Solicitation Details - MN-RENO-25
Back To Search SolicitationsTitle:
Main Library 1st and 2nd Floor Staff Offices and Reading Area Improvements
Opening Date:
9/8/2025 11:00:00 AM
Announcement Info:
EXPERIENCE REQUIREMENTS:
The PRIME, through full time-personnel, should demonstrate experience as the prime consultanton similar projects with project scopes that are comparable to the Project Scope of Services forthis project.
Bidder or Bidder’s Subcontractor shall have completed at least two (2) projects of similar size andscope; in lieu of the references from the Bidder or Bidder’s Subcontractor, the County willconsider the references from Bidder’s key personnel in accordance with Resolution No. R-1122-21. Bidder shall provide evidence of this experience; project names; dollar values and contractinformation for verification purposes. The experience of the bidding or proposing Contractors’ keypersonnel will be considered in assessing the Contractor’s experience. This information should beentered on form 00450 Bidder''s Statement of Qualifications and Business References,highlighting at least two comparable projects and using additional pages as needed. Bidderslacking this experience may be deemed non-responsible in the sole discretion of the County.
SCOPE OF WORK:
The Miami-Dade Public Library System (MDPLS) requires construction services from a primeconsultant for interior improvements to the Main Library (101 West Flagler Street, Miami) 1st and2nd floor staff areas and public reading areas. The improvements include: renovation of staffareas and kitchenettes in the 1st and 2nd floors, addition of staff restrooms in the 1st floor, newlighting throughout the 1st floor and 2nd floors reading areas.
The contractor must complete the work in accordance with the State of Florida, Department ofCommerce Capital Projects Grant Agreement No. BB241.
The selected CONTRACTOR shall be responsible for completing the project in accordance withthe construction documents by Arlotta Bazo & Associates, obtain all approvals by any/allauthorities having jurisdiction over the project, including but not limited to the Miami-Dade CountyBuilding Department or other permitting agencies having jurisdiction. The project must beconstructed to meet or exceed applicable building codes, and work with modern technologicalstandards for library facilities. Contractor will facilitate the project in an efficient and cooperativemanner with MDPLS and MDPLS’ design professionals. They will provide construction servicesthrough the completion of the project and include systems commissioning, and warranty/close outperiods.
The CONTRACTOR must obtain and submit all permits prior to performing any work and shallreview all existing conditions, documents, plans, specifications and scope of work provided in thebid documents and addenda. There are 2 permit numbers for the project.
The CONTRACTOR shall protect all existing components: walls, flooring, equipment and otherexisting site furnishings. The CONTRACTOR shall perform the WORK complete, in place, tested,and ready for continuous occupancy, and shall include repairs, replacements, and restorationrequired as a result of damages caused during the construction. CONTRACTOR shall furnish alllabor, materials, equipment, services, and incidentals to complete all work required by thesecontract documents and as can be inferred and necessary for the proper completion of theWORK, whether specifically indicated in the contract documents or not.
MDPLS will purchase the flooring material and adhesive for this project for staff area L222 only,the CONTRACTOR will be responsible for the remaining flooring material and installation in theproject. This RPQ includes the selective demolition of the existing flooring materials down to sub-floor/slab, preparation of the flooring for the new installation and the installation of the newflooring as specified in the drawings.
The CONTRACTOR must follow all manufacturer’s instructions for proper installation of allmaterials.
The Main Library is one of the busiest Library branches in Miami-Dade Public Library System andall aspects of the work will need to be coordinated with the Library project manager and thebuilding manager (with the County’s People’s and Internal Operations Department).
The CONTRACTOR will be responsible to perform the work in a manner that does not negativelyimpact the Main Library’s daily business operations. The Library will remain open to the publicduring this project; the typical schedule is Monday-Saturday from 9:30 a.m. to 6:00 p.m. Work canoccur during operating hours, work areas must be properly secured and isolated to protect allpublic areas from harm, dust and unnecessary noise. Work outside of normal operating hoursmust be coordinated with advance notice to both the Library project manager and the buildingmanager (with the County’s People’s and Internal Operations Department).
The CONTRACTOR will propose a phased installation schedule for Owner approval to allow for the efficient execution of the work with the least impact on the libraries business operations. Thiscoordination is part of the scope of work.
The CONTRACTOR is responsible for accurately measuring all areas for installation.
The CONTRACTOR will be responsible for the removal and disposal of the existing flooring.
The CONTRACTOR will prep the floor smoothing the surface floor to 1/8 of an inch within a 10linear feet and apply the approved sealer (Mohawk OptiSeal -- 90% RH, 11 PH).
The CONTRACTOR will remove existing flooring located in staff area Room L222 and discoverthat throughout the space existing electrical and/or low voltage/data floor boxes have beenconcealed by the existing carpet. The scope includes the vendor making these existing andconcealed devices and floor outlets fully accessible after the new flooring is installed. The vendorwill inspect these existing conditions throughout prior to bidding to understand and account forthese outlets to be accessible.
Library staff will remove all computer and special equipment. Contractor will be responsible for allother furniture removal, relocation and/or protection as required by the project.
The CONTRACTOR must provide a 2-year labor warranty and maintenance instructions.
The CONTRACTOR is responsible for the clean-up/disposal of all material. Clean up of the areasis to occur daily. The CONTRACTOR is responsible to ensure all work areas are properlybarricaded, sealed and secured at all times. The Contractor will also be responsible for protectingthe existing furniture and areas from any damage during the demolition and installation phases.
The Library Department will not be responsible for any additional cost to complete the project dueto unforeseen circumstances unless agreed upon by the Department.
The CONTRACTOR will be required to purchase and install transition strips that are ADACompliant i in areas where different flooring materials meet each other, as specified in thedrawings.
Existing baseboard to remain throughout staff area L222, other areas to receive new baseboardas specified in the drawings.
BID DOCUMENTS AND PRE-BID MEETING ACCESS:
To receive the bid documents, contact Shiham Lorenzo at [email protected]. The Bid Documentsmust be requested directly from the Library Department or your bid may be deemed non-responsive.
Bid Documents will be available on: 07/23/2025
REQUEST FOR CLARIFICATION/INFORMATION:
All requests for information (RFI) must be submitted in writing by 08/13/2025 to [email protected] copy the Clerk of the Board at [email protected]. NO PHONE CALLS WILL BEACCEPTED. RFIs submitted after the specified deadline may not be attended to. Verbalstatements made by the County or the Owner’s Representative that are not contained in an RPQor addendum to the RPQ are not binding on the County and should not form any basis for abidder’s response to an RPQ.
INDEMNIFICATION AND INSURANCE REQUIREMENTS:
Refer to Project Manual Volume I - 00800 Supplemental General Conditions, Article 1.8 forrequirements.
BONDS (BID, PERFORMANCE AND PAYMENT):
Each Bid must be accompanied by a certified check or acceptable bid bond in the amount of fivepercent (5%) of the proposed total bid amount as guarantee that the Bidder, if awarded theContract, will provide, as set forth in the Bid Documents, a Performance and Payment bondsatisfactory to Miami-Dade County, Library Department, equal to one hundred (100%) percent ofthe total Contract award amount.
Bidders may not withdraw their bids for a period of one-hundred and eighty (180) calendar daysafter the bid opening, after which they may be requested to extend their bids until either aRecommendation for Award or a Notice of Rejection of Bids has been filed with the Clerk of theBoard, Miami-Dade County. Failure to hold prices shall be cause to render the bid non-responsiveand risk forfeiture of the bid bond as liquidated damages.
Technical Certification:
General Building Contractor
Electrical Contractor
Plumber,
Master Refrigeration / Air Conditioning
Commodities
| Code | Description |
|---|---|
| 90638 | GENERAL CONSTRUCTION SERVICES |
Solicitation Package/Addendums
| Type | File Name |
|---|---|
| Package | (RPQ)_MN-RENO-25_-_INVITATION_TO_BID_2025_0717.pdf |
| Package | Bid_Documents_-_MN-RENO-25.pdf |
| Addendum | Addendum_1_-_RPQ_MN-RENO-25.pdf |
| Addendum | Addendum_2_-_RPQ_MN-RENO-25.pdf |
| Addendum | Addendum_3_-_RPQ_MN-RENO-25.pdf |
| Addendum | Addendum_4_-_RPQ_MN-RENO-25.pdf |
| Addendum | Addendum_5_-_RPQ_MN-RENO-25.pdf |
| Addendum | Addendum_6_-_RPQ_MN-RENO-25.pdf |
| Addendum | Addendum_6_-_RPQ_MN-RENO-25.pdf |
| Addendum | Addendum_7_-_RPQ_MN-RENO-25.pdf |