Solicitation Details - TP 0000014679 (MCC 7040)

Back To Search Solicitations

Title:
ELIGIBLE TO PARTICIPATE IN THIS RPQ – Kitchen Remodeling in the Breakroom of Palmetto Metrorail Station
Opening Date:
10/11/2023 2:00:00 PM
Announcement Info:
Work includes but is not limited to furnishing all supervision, labor, materials, equipment, tools, permits, and performing all operations necessary for the remodeling of the Lounge room (breakroom) and to provide a temporary lounge room during the remodeling period. Specific work tasks Includes: 1. Demolition and disposal of an existing 88 inches long kitchen cabinets, upper and lower units. 2. Demolition and disposal of approximately 156 square feet of flooring. 3. Painting of the entire room area. 4. Furnish and install: a. Approximately 88 inches of upper and lower cabinets. Cabinets should be outdoor grade, brand Weather Strong from Home Depot or equal. b. New sink, with two-handle water faucet. c. Electric Water heater. d. New dedicated microwave oven electrical outlet. e. New dedicated water cooler electrical outlet. f. New plumbing for sink, water cooler, and electric water heater installation. g. New VCT flooring and a vinyl baseboard 6 inches high. h. Broken drop ceiling titles. i. During the breakroom remodel period, contractor will be required to rent a 32-foot by 8-foot office trailer, complete with a restroom, kitchenette, and air conditioning, for use as a breakroom during the remodel period. Acceptable Manufacturer: Willscot, 5000 NW 72nd Ave, Miami FL 33166. Phone: (305) 592-7379. 5. Work must be warrantee for a period of one (1) year from the final acceptance of the Work. All manufacture’s warranties to be transferred to the County. B. Prior to the NTP, the Contractor and his subcontractors must submit an employee list of names of the workers who will be performing work at the facility to the project manager. DTPW personnel will perform background checks on each of those employees before issuing the required security clearance and provide DTPW badges to those working on the DTPW property. The employee list must include the name, date of birth and Social Security number for clearance. C. If any changes required due to conflict of design and or field conditions, the Engineer would make the final determination. D. The Contractor and all subcontractors, under this Contract, are prohibited from performing any work, other than specified in the Contract and/or directed by the Engineer, within the limits of the project site, without prior written notification to the Engineer. This includes any work for private or commercial entities. LOCATION OF WORK: A. This is a work order driven contract. The locations of work to be performed under the terms of this Contract have been tentatively listed as follows: 1.7701 NW 79 Ave, Medley FL 33166. B. The exact locations and limits of construction are shown on plans accompanying these Contract Documents. The County may update the work site list subsequent to the Award of this Contract by adding, deleting, or substituting with comparable sites. The combined total cost for all work authorized by the Work Order(s) shall not exceed the Contract Award amount.
Technical Certification:
LICENSE REQUIREMENTS: At the time of Bid and pursuant to the requirements of Section 10-3 of the Code of Miami-Dade County, Florida and these Solicitation and Contract Documents, the Bidder must hold a valid, current, and active: a. Certificate of Competency from the County’s Construction Trades Qualifying Board as General Building Contractor or: b. Certification, as a General Contractor pursuant to the provisions of Section 489.115 of the Florida Statutes. EXPERIENCE: 1. The Bidder must demonstrate that it has full-time personnel with the necessary experience to perform the Project’s Scope of Work. This experience shall include work in successfully completed projects performed by the identified personnel whose bulk of work performed in the Public Right-of-Way is similar in detail to the Project’s Scope of Work described in these Solicitation Documents. Demonstrate the experience requirement by: a. Providing a detailed description of at least three (3) projects similar in detail to the Project’s Scope of Work described in these Solicitation Documents and in which the Bidder’s identified personnel is currently engaged or has completed within the past five years. List and describe the aforementioned projects and state whether the work was performed for the County, other government clients, or private entities. The description must identify for each project: 1) The identified personnel and their assigned role and responsibilities for the listed project 2) The client's name and address including a contact person and phone number for reference 3) Description of work 4) Total dollar value of the contract 5) Contract duration 6) Statement or notation of whether Bidder’s referenced personnel is/was employed by the prime contractor or subcontractor, and 7) For completed projects, provide letters of certification of final acceptance or similar project closure documentation issued by the client and available Contractor’s performance evaluations. 2. The County reserves the right to request additional information and/or contact listed persons pertaining to bidder’s experience. INDEMNIFICATION AND INSURANCE REQUIREMENTS: The Contractor shall furnish to Department of Transportation and Public Works, 111 NW 1 Street, Miami Florida 33128, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: A. Worker’s Compensation Insurance for all employees of the Contractor as required by Florida Statute 440. B. Commercial General Liability with products/completed operations for a minimum of$1,000,000 each occurrence $2,000,000 aggregate. Miami-Dade County must be included as additional insured. C. Automobile Liability covering all owned, non-owned and hired vehicles for a minimum of$1,000,000 combined single limit.