Solicitation Details - MCC 7360 RPQ PDC-W20028-R
Back To Search SolicitationsTitle:
MDSO Headquarters Chillers and Laboratory Exhaust Fans
Opening Date:
8/13/2025 2:00:00 PM
Announcement Info:
Scope of Work:
(Contractor must obtain and submit all permits prior to performing any work).
The scope of work consists of the replacement of the mechanical equipment identified in the bid documents for the Miami-Dade Sheriff's Office (MDSO) Headquarters Building located at 9105 NW 25th Street, Doral, FL 33172. The bidder shall examine the site carefully to determine the scope of work and satisfy him/herself as to all observable conditions. Any questions regarding materials or obstacles that might be expected must be clarified during the bidding period. The bid price shall include the scope of work in its entirety including the removal and proper off-site disposal of all work-related debris and always be left in a broom clean condition. The Scope of Work as defined by the Contract Documents includes, furnishing materials, labor, services, supervision, tools, equipment, and all other items necessary for the successful completion of the project but is not limited to, the following:
1. Chiller Plant: Overhaul of the existing central energy plant including replacement of two (2) 350 ton chillers, the existing 500 ton chiller to remain in place; replace three pumps, install new 700 ton cooling tower cooling tower and piping, four (4) chilled water pumps, isolation valves, existing cooling tower shall be decommissioned and abandoned in-place, new controls, replace existing mechanical piping within chiller plant, and all associated electrical requirements and other work indicated in the Contract Documents.
2. Lab Fans: Replace existing lab exhaust fans, remove unnecessary roof penetrations, other work indicated in the contract documents.
Any questions, request for information (RFI) regarding the materials, obstacles or any other project related clarification requests shall be submitted in writing to the assigned Construction Manager, [email protected] and copy the Clerk of the Board at [email protected] prior to the RFI submittal deadline of 07/30/2025 @ 5:00 PM. RFI responses, if required, shall be issued via addenda after the RFI submittal deadline.
This is a high security facility where all employees need to provide a driver’s license or other form of identification and will be subject to a background check prior to being granted access to the site. The work must be carried out in a manner that will not disturb the daily business operations of the building patrons. All work must be carried out during the hours of 7:00 am and before 5:00 pm. Any work, to be performed outside of these hours, must be coordinated and pre-approved by the County Project Manager. The Contractor must provide, at least 48 hours’ prior notice (excluding weekends and County recognized holidays) to any work to be performed outside of the specified time frame. All work performed outside of the aforementioned working hours must be for the benefit of the Contractor. The County will not be responsible to pay any additional compensation for working outside the aforementioned working hours.
THE APPROVED SET OF DRAWINGS AND TECHNICAL SPECIFICATIONS ARE AVAILABLE TO BIDDERS AT THE FOLLOWING LINK BELOW AND PASSWORD:
https://www.dropbox.com/scl/fo/afhhqaxzlu1nkygxwlvc7/APLdN1Hc4L_T_iRxo3iLYb8?rlkey=1hh8fywoya1vkalr2am95aik7&st=hfxfqsz2&dl=0
Password: PDC-W20028-R
INDEMNIFICATION AND INSURANCE
Contractor shall indemnify and hold harmless the County and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorneys’ fees and costs of defense, which the County or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of this Agreement by the Contractor or its employees, agents, servants, partners principals, or subcontractors. The Contractor shall pay all claims and losses in connection therewith and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the County, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney’s fees which may issue thereon. The Contractor expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by The Contractor shall in no way limit the responsibility to indemnify, keep and save harmless and defend the County or its officers, employees, agents and instrumentalities as herein provided.
The Contractor shall furnish Miami-Dade Sheriff’s Office, Office of Administration, Facilities Management Office located at 9105 NW 25th Street, Doral, Florida 33172, Certificate(s) of Insurance with coverages as outlined below:
A. Worker’s Compensation as required by Florida Statute 440 or any applicable law
B. Commercial General Liability for $1,000,000 each occurrence, $2,000,000 aggregate including Products/completed operations and rigger’s liability. Miami-Dade County must be included as additional insured for any and all work
C. Automobile Liability covering all owned, non-owned and hired vehicles for $1,000,000 combined single limit
D. Contractor’s equipment coverage. Contractor shall obtain and maintain contractor’s equipment coverage on an “all-risks” basis, to insure against all loss or damage to contractor’s tools, equipment and machinery. This contractor’s equipment coverage shall provide for a waiver of subrogation in favor of Miami-Dade County.
E. Umbrella providing excess coverage over underlying(s) B and C coverages for a minimum of $3,000,000 each occurrence/aggregate. Terms to be no more restrictive than underlying coverages
F. Builders risk or installation floater for 100 % of the total value of the project on a replacement cost basis. “All Risks” or special perils basis including wind. Miami-Dade County must be included as a named insured or loss payee
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.
Miami-Dade County reserves the right, upon reasonable notice, to request and examine the policies of insurance (including but not limited to policies, binders, amendments, exclusions or riders, etc )
NOTE: CERTIFICATE HOLDER MUST READ: MIAMI-DADE COUNTY
111 NW 1st STREET
SUITE 2340
MIAMI, FL 33128
Technical Certification:
General Mechanical, Master; Air Conditioning Unlimited; Roofing Contractor; Electrical Contractor; Structural
Commodities
Code | Description |
---|---|
90963 | MECHANICAL: FIRE PROTECTION, INSULATION,PLUMBING, |
91438 | ELECTRICAL |
770 | ROOFING |
Solicitation Package/Addendums
Type | File Name |
---|---|
Package | MCC_7360_RPQ_PDC-W20028-R.pdf |