Upgrade Chiller Units At William Lehman Center

Agency: Miami-Dade County
State: Florida
Level of Government: State & Local
Category:
  • 41 - Refrigeration, Air Conditioning and Air Circulating Equip.
Opps ID: NBD10865150912777613
Posted Date: Aug 10, 2023
Due Date: Sep 13, 2023
Solicitation No: TP-0000017889 ( MCC 7360)
Source: Members Only

Solicitation Details - TP-0000017889 ( MCC 7360)

Title:
Upgrade Chiller Units At William Lehman Center
Opening Date:
9/13/2023 2:00:00 PM
Announcement Info:
The purpose of this solicitation is to establish a contract for the removal and replacement of (2) existing Trane water cooled 110-ton, R-113, chiller, units with new magnetic bearing water-cooled chillers, (3) new chilled water pumps, and all related controls, (2) new condenser water pumps, hydronic piping, valves, wiring, accessories, including all necessary electrical upgrades to support the replacement as shown on the contract documents including additional goods, services, all permit fees (if necessary), mechanical contractor labor and design, if applicable, engineering and consultant fees, and extended warranty as described herein, for Miami-Dade County (County) on behalf of the Department of Transportation and Public Works (DTPW).
Technical Certification:
LICENSE REQUIREMENTS: 1. 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 Mechanical or a General Engineering Contractor, Air Conditioning Unlimited, or; b. Certification, as a General Contractor or Mechanical Contractor provided by the State of Florida Construction Industry Licensing Board, pursuant to the provisions of Section 489.115 of the Florida Statutes (F.S.), or; 2. Proof of such Certificate(s) must be submitted at the time of initial response and maintained current throughout the contract period. The County may request proof of continued certification at any time during the contract period. Failure to provide such proof within five (5) working days from notification by the County shall result in the removal from the contract and the rejection of any current or future RPQ bid submissions. EXPERIENCE REQUIREMENTS: 1. As per Miami Dade County Resolution R-1122-21, 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 is similar in detail to the Project’s Scope of Work described in these Solicitation Documents. Demonstrate the experience requirement by: 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; or 2. The County reserves the right to request additional information and/or contact listed persons pertaining to the 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. Automobile Liability Insurance covering all owned, non-owned and hired vehicles used in connection with the work, in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. B. Commercial General Liability Insurance in an amount not less than $1,000,000 per occurrence and $2,000,000 in the aggregate, not to exclude Products and Completed Operations. Miami-Dade County must be shown as an additional insured with respect to this coverage. C. Worker’s Compensation Insurance for all employees of the contractor as required by Florida Statute 440. D. Installation Floater on an "all risk" basis in an amount not less than one hundred percent (100%) of the replacement value of the structure(s), equipment and materials. The policy shall list Miami Dade County as a Loss Payee A.T.I.M.A. E. Professional Liability Insurance in an amount not less than $1,000,000 per claim. All insurance policies required above shall be issued by companies authorized to do business under the laws of the State of Florida, with the following qualifications: The company must be rated no less than “A-” as to management, and no less than “Class VII” as to financial strength, by Best’s Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent, subject to the approval of the County Risk Management Division.

Commodities
Code Description
96842 GENERAL CONSTRUCTION

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >