Solicitation Details - MCC 7360 RPQ 10378771
Back To Search SolicitationsTitle:
MDAD Glass and Glazing Maintenance Repairs and or Replacement Service Contract
Opening Date:
4/23/2025 2:00:00 PM
Announcement Info:
Scope of Work:
(Contractor must obtain and submit all permits prior to performing any work).
The scope of work entails but is not limited to installation, repair and/or full replacement of glass panes, windows, entry doors, mirrors, Plexiglass structures, curtain walls, exterior and interior panels, glass blocks and any other glazing structures at the facilities operated by MDAD. The scope of work also includes application of film (tinted or clear), resealing, caulking, and/or water proofing of various glazing structures.
When the assigned work scope dictates it, the contractor shall produce calculations, drawings, NOAs and/or documentation necessary to obtain permits for the authorities having jurisdiction (AHJs) before initiating any work. In this case, costs associated for the permitting effort shall be compensated. Upon completion of the authorized permitted work, the contractor shall submit copies of the approved final inspections and Certificates of Completion (CC) or Occupancy (CO) issued by the AHJs along with the corresponding invoice.
The awarded contractor is responsible for coordination of the work and obtaining approval from all applicable MDAD entities (i.e. MDAD Landside Operations, MDAD Terminal Operations, and/or MDAD Airside Operations). Preparation of the Maintenance of Traffic (MOT) plans in accordance with MDAD guidelines and/or requirements, Job Hazard Analysis, and/or Safety Plans for each work location as well as all labor, parts, materials, and equipment (i.e., including ladders, scaffolding, and/or lifts) necessary to access and perform the work is the sole responsibility of the contractor. It is also the contractor’s responsibility to fully clean areas following completion of the work as well as proper disposal of removed and/or discarded parts and materials.
All damaged glass must be replaced with same quality and thickness and in accordance with MDAD Design Guidelines. The contractor shall provide temporary interim emergency repairs (i.e., within 24 hours of notification) while glass panes are on order, including caulking, temporary protection of building envelope openings, sealing, water proofing, board-up and water testing in order to prevent water infiltration while new glass is being ordered. All work shall be authorized via Work Orders and shall comply with the following requirements:
1. Observe MDAD product requirements for re-glazing, re-sealing, caulking and water proofing as needed.
2. Work in high traffic areas (i.e., MIA Terminal and Concourses) or any other areas where there is a high volume of people will be done at night between the hours of 10:00 p.m. and 6:00 a.m. Please adjust your unit costs accordingly.
3. The contractor shall notify the MDAD project manager at least 24 hours in advance prior to initiating any work order assignment.
4. All scaffold erecting and fall protection shall be in compliance with OSHA standards 1926.450 through 1926.503.
5. The awarded contractor shall provide all necessary equipment to supply a safe working area environment.
6. When support metal is damaged, order necessary replacement materials before re-glazing.
7. Clean base frame completely following caulk manufacturer’s recommended procedures for proper application.
8. Replace old screws at damaged section being replaced with same quality, corrosion proof kind and secure properly.
9. The contractor is responsible for clean-up and proper disposal of all debris before leaving assigned work areas for the day or night. Contractor must remove and dispose of all broken glass following OSHA as well as any other applicable Codes or standards. Glass debris disposal must also comply with applicable environmental regulations.
10. Remove extra material and equipment from the assigned work area before leaving for the day or night.
11. Remove old caulking and re-seal entire glass being replaced and any deteriorated or damaged supports to prevent water infiltration.
12. When caulking is applied from the interior, 1/4" x 1/4" glazing tape must be installed on the frame leaving a 3/4" area from the DLO to apply the caulking.
13. When caulking is applied from exterior side, use the proper preset gasket to set caulk bite.
14. Inspect new glass for damage and ensure it meets the required standards per specifications before installation.
15. Clean glass per caulk manufacturer’s recommendation.
16. Exterior skylights shall be caulk/re-sealed with Dow Coming 995 silicone structural adhesive sealant or equivalent to be approved by MDAD project manager before application.
17. When glass being replaced is part of an entire section, contractor shall verify that all adjacent units are properly sealed to avoid water penetration. All broken glasses must be replaced in kind.
18. Install new glass following safety regulations and manufacturer procedures.
19. Temporarily secure glass to ensure proper trim fit to allow sealants to cure following manufacturer’s procedures.
20. Clean all surrounding areas, paint trims, and frames to provide a fresh finish.
21. Repair any damages caused by the re-glazing process.
22. The contractor is responsible for performance of a water test after work has been completed in the presence of the MDAD project manager to verify that no water penetration is caused due to improper installation.
23. Provide a one (1) year – no dollar limit-warranty for any defects in materials and installation. Upon warranty activation, the contractor shall immediately perform inspections, repair or replace defective areas.
24. Provide a manufacturer warranty for all glazing materials following installation. The Manufacturer warranty must be in effect for a period of at least one (1) year.
25. Approved brands for film applications include 3M, Courtaulos, Llumar, Madico, Solar Gard and Sungard.
26. All work shall be in compliance with the FBC Chapter 24 Glass & Glazing, ANSI 97.1-1975 and Federal Safety Standard 16 CFR 1201 Category I and II.
This contract shall be for a maximum term of two (2) years. The maximum contract value shall not exceed $550,000.00. Based on these limits, contractors shall provide a Bid Bond at the time of bid submission. The Payment and Performance (P&P) Bond shall be submitted within fourteen (14) calendar days of receipt of the RFA or time extension approved by the MDAD PM. Dedicated Allowance Account: for other unforeseen conditions (permitting, plan revisions, existing utility relocations, utility company service fees), construction changes and for quantity adjustments. The Dedicated Allowance Account is fixed at $50,000.00. Any portion of this fund remaining after all authorized payments have been made will be withheld from Contract Payments, and will remain with the County. If one account has been depleted and funds are available in the other accounts the MDAD PM may use some of the available funds to complete the Project. The P&P bond shall include the entire contract allocation amount of $550,000.00.
The awarded contractor will receive work order(s) based on contractor availability, prior responsiveness, previous performance, urgency of the work and any other factor as may be determined by MDAD. It should be noted that this work based RPQ is for on-call emergency/priority services and MDAD does not guarantee that selected contractor will be issued the total estimated amount of $550,000.00.
Selected contractor must agree to respond to an emergency/priority call within two (2) hours of first contact from MDAD 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 MDAD's schedule for completion. The definition of an adequate response shall be determined at MDAD's sole discretion on a case-by-case basis. Once a contractor has responded within two (2) hours, MDAD 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 (2) consecutive times within two (2) hours of being contacted for work may result in the termination of the contract by default which will result in unsatisfactory performance evaluation that may jeopardize the possibility of receiving additional contract awards by Miami-Dade County.
Once a site visit is scheduled and attended by the Contractor, MDAD 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 10 business days after the site meeting with a detailed scope of work to be performed and its cost breakdown. MDAD, 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 MDAD 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. MDAD reserves the right to suspend non-compliant contractors from participation in the MDAD/MCC 7360 Work-Order Based program.
Glazing work/repairs will be required throughout all facilities operated by the MDAD. Therefore, the selected contractor and their employees must comply with all MDAD security requirements including background checks, security badges, specialized aviation-related insurance requirements, etc. MDAD may, at its sole discretion, consider making these security-related expenses reimbursable.
Contractors must agree to perform all work in accordance with the scopes of work established by MDAD, the MCC 7360 contract’s terms and conditions, all required permits and inspections and all applicable federal, state and local laws, codes and regulations. For the MCC 7360 General Contract Conditions, refer to the following link: https://intrax.miamidade.gov/ciis/TheAmendedStandardConstructionGeneralContractConditions.pdf
LICENSE:
Note: Pursuant to the requirements of Section 10-3 of the Code of Miami-Dade County, selected Contractors must possess a valid, current, and active State of Florida and/or Miami-Dade County contractor's license issued by the County's Construction Trades Qualifying Board and which is consistent with the requirements of their respective trade and the scope of work.
BID BOND AND PERFORMANCE & PAYMENT BOND:
Prospective bidders shall submit a Bid Bond at the time of Bid submission. Bidders may use the Surety Company standard bid bond. Alternatively, a certified or cashier’s check will be acceptable in lieu of the bid bond.
The Performance & Payment (P&P) bond must be submitted, using the contract specified form, within ten (10) working days from receipt of the Recommendation for Award (RFA) or time extension approved by the MDAD project manager. The P&P bond shall be required for the full contract amount. P&P Bond shall be submitted once the low “responsive and responsible” bidder is determined and the Recommendation for Award is issued.
MDAD ENVIRONMENTAL POLICY:
Compliance with the Aviation Department (MDAD)'s Environmental Policy, ISO 14000 certification and Commissioning requirements will be strictly enforced by the MDAD PM. These requirements will be discussed during the mandatory pre- bid conference call. The awarded bidder shall comply with all requirements listed on the project plans, specifications and/or distributed separately following the mandatory pre-bid conference call.
SAFETY:
The awarded contractor is responsible for the safety and security of the job site. Any vandalism, theft, etc. which occurs during the construction time is the responsibility of the contractor. No monetary compensation shall be granted if any of the above occurs. If Contractor opts to hire an independent Security Company, such company is to be properly bonded and insured. Contractors shall provide an established safety program and implementation policy. Contractors’ safety programs shall be reviewed and approved by MDAD post-bid submittal and work orders shall not be issued to any contractor until their safety program is approved by MDAD. Refer to Resolution No. R-1181-18 for more information.
LIQUIDATED DAMAGES:
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), 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, the sum of $75.00 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 MDAD project manager.
SECURITY REQUIREMENTS:
Valid MDAD identification (ID) badges with a U.S. Customs Seal will be required as well as vehicle decals to enter airside. The selected contractor and their employees must comply with all MDAD security requirements including background checks, security badges, specialized aviation-related insurance requirements, etc. MDAD may, at its sole discretion, consider making these security-related expenses reimbursable.
Upon the award, the awarded contractor will have up to sixty (60) calendar days to provide a copy of the security badges with the Customs Seal to MDAD/MPEC Division. If the Contractor fails to secure and provide a copy of the required Badges with the Customs Seal after thirty (30) calendar days following the issuance of the NTP, 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.
UTILITY CLEARANCES & SHUTDOWNS:
The awarded contractor shall be responsible for obtaining all utility clearances and coordinating all utility shutdowns at least 14 working days before initiating any work. Damage to existing equipment, utilities, MDAD or its business partners' property, etc. will be repaired and/or replaced at the contractor's expense. MDAD forms and procedures to obtain utility clearances and/or coordinate shutdowns will be distributed following the mandatory pre-bid meeting.
REQUEST FOR INFORMATION:
All requests for information (RFIs) shall comply with the Cone of Silence, Administrative Order 3-27 and shall be directed in writing to the MDAD project manager with a copy to the Clerk of the Board ([email protected]). The deadline to submit RFIs is no later than five (5) working days before the bid opening date and time specified on the RPQ and Invitation to Bid. MDAD will issue all changes and/or clarifications to the RPQ in writing via an Addendum. Verbal statements made by the County or the Owner’s Representative that are not contained in the RPQ or Addendum are not binding on the County and do not form any basis for a bidder’s response to a RPQ.
MINIMUM QUALIFICATIONS AND EXPERIENCE:
The selected contractor must possess:
1. Contractors must hold a valid license required to perform work in the following trade: Glass Glazing License.
2. As per Resolution No. R-1122-21, Contractors must have a minimum of 5 years’ experience performing work in their specific trade. In the event a new firm is established by executives, supervisors and other senior field staff (key employees) that would have met these minimum experience requirements with a prior firm, MDAD reserves the right to qualify the new firm, based on MDAD’s sole determination and evaluation of the knowledge and prior experience of these key employees employed by the new firm.
3. Contractors must be able to demonstrate that their firm or its key employees, as described above, have experience performing their respective trade within the company’s noted history. Specifically, contractors must submit proof that their respective firms have been regularly and successfully engaged in work related to their specific trade for a minimum of one (1) year. These requirements shall be based on projects completed prior to the submission date. Contact information for projects and/or firms submitted as proof of experience shall be provided by prospective contractors as part of their bid package. MDAD will confirm the listed experience by calling the firms’ owners or representatives. Should such evidence not be satisfactory to MDAD, whose decision shall be final, the submission will be considered non-responsive. The qualifying proof with names and phone numbers shall be submitted in a sealed envelope at the time of bid.
4. Contractors must have a minimum average total score of 3.0 in their Contractor Performance Evaluations in ISD’s Capital Improvements Information System (CIIS). In the event a new firm has been created that does not have evaluations in the CIIS, the firm that previously employed the key employees of the new firm must have had a minimum average total score of 3.0 in the CIIS Contractor Performance Evaluation Module or the new firm must provide, to MDAD’s satisfaction, documentation that the new firm has performed satisfactorily on similar projects within their respective trade. Further, any incidence of project delays in a contractor performance evaluation must be justified to the satisfaction of MDAD.
5. Without limiting the generality of the foregoing, the County may determine that it is in the County's best interest to award the Contract to the next low bidder when the low bidder's existing contractual commitments with the County, in the sole discretion of the County (a) could prevent the timely prosecution of the work requiring competing commitments of site, supervisory or home office personnel, or (b) could present potential conflicts with billing of similar items under existing contracts for similar or related work, or (c) could disfavor competition in the contracting industry in pricing or in the use of personnel or subcontractors.
INDEMNIFICATION & INSURANCE:
Contractor is required to have proper insurance to cover ongoing work on the job site. The Contractor shall furnish certificates of insurance and insurance policies to the Owner prior to commencing any operations under this Contract. Certificates and policies shall clearly indicate that the Contractor has obtained insurance, as required for strict compliance with this specification. Compliance with the foregoing requirements shall not relieve the Contractor from liability under any other portion of this Contract. The Contractor shall be responsible for assuring that the insurance certificates required in conjunction with this section remain in force for the duration of the agreement. See attached for indemnification and insurance requirements.
MANDATORY PRE-BID MEETING:
Since a conference call does not require a physical presence, social distancing practices for COVID-19 are being adhered to. Bidders are still required/responsible for participating in the MANDATORY conference call. Failure to participate in the MANDATORY conference call shall result in the corresponding contractor/company being considered non-responsive. Contractors are extremely encouraged to call 5 minutes before the scheduled meeting time for a roll call. Late arrivals to the conference call shall result in the contractor/company being considered non-responsive.
The conference call will be recorded.
The dial-in instructions for the conference call are described below:
• Dial in: 305-876-8333
• Meeting ID: 5762555
• Passcode/Pin: 5869
The agenda for the pre-bid conference call meeting will be sent to you via email to be used during the meeting. Make sure you receive it, if not, please check your junk email or contact our office.
Bidders are responsible for attending the mandatory pre-bid meeting conference call.
BID BOX:
The bid box is located in the hallway between Rooms B-205 and B-209 in MIA Bldg. 3030, B-Wing, 2nd Floor. If the time clock adjacent to the bid box is unable to stamp the bid envelope due to its thickness, please see Ms. Silvia Perez, Mr. James P. Ferreira or any MDAD representative at MIA Building 3030 to have bid envelopes signed, dated and timed prior to dropping them in the box.
Furthermore, all Pay Items listed in the Bid Form must have a value greater than zero; failure to comply with this requirement will not constitute a curable deficiency and shall render the bid “Non-Responsive”.
The costs for a potential storage container, potential temporary toilets, and potential dumpsters are not reimbursable and if not specifically mentioned in the pay items listed in the Bid Form shall be considered as incidental to one or more of the pay items, and no claim for additional compensation will be allowed, and it shall be assumed that the cost therefore is included in the prices for the various items in the Contract.
Locations for the dumpster will be discussed and determined at the pre-construction meeting.
Bid Documents shall be distributed following the MANDATORY Pre-Bid Meeting (see date and time above). Bid Documents must be submitted in a sealed envelope. The bidder’s name, address, the project name and the RPQ number must be indicated on the outside of the envelope. The sealed envelope shall include, at a minimum, the following documents:
1. Bid price using Bid Form-Attachment 5A.
2. Bid guarantee in the form of a bid bond, certified check, or cashier’s check. Failure to include a bid bond/ guarantee shall render the bid non-responsive.
3. Fully executed Affirmation of Vendor Affidavits and Collusion Affidavit.
4. Any and all applicable Addenda documents (fully executed and dated) issued during the bidding phase.
All potential bidders are hereby notified that failure to submit the completed Bid Form – Attachment 5A reflecting the bid amount and bidder information and/or the bid bond/guarantee will not constitute a curable deficiency and shall render the bid “non-responsive.” Failure to include the Affirmation of Vendor Affidavits, Addendum or other similar forms due with the bid shall be considered curable deficiencies. Bidders will be allowed to cure these deficiencies within deadlines established by MDAD staff.
Prices under Part I of the Bid Form (Pay Items 1 to 61) shall include the cost of labor, all material, hand tools, and the minimum equipment required to accomplish the specified scopes of work. The work includes the removal and proper disposal of selective demolition and waste materials.
Recommendation for Award is contingent to availability of proper funding.
This project is subject to Inspector General (IG) fees and it will be deducted from each progress payment at a rate of one quarter of one percent by the Finance Department. For more information, refer to: http://www.miamidadeig.org/index2.html.
If keys are issued to the contractor, they are responsible for safeguarding the keys. All lost, stolen or damaged keys must be reported in writing with a detailed explanation (when, where and how) to MDAD within 24 hours. A copy of a police report and the case number will be required for lost or stolen keys. Reports must be requested at the police station at Miami International Airport. If it is determined that the key has been lost or damaged due to negligence, liquidated damages may be assessed.
The Contractor shall comply with: (i) Resolution No. R-617-17; (ii) Sections 2-1 (Board of County Commissioners Rule 5.10) and 9-71 through 9-75 of the Code; and (iii) Implementing Order (“IO”) No. 8-8, which established a County policy to incorporate, wherever practical, Green Building Practices into the planning, budgeting, design, construction, operations, management, renovation, maintenance and decommissioning of Public Projects. These sections of the Code together with the IO, are referred to as the “Sustainable Buildings Program”.
The Contractor shall ensure that infrastructure and building public projects coordinate compliance with the Sustainable Buildings Program with the Office of Resilience, including submission of the New Project Form prior to issuance of any procurement solicitations or contracts related to a specific project.
Paint, carpeting, adhesives, furniture and case work shall include low amounts of Volatile Organic Compounds (VOCs).
The vendor shall fully comply with Section 608 of the Clean Air Action, including: implementation of the prohibition on venting ozone-depleting substances (ODS), including chlorofluorocarbons (HFCs); reducing the use and emission of CFCs and HCFCs; maximizing the recapture and recycling of CFCs and HCFCs; and ensuring the safe disposal of CFCs and HCFCs. The vendor shall maintain all required recordkeeping.
DAILY LOG:
CONTRACTOR shall maintain a daily log (report) of activity at job-site. Reports will be submitted to the MDAD project manager upon request. Daily reports shall be submitted to the Construction Supervisor at the stipulated progress meeting(s). FAILURE TO SUBMIT DAILY REPORTS AS STIPULATED ABOVE MAY RESULT IN PAYMENT DELAYS.
Contractor will be responsible for all work until accepted by MDAD. 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 the MDAD. 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 damages. All areas disturbed by Contractor will be repaired and or replaced to original condition as directed by MDAD.
PROGRESS MEETINGS:
The MDAD project manager will schedule and host progress meetings throughout the duration of the project. The contractor shall attend each meeting with major subcontractors, contractor’s project manager, and job superintendent and supplier representatives. Attendants noted above shall cooperate with the MDAD PM to ensure that meetings are held on a timely manner. One of the progress meetings may be designated as a monthly payment requisition review meeting.
PERMITS:
CONTRACTOR is responsible for obtaining all applicable permits and paying all related fees needed to begin and complete all phases of work. It shall be the contractor’s responsibility to ensure that all required regulatory or proprietary permits are obtained prior to commencement of work. Copies of all permits shall be submitted to MDAD PM prior to commencing work. CONTRACTOR is responsible for obtaining all permits and inspections required to complete project. The CONTRACTOR, prior to final requisition for payment, shall obtain and submit a Certificate of Completion and/or Certificate of Occupancy (i.e., if applicable) to the MDAD PM.
CONTRACTOR shall provide all construction administration services and related costs required for all permits and preparation of all required shop drawings, review, field inspections, as-built, change order review, and close out documents, engineering certificates as required
SHOP DRAWINGS AND SAMPLES:
The contractor shall submit two (2) copies of all Shop Drawings, catalog cut-sheets and samples (submittals) required. Samples (as applicable) shall provide full range of manufacturer’s standard colors, textures, and patterns for selection. All color and finish selections must be submitted by the contractor in a single submittal, properly labeled and identified.
AS-BUILTS:
CONTRACTOR shall provide THREE (3) HARD COPIES and/or THREE (3) CAD COPIES on CD of SIGNED and SEALED as-built drawings at completion of work. Use the latest version of CAD compiled format. X-REF files are not acceptable. Final requisition for payment will not be processed without submittal and acceptance of as-built drawings. CONTRACTOR shall maintain updated Red line as-built at the jobsite for review as part of the Monthly Requisition review meeting. All projects must have an As-Built completed, received, reviewed and approved by the Miami-Dade Aviation Department prior to authorizing final payment to the consultant or contractor. As-Built shall be Signed and Sealed by a Professional Land Surveyor or Professional Engineer.
Technical Certification:
Glass / Glazing
Commodities
Code | Description |
---|---|
91447 | GLASS AND GLAZING |
Solicitation Package/Addendums
Type | File Name |
---|---|
Package | MCC_7360_RPQ__10378771.pdf |