Solicitation Details - MCC 7360 RPQ MDFR-841-VAR-RW
Back To Search SolicitationsTitle:
HMGP ROOF WINDOWS AND DOORS STATIONS 11 45 47 58 60 61
Opening Date:
5/15/2025 10:00:00 AM
Announcement Info:
Scope of Work:
(Contractor must obtain and submit all permits prior to performing any work).
CONTRACTOR TO PROVIDE THE NECESSARY PERMITS, MATERIALS, EQUIPMENT AND LABOR TO ACCOMPLISH THE FOLLOWING:
The project stations consist of the following:
Fire Station #11 located at 18706 NW 27 Avenue, Miami Fl. 33056. MDC Permit Process #C2024159966
Fire Station #45 located at 9710 NW 56 Street, Miami FL. 33178. MDC Permit Process # C2024159817
Fire Station #47 located at 9361 SW 24 Street, Miami FL. 33165. MDC Permit Process #C2024120032
Fire Station #58 located at 12700 SW 6 Street, Miami, Fl. 33183. MDC Permit Process #C2024159942
Fire Station #60 located at 17605 SW 248 Street, Miami FL. 33031. MDC Permit Process #C2024159517
Fire Station #61 located at 15155 SW 10 Street, Miami, Fl. 33194. MDC Permit Process #C2024159964
INTRODUCTION TO SCOPE OF WORK
The Contractor to provide all labor, material, transportation, and equipment and perform all operations associated as required to achieve the completion of the project requirements as follow:
The work in general consists of the complete replacement of the exterior windows & doors, roll-up overhead doors, and entire roof replacement. The proposed new windows, and doors are to be Miami-Dade County approved Level-E Impact Resistant with current NOA’s, per the bid set drawings by Silva Architects. The scope is inclusive of removing the existing windows and doors with all the ancillary accessories, i.e., Kantech security card access reader systems, door sensors, electric door strikes, doorbell, signage, wall louvers and all existing door hardware & lock systems to be replaced with new (refer to plans and specs for details in window, door and louver schedule).
All repairs such as drywall, stucco, painting, shutter removal, and window shades removal and reinstallation work associated with the new windows and doors replacement are to be included in bid. Existing exterior roll-up garage overhead doors are also to be removed and replaced with county approved systems meeting the current Florida Building Code wind load calculations. The low slope (flat) and slope roof (pitch) roofing systems will consist of complete tear off, to the structural deck, and replaced with a current new system. (refer to plans and specifications for details)
*********************************************************************************************************************************************************
WINDOWS AND DOORS REPLACEMENT: STATIONS #11, #45, #47, #58, #60, #61
The scope is inclusive of removing the existing windows & doors with sealants and all the ancillary accessories accompanies, i.e., Kantech security card access reader systems, existing hurricane shutters, door sensors, electric door strikes, all existing door hardware & lock systems to be replaced with new (refer to plans and specs for details in door schedule remarks), etc. The proposed new windows & doors are to be Miami-Dade County approved Level E Impact Resistant with current NOA’s, per the bid set drawings by Silva Architects. The following window and door manufacturers YKK AP or approved equal as noted on the plans.
E-Level Glass: Contractor shall submit a Request for Information (RFI) during the bid process for an approved equal alternate acceptance from MDFR and the Architect of Record. Contractor will be responsible for A/E cost related to the plan revision, calculations, and permit revision. Contractor is responsible to pay for all permit fees and subcontractors permit fees associated with this project.
EXISTING OVERHEAD GARAGE DOOR (OHD) ROLL-UP DOORS: STATIONS #11, #45, #47, #58, #60, #61
Station 11: Quantity four (4). Contractor to V.I.F. dimensions and quantities.
Station 45: Quantity three (3). Contractor to V.I.F. dimensions and quantities.
Station 47: Quantity two (2). Contractor to V.I.F. dimensions and quantities.
Station 58: Quantity four (4). Contractor to V.I.F. dimensions and quantities.
Station 60: Quantity four (4). Contractor to V.I.F. dimensions and quantities.
Station 61: Quantity four (4). Contractor to V.I.F. dimensions and quantities.
Contractor to provide all labor, material, transportation, and equipment and perform all operations associated with the removal of the OHD. Contractor to follow and comply with the requirements listed on the RPQ and contract project plans.
Existing roll-up doors and associated accessories including motors to be removed and replaced with new Miami-Dade County approved systems meeting the FBC current wind load calculations.
Manufacturer: As noted on the construction documents. Contractor shall submit a Request for Information (RFI) during the bid process for an approved equal alternate acceptance from MDFR and the Architect of Record. Cornell Heavy Duty Rolling Overhead Door Model: 610, Non-Insulated
Motor: Right or Left hand depending on the existing station current location and controls.
Door Operator: RHX – Heavy Duty, ¾ HP, 115/208/230V 1 Phase 60 Hz, Hoist, Photo-eyes Reflective (Monitored) Brake.
Bottom Bar: Double Angel, Steel, PGP RAL, 3002 Carmine Red, Electric 2 wire with CoilCord (Non-Monitored), Slide Lock Both Jambs, Coil Side.
Guide: Steel, PGP RAL, 3002 Carmine Red, Double Flared Entry
Hood: Octagon, Steel, PGP RAL, 3002 Carmine Red
Bracket: Steel PGP RAL, 3002 Carmine Red
Miscellaneous: 100,000 Cycles, Heavy Duty Bearings.
• Each station overhead roll-up door shall be provided with two (2) dual button remote transmitter. (2 remote transmitters per roll-up door).
• Each station overhead roll-up door shall be provided and installed with one (1) Receiver
• Contractor to properly remove and disposal of existing overhead door
• All existing wiring to be reconnected and function properly.
• Contractor to maintain the safety sensors on the existing doors and reconnect to the new doors.
• Contractor to remove existing door contacts and reconnect the door contacts to function properly.
******************************************************************************************************************************************************
LOW SLOPE ROOFS: STATIONS #11, #45, #47, #58, #60, #61
Furnish and install a new minimum three (3) ply reflective surface, built up roof system energy star compliant with a reflective finished surface. White Cool Roof System is mandatory to comply with County Ordinance.
Acceptable roofing manufacturers for use include GAF, Polyglass, Suprema, or John Mansville.
Roofing Contractor must be an approved Master, Master Select, Quantum Select or approved equivalent installer. A current valid certification from the selected manufacturer showing proof must be submitted with bid documents at time of bid submission. Failure to provide at time of bid will be considered as non-responsive and bid will not be accepted.
• FIRE STATION #11, #45, #47, #58, #60, #61: Contractor to include 400 square feet of new decking/sheathing and 200 lineal feet of sub-fascia and 100 square feet of soffit area where damage is found and as needed or applicable for this herein noted fire station. Repairs to be in accordance with the FBC and existing roofs are to be brought up to current existing codes as applicable. If additional woodwork herein mentioned is not used during re-roofing MDFR will request a (credit-change order) from contractor on the particular items not used inclusive of labor, material and equipment. Dimensions and specifications indicated on the subject project contract drawings, shall be field verified by the contractor.
• Contractor responsible for their own field dimensions for bidding purposes.
• Contractor can reference Eagle View attached as assistance with dimensions.
• Base sheet: Minimum one (1) ply or more of approved self-adhered product.
• Interplay: Minimum one (1) ply or more of approved self-adhered product.
• Cap Sheet: One ply of or approved equal torched applied.
• Contractor to install an average of R-30 tapered insulation in the low slope roofs, including tapered cricket areas.
• Contractor to remove and dispose of the existing roofing system down to the existing building deck.
• Contractor to waterproof the top side of all exterior eyebrows’ overhang if applicable, according to the project construction documents.
• Contractor to provide a stainless steel 304 continuous coping cap and properly flash and caulk all seams. Contractor to provide sample for MDFR (Owner) review and selection before purchasing, ordering, and installation, where existing coping cap occurs to match existing.
• Remove and replace existing roof access hatch with new, to match existing.
• Contractor to remove and replace existing internal roof drains including the hubs and strainers, with new to match existing.
• Contractor to remove and reinstall all roof top A/C condensate lines on existing roof.
• Furnish and install roof system approved walk pads around all roof mounted equipment and roof access hatch.
• In the event “Roof Drain Calculations” recommends for the Primary Scuppers and or Emergency Overflow Scuppers need to be relocated, enlarged and or modified in any way shape or form to comply with the minimum code requirements; it’s the contractor’s responsibility to comply with the latest Florida Building Code (FBC) requirements at No additional charge to MDFR. All work associated with roof drains, such as blocking up the existing exterior scupper openings and subsequent removal of wall stucco and paint to match existing, will be the responsibility of the contractor at No additional cost to MDFR.
• Contractor to paint with elastomeric paint the top and inside wall of all parapet walls.
• Contractor to remove existing gutters, scuppers and emergency scuppers and reinstall according to the permitted plans and per code, to include the installation of tapered insulation and crickets where needed and required.
• Contractor to properly flash all roof top penetrations including but not limited to Mechanical Exhaust Vents Hood Systems, roof top units and Vent Thru Roof (VTR), electrical conduits etc. according to the approved Manufacturer recommendations and specifications.
• Contractor, as part of the project shall be required to retrofit, if required, all roof curb heights per the latest Florida Building Code. In the event of the new roof system requires existing curbs to be raised to comply with FBC minimum height and/or replaced due to its deteriorated. The contractor is responsible to supply and install the new curbs, and MDFR will be responsible for the removal and reinstallation of the roof units. Contractor to provide and install mechanical unit fasteners and straps.
• Existing scuppers, downspouts, gutters, and leader heads to be removed and replaced with new stainless steel including downspout straps. Stainless steel to be minimum type 430 fabricated from minimum 18ga. Contractor to patch and paint existing holes as a result of gutter/downspout removal.
• All roof counter flashing shall be in stainless steel product. To include ALL NEW counter flashing around ALL roof top equipment.
• Contractor to provide 1-piece stainless steel counter flashing.
• Contractor will be required to install new stucco, finish to match existing wherever necessary should damage occur upon removal of the existing flashings or other.
********************************************************************************************************************************************************
SLOPED ROOF (PITCHED METAL ROOF): STATIONS #11, #45, #47, #58, #60, #61
Manufacturer: Englert, Inc., or approved equal.
Product: Series 1300 Panel
Basis of Design: FLORIDA PRODUCT APPROVAL #FL 11727.7 R15.
• Contractor responsible for their own field dimensions for bidding purposes.
• Contractor can reference the attached Eagle View as assistance with dimensions.
• The work shall be sequenced as necessary to coordinate the work of all subcontractors and suppliers in the most effective manner to diligently complete the work and meet the project schedule as well as the Contract completion deadline.
• Contractor to submit the permitting package to MDFR Construction Manager for acceptance prior to permitting.
• Contractor to remove and dispose of the existing roofing system tile down to the existing building deck.
• Contractor to remove and replace all existing metal drip edge.
• Contractor to include 400 square feet of new decking/sheathing and 200 lineal feet of sub-fascia and 100 sqft. of soffit area where damage is found and as needed or applicable for each individual station specified within this RPQ. Repairs to be in accordance with the FBC and existing roofs are to be brought up to current existing codes as applicable. If additional woodwork herein mentioned is not used during re-roofing MDFR will request a (credit-change order) from contractor on the particular items not used per each individual station, which will be inclusive of labor, material, and equipment. Dimensions and specifications indicated on the subject project contract drawings, shall be field verified by the contractor.
• The contractor shall notify the MDFR Construction Manager immediately of any deviations or conditions encountered which are contrary to those indicated on the project contract documents and drawings. Failure to make notifications shall place responsibility upon the contractor to carry out the work in a satisfactory and workmanlike manner.
• Each individual station, which will be inclusive of labor, material, and equipment. Dimensions and specifications indicated on the subject project contract drawings, shall be field verified by the contractor.
• Failure to make notifications shall place responsibility upon the contractor to carry out the work in a satisfactory and workmanlike manner.
• Should additional woodwork roof repairs during the course of the work exceed the allowances specified, the contractor is to notify MDFR Construction Manager and obtain approval prior to proceeding.
• Contractor is responsible for any and all field measurements required to perform the scope of work herein attached.
• Contractor to secure and make watertight all exposed sections of roof removed daily to prevent water infiltration.
• Contractor is responsible for any damages and repairs to the interior of the fire station as a result of water infiltration during the course of the reroofing.
The metal roof shall comply with the following performance requirements:
1- Structural performance: Provide metal panels systems capable of withstanding the effects of the following loads, based on testing according to ASTM E1592:
• Wind Loads: Latest Florida Building Code.
2- Wind Uplift Resistance: Provide metal roof panel assemblies that comply with UL. 580 for wind –uplift resistance class indicated.
• Uplift Rating: Latest Florida Building Code.
3- Thermal Movements: Allow for thermal movements from ambient and surface temperature changes by preventing buckling, opening of joints, overstressing of components, failure of joint sealant, failure of connections and other detrimental effects. Base calculations on surface temperatures of materials due to both solar heat gain nighttime-sky heat loss.
4- Standing –Seam Metal Roof Panels
• Provide factory-formed metal roof panels designed to be installed by lapping and interconnecting raised side edges of adjacent panels with joint type indicated and mechanically attaching panels to supports using concealed clips located under one side of panels. Include clips, cleats, pressure plates, and accessories required for weathertight installation.
• Steel Panel Systems: Unless more stringent requirements are indicated, comply with ASTM E1514.
5- Integral –Standing- Seam Metal Roof Panels
• Formed with integral ribs at panel edges and a flat pan between ribs; designed for sequential installation by mechanically attaching panels to supports using concealed clips located under one side panels and lapping and interconnecting side edges of adjacent panels.
A) Approval equal present and accepted by MDFR prior to bid.
B) Zinc alloy coated steel sheet complying with ASTM A792/A792M, class AZ50 (AZM150) coating designation; structural quality. Pre-painted by the coil-coating process to comply with ASTM A755/A755M.
C) Nominal Thickness: Per Florida Product Approval.
D) Color: Silver #1 (Premium Color) and/or color as selected by MDFRD (Owner) from Manufacturer’s full range
*********************************************************************************************************************************************************
SHOP DRAWINGS: STATIONS #11, #45, #47, #58, #60, #61
Contractor to submit Shop Drawings for acceptance by MDFR and the Architect of Record, prior to any purchasing, fabrication or ordering materials and installation, as well as Notice of Acceptance NOA or Florida Product Approval. The awarded contractor shall provide (5) copies of the proposed Shop Drawings with calculations for review and approval no later than 30-days after receipt of Contract Award & Purchase Order.
Shop Drawings consists of the following:
• Windows, Doors, Storefronts & Louvers
• Roofing (low and sloped roofs)
• Roofing components, i.e., gutters, downspouts, leader-heads, etc.
• Overhead Garage Roll-up Doors, Components & Controls
• Roof Hatch
• Door Hardware
********************************************************************************************************************************************************
PERMITS: STATIONS #11, #45, #47, #58, #60, #61.
1. Permits are to be required for all stations listed in the RPQ and the Contractor is to include the associated permit and processing costs in their proposal. Dry-run has been approved, Change of contractor must be completed by the awarded Contractor.
2. Contractor to acquire permits from the respective authorities having jurisdiction. Contactor to submit the required plans to the Authority Having Jurisdiction for permitting where required, i.e., permit, revision, shop drawings, etc. Contractor is full responsible for inspections and reinspection fees. Roofing contractor shall prepare all necessary roofing plans with ALL required calculations and submittals for permitting process and include associated permit costs in their proposals.
The work includes, but not limited to:
Electrical/Low Voltage - Contractor to provide and install All Electrical work associated with the proposed project contract drawings for the windows & doors and overhead door replacements. Contractor shall be familiar with the project contract drawings as well as the project site. All Electrical installation work shall comply and meet All standard requirements of the NEC, FBC, and any other applicable Federal, State, and local codes.
********************************************************************************************************************************************************
WARRANTY / GUARRANTY REQUIREMENTS STATIONS #11, #45, #47, #58, #60, #61
LOW SLOPED ROOFING (FLAT): Contractor shall provide MDFRD with a station specific 30-year NDL (No Dollar Limit), minimum, product guarantee from the specified roof manufacturers prior to final invoice payment and close-out of the project. The guarantee must cover leaks in the roof membrane and composition base flashing due to defects in the materials and workmanship. This warranty is to become effective upon both manufacturers final inspection approval and submission of final reports by roofing manufacturer and final roofing Inspection by the AHJ. Contractor is to provide an interim manufacturer representative inspection report from the roofing manufacturer during the installation process. Contractor MUST notify MDFRD Construction Manager in writing minimum of (3) days in advance of manufacturer initial, mid and final inspection in order for MDFR Construction Manager to be present at the manufacture scheduled inspections. Contractor to provide a copy of the manufacturer inspection report to MDFRD Construction Manager within (3) days of receiving report from Roofing Manufacturer. Final payment cannot be issued until all warranties are received.
SLOPED ROOF (PITCHED METAL ROOF): Contractor shall provide MDFRD with a station specific 20-year NDL (No Dollar Limit), minimum, product guarantee from the specified roof manufactures prior to final invoice payment and close-out of the project. This warranty is to become effective upon both manufacturers final inspection approval and submission of final reports by roofing manufacturer and final roofing Inspection by the AHJ. Final payment cannot be issued until all warranties are received.
LABOR WARRANTY: Contractor to provide on their company letter a three-year (3) labor warranty related to roof leaks, membrane delamination, counterflashing, waterproofing, for both the sloped and pitch slope roofs prior to final payment. This warranty shall become effective upon the final roofing approval inspection by the AHJ issued permit. Final payment cannot be issued until all warranties are received.
GENERAL NOTES, REQUIREMENTS, AND CONDITIONS
It is the intension of the Contract Project drawings “Window & Doors Replacements and Reroofing” that all materials be used in the manner intended by the manufacturer, and that all work be performed by the standards adopted by appropriate trade associated. To this objective, where a particular system, product, material or services is specified, the applicable current standard specifications or recommendations of the manufacturer are thereby incorporated.
As part of the project requirements to install the new windows and doors, all existing hurricane shutters to be removed and set aside, only where new windows and doors are to be replaced. Contractor to coordinate with MDFR Construction Manager and deliver at a later time to a location at MDFR Headquarters in Doral, FL., or County Store in Doral, FL.
If work is required to be performed during non-scheduled off hours and/or weekends as necessary to meet the project schedule or sequence of the work, it shall then be performed by the contractor at no additional cost to owner (MDFR).
If contractor disturbs any existing adjacent areas and interior spaces such as interior/exterior walls etc., during the course of the project, they shall then repair or replace as needed to match existing or bring back to its original conditions.
Contractor to patch and paint the walls where the existing shutters are removed, to match existing wall conditions.
As part of the project requirements to remove and install the new windows and doors, the contractor shall remove and re-install all existing interior windows and door shades after the installation of the new windows and doors. Contractor shall carefully and temporarily store the existing product during removal. Contractor is responsible for any damage of the existing shades as a result of the removal and re-installation.
All construction related debris shall be removed by the contractor daily, as construction debris piling WILL NOT be allowed unless properly placed in a construction dumpster. Construction dumpster will be used for loose debris and construction waste materials unless contractor removes the construction debris daily and immediately after each construction phase. The stations grounds both during and after construction shall be clean of ALL related construction debris including nails, scrap materials, etc. Contractor is responsible and shall include the dumpster(s) and /or debris removal (hauling) as part of their project bid.
Contractor storing of materials will only be allowed by contractor written request and the MDFR Construction Manager written approval. If the grounds are used for storing material, equipment, working area, etc., contractor shall return grounds, grass areas or existing asphalt areas to its original conditions; this includes any damage occurred during the construction phase process.
Contactor shall be responsible for the removal and reinstallation of the storefront doorbell and signage.
Contractor shall provide and install new 6” high building address number on the new storefront.
Contractor to paint all exterior metal doors as well as new exterior fascia board that may be required to be replaced as part of the project.
Storefront door shall have electrified panic hardware and hinges. All other exterior doors shall have electric strike hardware as part of the contract. Storefront hardware manufacture: Von Duprin. Metal door manufacturer: Daybar.
Contractor shall be responsible for the storage and protection of materials & equipment’s. Contractor shall provide barriers/ barricades, etc., as necessary to prevent entry and protect construction employees/personnel at all times. Contractor shall be responsible for all safety precautions and accident preventive provisions of OSHA and all applicable safety codes; Including no claims shall be made against (MDFR) by reason of any act of an employee or trespasser.
Contractor is responsible for all interior and exterior walls repair and paint as required, based on the windows, doors and window shade removal, at the cost of the contractor, including cost of paint and labor to match existing paint colors.
Contractor shall be responsible for removal of existing security card access systems at all exterior doors and reinstallation required for a complete working system.
If the contractor disturbs any existing adjacent areas and interior spaces such as interior & exterior walls etc., during the course of the project, it shall then be repair or replace as needed to match existing or bring back to its original conditions.
The work shall be sequenced as necessary to coordinate the work of all subcontractors and suppliers in the most effective manner to diligently complete the work and meet the project schedule as well as the Contract completion deadline.
Contractor and their employees are not allowed inside the fire stations for any reason other than emergency purposes, therefore the contractor shall consider portable toilets and include mandatory weekly cleaning services, until the project is considered Substantial Completed by the MDFR Construction Manager.
MDFR emergency vehicles have the Right-Of-Way at all times. Contractors are not to block or interfere with MDFR daily fire station operations.
Contractor is responsible and required to comply with all requirements according to the Miscellaneous Construction Contractor MCC-7360-0/07.
Safety and Security Precautions – All on-site contractor’s personnel, shall have identification and or company business attire according to the rules and regulations set by the Miscellaneous Construction Contract 7360-0/07.
Environmental Protection – Contractor shall be responsible for the prevention of environmental pollution including but not limited to: Dust control protection barriers to protect and seal off with visqueen plastic all adjacent interior spaces; etc., as a result of construction operations under this project contract.
Air Scrubbers, if needed, at the request of the MDFR Construction Manager, shall be delivered, provided and installed at the cost of the contractor, for at each Fire Station, should water intrusion occur by fault of the contractor during the construction reroofing and window/door replacement work.
Technical Certification:
General Building Contractor; Roofing Contractor; Glass / Glazing
Commodities
Code | Description |
---|---|
91447 | GLASS AND GLAZING |
96820 | BUILDING CONSTRUCTION |
96842 | GENERAL CONSTRUCTION |
770 | ROOFING |
Solicitation Package/Addendums
Type | File Name |
---|---|
Package | MCC_7360_RPQ_MDFR-841-VAR-RW.pdf |