Solicitation Details - MCC 7360 RPQ MDFRD-849-34-GC

Back To Search Solicitations

Title:
Storefront Windows and Doors and Garage Doors for Fire Station 34
Opening Date:
7/10/2025 2:00:00 PM
Announcement Info:
Scope of Work: (Contractor must obtain and submit all permits prior to performing any work). INTRODUCTION TO SCOPE OF WORK: Bidding Contractors are to provide sealed bids for all labor, material, transportation, equipment and perform all operations for the following project description to achieve the completion of the project requirements to include permit cost in accordance with the structural plans by Ingelmo Associates PA, dated 3/12/2025. The work in general consists of new storefront, windows and doors are to be Miami-Dade County approved Impact Resistant with current NOA’s. The scope is inclusive of removing the existing windows, doors, garage overhead doors with all the ancillary accessories accompanies, i.e., Kantech security card access control systems, door sensors, electric door strikes, door hardware & lock systems to be replaced with new (refer to plans and specs for details in door schedule). All repairs such as drywall, stucco, painting, caulking, shutter removal, window shades removal and reinstallation associated with new windows and doors replacement are to be included in the bid price. Existing exterior roll-up doors are also to be removed and replaced with County approved 2023 FBC system and meeting the wind load calculations, to include motor, new photo eye sensors, exhaust system contacts, and painting to match existing. STOREFRONT, WINDOWS & DOORS REPLACEMENT: Contractor responsible for field verifying all dimensions. The scope is inclusive of removing the existing storefront, windows & doors with sealants and all the ancillary accessories accompanies, i.e., Kantech security card access reader systems, existing hurricane shutters, door sensors, electric door strikes, existing door hardware & lock systems to be replaced with new (refer to plans and specs for details in door schedule remarks), window shades, stucco patching, caulking, painting, etc. The proposed new storefront, windows & doors are to be Miami-Dade County approved Impact Resistant with current NOA’s, per the bid set drawings by Ingelmo Associates – PA. The following window and door manufacturers as noted in the plans. The Storefront shall be 3-point locking mechanism with concealed vertical rods system and must be connect to the security card access system. Approved alternate: Must be E-Level product and authorized manufacture accepted by Miami-Dade Fire Rescue (MDFR) and the Engineer of Record. The Contractor shall submit a Request for Information (RFI) during the bid process for an approved equal alternate acceptance from MDFR and the Engineer of Record. The Contractor will be responsible for A/E related plan revision, calculations, and permit revision should it be required due to the alternate change. EXISTING OVERHEAD DOOR (OHD) SECTIONAL DOORS: Quantity eight (8). Contractor responsible for the field verifying all dimensions. The Contractor shall provide all labor, material, transportation, and equipment and perform all operations associated with the removal of the OHD. Contractor to follow and comply with the requirements listed on the RPQ and contract project plans. The Contractor shall comply with providing Miami-Dade County approved systems meeting the FBC current wind load calculations. Existing roll-up doors and associated accessories including motors to be removed and replaced with new ones as described below and per the construction documents. New Product Specifications: Manufacture: Overhead Door Corp. or approved equal. The Contractor shall submit a Request for Information (RFI) during the bid process for an approved equal alternate acceptance from MDFR and the Engineer of Record. The Contractor will be responsible for A/E related plan revision, calculations, and permit revision should it be required due to the alternate change. Paint: Sectional galvanized doors baked-on primer and baked-on polyester paint top coat Carmine Red paint at the manufacture plant prior to delivery. Heavy Duty Commercial Sectional Steel Door Model with Impact Resistant Glazing Panels, Non-Insulated, 421 (20 GA.), without exhaust ports. Anchoring Installation: Per manufacturer specifications. Motor: LiftMaster. Right, Left or Center hand depends on the existing location and controls, including manual chain lift and slide lock. Door Operator: RHX – Heavy Duty, 1/2 HP min., 115/208/230V 1 Phase 60 Hz, Hoist, Photo-eyes sensor system and connection. Miscellaneous: 100,000 Cycles, Heavy Duty cable drum, shaft and torsion spring counterbalance. • Each station overhead door shall be provided with two (2) dual button remote transmitter. (2 remote transmitters per roll-up door). • Each station overhead door shall be provided and installed with one (1) Receivers. • The Contractor shall properly remove and disposal of existing overhead door • All existing wirings to be reconnected and function properly. • The Contractor shall maintain the safety sensors on the existing doors and reconnect to the new doors. • The Contractor shall remove existing door exhaust system contacts and reconnect the door contacts for a properly functioning mechanical exhaust system. The project includes, but is not limited to: Existing/Low Voltage/Electrical – The Contractor shall disconnect and reconnect or provide all electrical items associated with the proposed project contract drawings. The Contractor shall be familiar with the project contract drawings as well as the project site. All Electrical installation work shall comply and meet all standard requirements of the NEC, FBC, and any other applicable Federal, State, and local codes. SHOP DRAWINGS: The contractor shall submit Shop Drawings for acceptance by MDFR and the Engineer of Record, prior to any purchasing, fabrication or ordering materials and installation, as well as submit Notice of Acceptance NOA or Florida Product Approval. The Contractor shall provide electronic Shop Drawing documents, or (5) hard copies of the Shop Drawings with calculations for review and approval no later than 15-days after the receipt of the Notice to Proceed (NTP). Shop Drawings consists of the following: • Windows & Doors, and Storefront • Door Hardware and Accessories • Overhead Roll-up Doors, Motor, Photo Eye Sensor & Accessories PERMITS: 1. Permits are to be required for all work listed in the RPQ and the contractor shall use the dedicated allowance for fees in their proposal. 2. The Contractor will acquire permits from the respective authorities having jurisdiction. The Contactor to submit the required plans to the Authority Having Jurisdiction for permitting where required, i.e., permit, revision, etc. The Contractor is full responsible for inspections and reinspection fees. 3. MDC Plans & Permit Process: Miami-Dade County has jurisdiction over this property although the folio and property are within the municipality of Cutler Bay. FL. SIGNAGE AND DOOR BELL: The Contractor shall remove, protect, secure, and store all storefront and door signages. The Contractor shall include and apply new 6” building address numbers to the storefront. The Contractor shall remove and reinstall the Storefront door bell. DOOR HARDWARE: The Contractor shall follow the plans. Entry Storefront door hardware core shall be interchangeable to receive a Medeco core and the Contractor shall make provisions, as part of their bid, to change the core to a Fire Station Key. SECURITY CARD ACCESS: The Contractor shall remove and replace the HID card readers that are installed on the Storefront and door frames. The Contractor shall be responsible for verifying connection of the system, removal and reconnecting the system to a proper working condition and verifying proper door security operation after the door installation. WARRANTY / GUARANTEE REQUIREMENTS: LABOR WARRANTY: The Contractor to provide on their company letter a two (2) year labor warranty related to window and door improper installation and rain water intrusion/leaks. GUARANTEE: The Contractor shall provide the manufacture guarantee for the installed products. This warranty shall become effective upon the permit final inspection approval by the Authority Having Jurisdiction. GENERAL NOTES, REQUIREMENTS, AND CONDITIONS: It is the intention of the Contract construction documents that all materials be used in the manner intended by the manufacturer, and that all work be performed by the standards adopted by appropriate trade associated. To this objective, where a particular system, product, material or services is specified, the applicable current standard specifications or recommendations of the manufacturer are thereby incorporated. As part of the project requirements to install the new storefront, windows and doors, all existing hurricane shutters to be removed and set aside, only where new windows and doors are to be replaced. Contractor to coordinate with MDFR Construction Manager and deliver at a later time, to a location at MDFR Headquarters in Doral, FL., or County Store in Doral, FL. If work is required to be performed during non-scheduled off hours and/or weekends as necessary to meet the project schedule or sequence of the work, it shall then be performed by the contractor at no additional cost to owner (MDFR). If the Contractor disturbs any existing adjacent areas and interior spaces such as interior/exterior walls etc., during the project, the contractor shall then repair or replace as needed to match existing or bring back to its original conditions. Contractor to patch and paint the walls where the existing shutters, storefront, windows, doors, and OHD are removed, to match existing wall conditions and appearance as best possible to the satisfaction of the MDFR Construction Manager. As part of the project requirements to remove and install the new windows and doors, the contractor shall remove and re-install all existing interior storefront, windows, and door shades after the installation of the new windows and doors. The Contractor shall carefully and temporarily store the existing product during removal. The Contractor is responsible for any damage of the existing treatments as a result of the contractor’s improper removal and re-installation. The Contractor shall evaluate the existing window shades, and any damage found, prior to the removal, shall be photographed by the Contractor and reported to the MDFR Construction Manager, otherwise the contractor is responsible for damages. All construction related debris shall be removed by the contractor daily, as construction debris piling WILL NOT be allowed unless properly placed in a construction dumpster. A construction dumpster will be used for loose debris and construction waste materials unless contractor removes the construction debris daily and immediately after each construction phase. The fire station grounds during and after construction shall be clean of all related construction debris including nails, scrap materials, etc. The Contractor is responsible and shall include the dumpster(s) and /or debris removal (hauling) as part of their project bid. Contractor storing of material will only be allowed by contractor written request and the MDFR Construction Manager written approval. If the grounds are used for storing material, equipment, working area, etc., the contractor shall return grounds, grass areas, concrete, asphalt areas and building walls, to its original condition. This includes any damage occurred during the construction phase process. The Contractor shall be responsible for the storage and protection of materials & equipment’s. The Contractor shall provide barriers/ barricades, etc., as necessary to prevent entry and protect construction employees/personnel at all times. The Contractor shall be responsible for all safety precautions and accident preventive provisions of OSHA and all applicable safety codes; including no claims shall be made against (MDFR) by reason of any act of an employee or trespasser. The Contractor is responsible for all interior and exterior walls repair and paint as required, at the cost of the contractor, including cost of paint and labor to match existing paint colors. The work shall be sequenced as necessary to coordinate the work of all subcontractors and suppliers in the most effective manner to diligently complete the work and meet the project schedule as well as the Contract completion deadline. If the contractor disturbs any existing adjacent areas and interior spaces such as interior & exterior walls etc., during the course of the project, it shall then be repaired or replaced as needed to match existing or bring back to its original conditions. The Contractor is responsible and required to comply with all requirements according to the Miscellaneous Construction Contractor MCC-7360-0/07. The Contractor and their employees are not allowed inside the fire stations for any reason other than emergency purposes, therefore contractor shall consider portable toilets and include weekly cleaning service. MDFR emergency vehicles have the Right-Of-Way at all times. The Contractors are not to block or interfere with MDFR daily fire station operations. Safety and Security Precautions – All on-site contractor’s personnel, shall have identification and or company business attire according to the rules and regulations set by the Miscellaneous Construction Contract 7360-0/07. Temporary Toilets - The Contractor to provide temporary toilets from the Notice to Proceed (NTP) demolition date throughout the completion of the project. Temporary toilets shall be maintained and serviced weekly by the contractor’s vendor. The fire station facilities shall not be used by the contractor unless of an emergency. Indoor Air Quality Protection – Contractor shall be responsible for the prevention of environmental pollution inside the station including but not limited to: Dust control protection barriers to protect and seal off with visqueen plastic all adjacent interior spaces; etc., as a result of construction operations under this project contract. ************************************************************************************************************************************************************** ADD-ALTERNATE #1: Asphalt Parking The Contractor shall provide a price to the alternate replacement of the front and rear asphalt apron & striping as noted on the plans. ADD-ALTERNATE #2: Bunker Gear Room The Contractor shall provide an alternate price for the Bunker Gear Room as noted on the plans. ADD-ALTERNATE #3: Painting Fire Station The Contractor shall provide an alternate price for painting the entire fire station using Sherwin Williams or approve equal product. Color selected by MDFR. ADD-ALTERNATE #4: Apparatus Bay Floor Sealer The Contractor shall adhere to the add alternate pricing for the installation of EliteCrete Systems epoxy flooring and Back-Track 60S anti-slip additive, all in accordance with the SOW and specification section 09 67 00. Bidders shall provide a separate bid price for each add-alternate identified above and on the Price Breakdown sheet provided. The County reserves the right to award any or all add- alternates or reject any or all add-alternates. NOTE: THIS PROJECT WILL BE AWARDED PURSUANT TO THE BASE BID PRICE ************************************************************************************************************************************************************** DEDICATED ALLOWANCE: Permits & Communications Permits are to be required for all work listed in the RPQ and the contractor shall use the dedicated allowance price for fees in their proposal. Awarded Contractor shall use the dedicated allowance for low voltage communication wiring adjustments due to the construction. Dedicated allowance shall not be utilized without the expressed, written approval of Miami Dade Fire Rescue. Supporting documentation outlining costs of permits and/or labor and supplies for communication wiring adjustments must be provided with each request.
Technical Certification:
General Building Contractor; Glass / Glazing; Electrical Contractor; Air Conditioning Unlimited; Plumber, Master

Commodities
Code Description
91438 ELECTRICAL
91447 GLASS AND GLAZING
91468 PLUMBING
96820 BUILDING CONSTRUCTION
96842 GENERAL CONSTRUCTION
Solicitation Package/Addendums
Type File Name
Package MCC_7360_RPQ_MDFRD-849-34-GC.pdf