2. Cracks, holes, bulges or gouges in wall and ceiling surfaces shall be spackled and sanded smooth. Loose, peeling, blistering, chalking and scaling paint shall be removed to the refusal point by scraping. Resulting edges of all areas so scraped shall be spackled to a feathered edge and sanded smooth when dry. All spackled, plastered and sanded areas shall be spot-primed prior to painting.
3. The vendor shall determine whether holes in plaster surfaces shall be required to be closed with three (3) coats of gypsum plaster, or a lesser number of coats. However, should the finished surfaces not result in a good, substantial, workman like appearance, satisfactory to the Library Project Manager, then they shall be re-plastered at the Contractor''''s expense. Plaster materials shall meet the requirements of the pertinent ASTM Specifications and the local building code. Mixing, application and installation shall be in accordance with manufacturer''''s instructions.
4) Holes in plastered bathroom areas must be finished with hard finish Keene''''s cement of gauge one part dry hydrated lime by weight to two parts of Keene''''s cement.
Drywall Work
Where drywall surfaces are involved, the work of this contract shall include the complete patching of damaged or deteriorated drywall areas of up to six (6) inches in diameter in all directions for any one wall or room ceiling.
1. The preparation of all painted dry-wall surfaces prior to repainting shall conform to practices
specified for repainting of plaster walls in section above.
2. All nicks and small dents shall be filled in and leveled off with spackling compound, sanded,
and given a coat of primer prior to the application of the finish coat of paint.
3. Loose or buckled tape on all seams and in corners shall be removed to the refusal point, new
tape imbedded in and resurfaced with the proper material and the repaired area given a coat
of primer prior to the application of the finish coat of paint.
4. Popping nails or screws shall be recessed or removed. If nails or screws are removed, new
nails or screws are to be installed in close proximity to their original location and all holes
and indentations filled.
5. Small holes up to six (6) inches in diameter shall be repaired by backing up the area with
gypsum board or other fire proof material, then filling the hole or recessed area with plaster of
paris so that it is flush with the existing surfaces. Repaired areas are to be sanded and prime
prior to the application of the finish coat of paint.
Other Areas
All surfaces of kitchens to be painted shall be washed with a solution of paint cleaner of sufficient strength to remove all grease and to dull the surface sheen. Paint cleaner shall be rinsed off with clear water.
All clear coated woodwork shall be thoroughly cleaned of wax and grease, using mineral spirits,
prior to receiving new clear coating.
All surfaces exhibiting water stains shall be sealed with a solvent based, alcohol soluble sealer.
All glossy surfaces to be painted shall be dulled by sanding with a fine abrasive of 00 grit or a liquid applied paint duller.
All exposed rust and areas where rust is indicated under the old paint film shall be removed to the bare metal. Bared metal shall be given a spot-coat of a suitable rust inhibitor.
All surfaces of elevator entrance doors and bucks, elevator cab doors, and post (shaft side), cab
ceilings and base moldings, shall be cleaned with cleaning lacquer thinner to remove grime, grease, wax and all foreign matter. Any grime, grease or wax not removed by use of thinners shall be removed by other approved means. Surfaces shall be sanded smooth by fine abrasive of 000 girt. All shaft side aprons are included as part of the elevator hatch doors. Each elevator hatch door consists of door, door buck and shaft apron. All exposed rust and areas where rust is indicated under the old paint film shall be removed to the bare metal and the bare metal shall be primed with a rust inhibitive primer.
Exterior Wood
Where the painting or staining of exterior wood is involved, the work of this contract shall also
include the two (2) preparation descriptions stated below. The replacement of all split,
delaminated, rotted or otherwise deteriorated wood siding and trim, including soffits, fascia''''s,
battens and window and door trim shall be done as additional work to this contract in accordance
with the prior approval of the Library Project Manager.
1. All loose or bulging siding and trim, including soffits, fascias, battens and window and door
trim shall be refastened to provide a firm flat surface.
2. Nails for fastening shall be aluminum, annular or spiral grooved, of manufacturer''''s
recommended sizes for each application. Nails for refastening of plywood siding shall be
spaced a maximum of 6 inches o.c. at edges and 8 inches o.c. at intermediate stud in
intervals.
General Workmanship
All work shall be done in a neat and clean manner by experienced, capable mechanics.
Each coat of paint shall be evenly worked out and allowed to dry according to the manufacturers
recommendations before subsequent coats are applied. Each coat of primer and paint shall be a
different tint from that of the preceding coat.
Finish coat or coats of paint shall be of the exact shade or shades, texture and consistency as
approved by the Library Project Manager. The vendor shall not change the color of any
paint that has already been approved by the Library Project Manager unless authorized to do so
in writing.
The finished work shall be free from runs, sags, defective brushing or stippling, and
clogging of lines and angles of the trim.
It shall be distinctly understood that the number of coats of material recommended by the
manufacturer specifies a minimum. Even with a material of specified quality, mere applications of the stated number of coats will not assure acceptance, unless a sample of the quality of the
workmanship and the hiding qualities of the work is approved by the Library Project Manager.
The thinning of good material for additional coverage, the use of poor materials and the adulteration with inferior substitute materials is not be permitted. A full-bodied finish of the paint surface is required under this contract regardless of the number of coats necessary to accomplish the result.
All surfaces shall be left clean at completion of the work.
Drop cloths shall be kept clean at all times.
Window shades and blinds shall be carefully handled and kept free of paint and spatters.
No exterior painting shall be undertaken if air or surface temperature is below 50 degrees Fahrenheit or immediately following rain or until frost, dew or condensation has evaporated. Please see below:
Temperature: During application and drying of paint, a minimum temperature of 50 degrees F shall be maintained and held constant as possible. Surfaces whose temperature exceeds 120 degrees F shall not be painted.
Humidity: No painting shall be undertaken in damp, rainy weather or where relative humidity in area or spaces to be painted is greater than 65 percent.
Wind: Paint shall not be applied when winds may cause dust or dirt to be embedded in the coating, nor when winds may interfere with proper spraying operation.
Ventalation: Provide adequate ventilation in all building areas where painting work is being performed.
Safety: All painting shall be done under conditions and in a manner dictated by safe practices, using materials, tools and rigging of safe character. Comply with recognized safety rules and practices necessary to permit safe working conditions for the workmen as well as to prevent hazards to others who may be in the vicinity of the work. Paint on or in the vicinity of energized electrical or rotating equipment, apparatus or lines shall not be done without the approval of
the Library Project Manager, and then only in accordance with all laws, rules, ordinances or
regulations which apply. Precautions recommended by paint manufacturers in mixing and application shall be followed explicitly.
Job Conditions: All building spaces shall be swept broom clean prior to commencement of painting work in the area. Painting of interior surfaces will not be permitted in an open unprotected environment.
Conduct of Operations
The Contractor shall conduct the operation of this contract in a cooperative manner with the Miami-Dade Public Library System and shall interfere as little as possible with the normal operation and function of the project.
Technical Certification:
Painting
Commodities
Code | Description |
---|---|
96469 | PAINTERS |
Solicitation Package/Addendums
Type | File Name |
---|---|
Package | MCC_7360_RPQ_LB-Painting24.pdf |