Solicitation Details - RPQ PDF-W26001

Back To Search Solicitations

Title:
MDSO Work Order Based Multiple Surfaces Painting Pool Contract - South
Opening Date:
3/25/2026 2:00:00 PM
Announcement Info:
All Requests for Information (RFI) must be submitted electronically, in Word format, and a copy filed with the Clerk of the Board at [email protected]. NO PHONE CALLS WILL BE ACCEPTED. 1. CONTRACTOR shall review all documents, specifications, plans, and scope of work provided by the Miami-Dade Sheriff’s Office Facilities Management Office (FMO) for work to be completed. The Contractor shall furnish all labor, equipment, and materials necessary to complete multiple surface painting services at Miami-Dade Sheriff’s Office (MDSO) facilities. 1.1) Contractor shall submit unit costs for painting applications to multiple surfaces, including but not limited to concrete/stucco, metal, wood, plastic, fiberglass, structural foam, and concrete floors. 1.2) Contractor shall submit unit costs for materials, labor, and prep which includes sanding, caulking, patching, and pressure cleaning required to complete painting applications to the correct surfaces as listed on the Bid Form. 1.3) All work applies to exterior and interior areas of buildings (doors, walls, concrete, wood, plastic, steel, and aluminum surfaces); picket fencing; perimeter walls; signs (wood, aluminum, steel, structural foam); walkways; and other areas as noted. 1.4) Contractor shall be responsible for moving all items (i.e., furniture, fixtures, etc.) where painting or related work applies. The FMO Building Management Supervisor shall assist with direction and placement prior to priming and painting applications. 1.5) The Department may utilize this contract at the hourly labor rate stated on the Bid Form for painter and painter helper services to assist the FMO Building Management Supervisor. 1.6) The minimum work order shall be 500 square feet / 25 linear feet. 1.7) Bid Form Columns A–H shall be the pay items, plus a 15% markup on materials. 1.8) Minimum company size shall be two (2) painters and two (2) painter helpers. Bidders shall provide any information requested by MDSO to demonstrate capacity to perform the work specified in this RPQ for due diligence purposes. 1.9) Each work estimate shall include: location of work, description of the service(s) provided, unit price, quantity (square feet or linear feet), and extended total price. 1.10) When providing estimates for approval, the maximum working height shall be 35 feet. 1.11) Exterior Colors: Provided by the Owner. 1.12) Interior Colors: Provided by the Owner. 1.13) All natural brick, rock, decorative designs, and similar architectural features shall remain unpainted. Specific areas will be identified by the FMO Building Management Supervisor during the pre-bid meeting. 1.14) Pressure Washing / Cleaning (Separate Pay Item): 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 shall be required. 1.14a) ALL INTERIOR SURFACES will be cleaned as required to ensure a complete bond for paint/sealer applications, repair damaged areas as required with correct materials to match existing surfaces. 1.15) Scraping and Surface Preparation: All exterior areas where pressure washing does not remove chipped paint shall be scraped. Interior surfaces with paint flaking shall also be scraped, and appropriate finish materials shall be applied to match existing surfaces. 1.16) Metal Surface Preparation: All metal surfaces, including doors, jambs, security grates, steel columns, and similar elements showing surface rust or flaking shall be sanded or ground to bare metal. Doors and jambs shall be mechanically sanded using 150-grit sandpaper prior to primer application. All exposed metal shall receive a Direct to Metal (DTM) primer. 1.17) Surface Repairs: All cracks, holes and heavy paint flaking areas shall be filled with flex-lock product. Chalk all areas around door frames, windows, etc. for complete primer coat finish. Stucco patch as required to complete in areas as directed by FMO Building Management Supervisor (areas where stucco finish require repair will apply). 1.18) Caulking and Sealant Work: Remove all failed, cracked, deteriorated, or non-performing caulking and sealants. Furnish and install new, weather-resistant sealant at all joints, seams, penetrations, expansion joints, and around door and window frames to ensure a watertight seal. The FMO Building Management Supervisor will provide manufacturer-specific sealant specifications to ensure compatibility with adjacent substrates. 1.19) Waterproofing: Provide waterproofing of designated exterior building surfaces and vulnerable areas to prevent water intrusion. Work shall include surface preparation, crack sealing, application of approved waterproofing materials, and proper curing in accordance with manufacturer requirements. Waterproofing systems shall be compatible with existing substrates. 1.20) Materials: Materials shall include 100% acrylic latex, alkyd oil-based products, Direct to Metal primers, concrete and wood stains, and primers compatible with all surface conditions and manufacturer specifications. All materials shall be equal to or greater than Sherwin-Williams MDSO specifications or as directed by the FMO Building Management Supervisor. 1.21) Primer Application: A minimum of one primer coat shall be applied to all exterior and interior surfaces. Oil or latex primers shall be applied to appropriate surfaces, and primers shall be from the same manufacturer as the finish coats. 1.22) If primer does not adequately block bleed-through, a second primer coat shall be applied prior to finish coats. 1.23) Finish Coats: Apply a minimum of two finish coats to all exterior and interior surfaces. One coat of latex epoxy shall be applied in restroom and shower/locker room areas. All other rooms shall receive two coats of acrylic latex. Roof flashing not previously painted shall remain unpainted. 1.24) Finish Sheen: All colors shall be semi-gloss unless otherwise specified by the FMO Building Management Supervisor. 1.25) Color Placement: Designated colors for specific building areas shall be as directed by the FMO Building Management Supervisor. 1.26) Signs and Fixtures: Contractor shall be responsible for removal and reinstallation of signs, information boards, and similar fixtures as required. New signs furnished by the Owner and installed by the Contractor shall be placed as approved by the FMO Building Management Supervisor, using fasteners to match existing. 1.27) Site Elements: All benches, light poles, bollards (traffic yellow), and other site elements shall be painted as directed by the FMO Building Management Supervisor. 1.28) Wood Surfaces: All wood surfaces will be pressure cleaned as per direction of FMO Building Management Supervisor. Wood treatment will be applied as per FMO Building Management Supervisor. (Clear wood finish w/ ultra violet materials, (with Cedar Tint) not wood sealers/ i.e. Thompson’s), or as directed FMO Building Management Supervisor. 1.29) Protection of Property: Contractor shall cover all furniture, fixtures, floors, and equipment with canvas or tarps to prevent overspray. 1.30) Cleanup: All overspray and excess paint, including paint chips from preparation activities, shall be removed from floors, fixtures, partitions, windows, door hardware, and surrounding areas prior to final acceptance. 1.31) Media Blasting: Contractor shall provide pricing for media blasting of metal surfaces when required. 1.32) Safety and Compliance: Contractor shall comply with all MDSO Contractor guidelines and follow the direction of the FMO Building Management Supervisor at all times to ensure safety and operational continuity. 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 Department Contact, [email protected] and copy the Clerk of the Board at [email protected] prior to the RFI submittal deadline of 03/11/2026 @ 5:00 PM. RFI responses, if required, shall be issued via addenda after the RFI submittal deadline. All Addenda for this project will be available within the same link emailed for the Bid Documents. It is the Bidder’s responsibility to ensure receipt of all addenda, and any accompanying documentation. Acknowledgment of bid documents and addenda received by Bidders is a requirement when submitting Bids. Failure to return signed receipts as part of your Bid Submittal may deem the bid non-responsive. Bids received after the bid submittal date and time stipulated above will not be considered. MDSO reserves the right to postpone or cancel the bid opening at any time prior to the scheduled opening, reject any and or all Bids, to waive informalities and irregularities, or to re-advertise the Project. MDSO, choosing to exercise its right of rejection, does so without imposition of any liability against MDSO.
Technical Certification:
Painting and Waterproofing

Commodities
Code Description
91078 WEATHER AND WATERPROOFING SERVICES
Solicitation Package/Addendums
Type File Name
Package RPQ_PDF-W26001.pdf