Solicitation Details - MCC 7360 RPQ W220054-R
Back To Search SolicitationsTitle:
ISD/FIMD Roof Contract
Opening Date:
5/7/2024 2:00:00 PM
Announcement Info:
Scope of Work:
(Contractor must obtain and submit all permits prior to performing any work).
ISD/FIMD Roof Contract
The Contractor shall furnish all materials, labor, services, supervision, tools, equipment, and all other items for various roofing systems; to include roof replacement and repairs; miscellaneous sealing, patching, caulking and painting; roof cleaning, testing and inspecting; and installation, retrofit, and repairs of roof drains and vents. The Contractor shall perform all work in accordance with the applicable section(s) of the Florida Building Code, the latest edition of the National Roofing Contractors Association (NRCA) Roofing and Waterproofing Manual, and scopes of work established by ISD/FIMD.
The contract shall comply with Resolution No. R-54-18 Cool Roofs, which require the utilization of Cool Roofs for all new construction, roofing maintenance, and re-roofing work where the surface material is replaced on County owned properties.
Roofing Contractor must have completed at a minimum of five (5) projects (new or repair) at commercial facilities (with roof sizes of at least 15,000 square feet) within the past ten (10) years where one (1) of these projects was completed within the past five (5) years. The contractor shall be certified as an approved applicator of built-up/single ply types of roof systems and provide a twenty-year-no-dollar limit manufactures warranty for any new roofing system. Proof of current certification(s) must be submitted after Bid Opening, and within five (5) business days of County’s written request, the lowest responsive bidder will provide the Satisfactory Bidder Responsibility listed below as a condition of Contract Award.
Prospective bidders are responsible for taking into consideration all applicable Ordinances and/or Regulations in force at the time of the bid, such as Responsible Wages, that may affect unit prices. Selected contractors must agree to respond to an emergency/priority call within two (2) hours of first contact from ISD 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 ISD’s schedule for completion. The definition of an adequate response shall be determined at ISD’s sole discretion on a case-by-case basis. Once a contractor has responded within two (2) hours, ISD 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. Some work will have to be completed after regular business hours (i.e., nighttime) to minimize disruptions to the routine business operations of the ISD and/or its business partners.
Once a site visit is scheduled and attended by the Contractor, ISD 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 5 business days after the site meeting with a detailed scope of work to be performed and its cost breakdown. ISD, 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 ISD 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. ISD reserves the right to suspend noncompliant contractors from participation in the ISD/MCC 7360 Work-Order Based program.
Contractor will be responsible for all work until accepted by ISD. 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 ISD. 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 damage. All areas disturbed by Contractor will be repaired and or replaced to original condition as directed by ISD.
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, a maximum sum of $100.00 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 ISD project manager.
Contractors must agree to perform all work in accordance with the scopes of work established by ISD, the MCC 7360 contract’s terms and conditions, all required permits and inspections and all applicable federal, state and local laws, codes and regulations. Selection of contractor shall be made by ISD and shall be based on competitive unit prices (including contractor mark-up), qualifications, experience, past performance, availability and capacity.
This is a Non-Exclusive, Not to Exceed, Work Order Contract based on unit prices provided in this bid. Tasks will be authorized on a work order basis. The Contractor is not guaranteed the entire contract amount, any unspent funds will remain with the County, and the Contractor is not guaranteed work volume.
The lowest responsive and responsible bidder shall be awarded a contract with a maximum contract value not to exceed $165,000.00 (comprised of base: $150,000.00; contingency: $15,000.00). The County may award a higher amount if Budget increase is approved.
Clarification for utilization of the unit prices and issuance of work orders:
1. The quantities listed in the Bid Form (bidding model) are estimates only, which are provided by the County (ISD/FIMD) solely for the purpose of providing a competitive basis for comparing the cumulative effect of the unit prices submitted by multiple contractors to establish the lowest responsive and responsible bidder. Actual quantities assigned via the work order process, may vary significantly based on field conditions.
2. All work will be issued to and billed by the Contractor based on assigned work orders. Payment against said work orders shall be based on the quantities of actual work performed at the unit price for the line item(s) listed in the Contractor’s bid form.
3. Quantities for specific line items as represented on the Contractor’s bid form may be over utilized, underutilized, or possibly not used at all, with no effect on the value of any unit price, (no additional compensation to the Contractor).
4. ISD/FIMD and the Contractor mutually agree that the term of this contract is for twelve (12) months from the issuance of the initial Notice to Proceed date, or until the awarded value of the contract is reached, whichever comes first, subject to changes provided as part of the formal change order process outlined in Section 2.94, Change Order Procedures and Basis for Payment of the Terms and Conditions of the 7360 Miscellaneous Construction Contract.
The project is located at various locations.
Technical Certification:
Roofing Contractor
Commodities
Code | Description |
---|---|
770 | ROOFING |
Solicitation Package/Addendums
Type | File Name |
---|---|
Package | MCC_7360_RPQ_W220054-R.pdf |
Package | W220054-R_Cancellation_COB.pdf |
Addendum | W220054-R_AddendumNo1.pdf |