Solicitation Details - TP-0000032176
Back To Search SolicitationsTitle:
DTPW A/C Replacement Coral Way Bus TRB and Garage
Opening Date:
10/29/2025 2:00:00 PM
Announcement Info:
Contractor must obtain and submit all permits prior to performing any work.) The Contractor must obtain all permits and submit copies to the Project Manager prior to performing any work and complete all work required to properly commission the equipment described for installation.
A. The Scope of Work for this project includes, but is not limited to, furnishing all labor, A/C units, material, equipment, and crane services necessary for the replacement of (17) rooftop A/C units at Miami Dade Transit Coral Way Bus Facility 2775 S.W 74 Ave. Miami FL 33155. Folio: 30-4014-010-0020
B. Contractor shall be responsible for restoring any damages to the existing finished surfaces and building components caused by the execution of this work.
Replace (17) various old Coleman Rooftop Package Units from 7.5 to 15-ton size on existing curbs and with curb adapters as required. With new Tempmaster/JCI type units to match.
Each new unit to have: 460/60/3, Hinged door panels all-access, factory coil coating condenser coil,
unit mounted non-fused disconnect, condensate overflow switch, phase monitor, motorized damper, heater selection as specified factory wired
and installed. Powered 120-volt convenience outlet on the two 12.5-ton units only.
1. The Contractor must provide and install new motorized outside air dampers on all units as required by the code.
2. The Contractor must provide and install a factory electric heater as specified for the equipment.
3. The Contractor must provide and install new digital, non-programmable, two staged thermostats compatible with new JCI type units.
4. The Contractor must reconnect the system to existing, smoke detector system, and ductwork.
5. The Contractor must pull Mechanical A/C Permit and other required permits and provide any documentation, installation of code
required items, drawings, engineering tie-down or wind load plans as required for permitting. Per Florida State Statute 218.80
requires permit fees to be disclosed, which is part of the contractor’s responsibility as part of the contractors’ bid and MCC 7040
requirements.
6. The Contractor must perform smoke test to comply with Building Department’s requirement for final inspection.
7. The Contractor must provide crane service.
8. The Contractor will be required to dispose of old equipment.
9. The Contractor must supply all roofing and incidental materials to complete work as per code. To include curb to unit sealing with 2”
wide by ½” thick peel & stick Armaflex type curb gasket to be placed in and around all existing curbs.
10. The Contractor must provide and secure unit, curb, and any required curb adapter as per code and provide and install all required
f fasteners and hardware required for installation.
11. The Contractor shall connect to existing wiring and provide any required additional electrical items, flexible conduit, or wiring necessary
to connect new units per code. All ¾” , 1” and 1-1/4” Seal-tight and any existing bell boxes on roof to be replaced furnished and
installed under this contract. Connect all low voltage wiring to A/C units, thermostats, and fire alarm system.
12. The work area must be cleaned daily.
13. Replace all condensation drain traps as needed, with an insulated copper pipe with overflow shut off switch. All units will require
insulated 1” NPT copper lines and copper P-traps. Drains to have from unit, short PVC nipple, PVC union FPT x FPT, copper male
adapter, and copper P-trap and pipe. Furnish and install all necessary parts for condensate drain lines for the new unit connection.
All 1” copper pipes to be a minimum of type M pipe. All copper condensate drains shall terminate indirect to nearest roof drain or
indirect to 2” PVC lines on roof to nearest roof drain. All smaller units 12.5-ton and under shall require insulated ¾” copper lines
and copper P- traps. Furnish all necessary parts for condensate drain lines for the new connection.
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 a General Engineering Contractor, General Building Contractor or as a Specialty Engineering Contractor, commensurate to the requirements of the Scope of Work, in one or more engineering crafts to include Roofing engineering contractor. The specialty contractor shall subcontract with a qualified contractor any work which is incidental to the specialty but is specified in the aforementioned Code as being the work of other than that of the Engineering Specialty for which certified.
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:
1. Worker’s compensation insurance for all employees as required by Florida Statute 440.
2. Commercial General Liability in an amount not less than $300,000 per occurrence, and $600,000 in the aggregate not to exclude coverage for Products and Completed Operations Miami-Dade County must be shown as an additional insured with respect to this coverage.
3. Automobile Liability Insurance covering all owned, non-owned and hired vehicles used in connection with the work, in an amount not less than $300,000 combined single limit per occurrence for bodily injury and property damage.
Commodities
| Code | Description |
|---|---|
| 96842 | GENERAL CONSTRUCTION |
Solicitation Package/Addendums
| Type | File Name |
|---|---|
| Package | TP-0000032176_InvitationTo_Bid.pdf |
| Package | TP-0000032176_Solicitation_Documents_Vol_I.pdf |
| Package | TP-0000032176_Solicitation_Documents_Vol_II.pdf |
| Addendum | TP-0000032176_Addendum_No._1.pdf |
| Addendum | TP-0000032176_Pre-bid_Sign-In.pdf |
| Addendum | TP-0000032176__RFI_No_1.pdf |