Florida Bids > Bid Detail

Stormwater Pump Stations and Control Structures Improvements

Agency: Miami-Dade County
Level of Government: State & Local
Category:
  • 43 - Pumps and Compressors
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD10865687938506191
Posted Date: Mar 21, 2024
Due Date: Apr 24, 2024
Solicitation No: 20230219 (MCC 7360)
Source: https://www.miamidade.gov/apps...

Solicitation Details - 20230219 (MCC 7360)

Title:
Stormwater Pump Stations and Control Structures Improvements
Opening Date:
4/24/2024 2:00:00 PM
Announcement Info:
Work under this Contract includes furnishing of all supervision, labor, materials, tools, equipment and performing all operations required to construct the Work in accordance with the Contract Documents. Scope of Work per Site 1. Arch Creek Phase 1 and 2 Pump Stations: This task includes work on two (2) stormwater pump stations located at NE 18 Ave and NE143 St and NE 14 Ave and NE 144 St. Work includes the installation of three (3) telemetry sensors and integration into the existing SCADA system. 2. Belen Phase 1 and 2 Pump Stations: This task includes work on two (2) stormwater pump stations located at SW 127 Ave and SW 6 St and SW 120 Ave and SW 6 St. Work includes the installation of three (3) telemetry sensors and integration to the existing SCADA system, and installation of new louver windows with extraction capabilities in the pump control room at each pump station. 3. Rucks Park Stormwater Pump Station: This task includes work on one (1) stormwater pump station located at NE 4 Ave and NE 139 St. Work includes the installation of three (3) telemetry sensors and integration to existing SCADA system, installation of a new access door and new louver windows with extraction capabilities for the pump room, installation of a new louver door in the generator room, a new pump control panel, installation of a fixed swingable access door in the wet well trash interceptor, installation and automation of a new 60 inch sluice gate in the wet well with an actuator. 4. Pump Station at SW 87th Avenue and SW 2nd Street: This task includes work on one (1) stormwater pump station located at SW 87 Ave and SW 2 St. Work includes the installation of three (3) telemetry sensors and integration to existing SCADA system, installation, and automation of a new 24-inch sluice gate in the wet well with actuator. 5. Ludlam Glades Water Control Structure: This task includes work on the Ludlam Glades Water Control Canal Structure located at 6398 SW 80 Street. Work includes the replacement of one (1) actuator and converting the existing electric power source from 120V single phase to 240V three phase, coordination with FPL is required for all electric power connection. In addition, installation of three (3) telemetry sensors and integration to the existing SCADA system. 6. Sunswept Isles Water Control Structure: This task includes work on the Sunswept Isles Water Control Canal Structure located at 2445 NE 207 Street. Work includes converting the existing electric power source from 120V single phase to 240V three phase, which includes the installation of underground electric power cables from the primary lines at approximately 900 Feet to the East along NW 207 St. In addition, the installation of three (3) telemetry sensors and integration into the existing SCADA system.
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: Certificate of Competency as a General 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; or Certification, as a General Contractor, provided by the State of Florida Construction Industry Licensing Board, pursuant to the provisions of Section 489.115 of the Florida Statutes. EXPERIENCE: 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: 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: 1. Worker’s Compensation Insurance for all employees of the Contractor as required by Florida Statute 440. 2. Commercial General Liability Insurance in an amount not less than $1,000,000 per each occurrence, and $2,000,000 in the aggregate, not to exclude Products & Completed Operations. Miami-Dade County shall be included as additional insured. 3. 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. 4. Umbrella or Excess liability providing excess coverage over underlying(s) B and C for a minimum $3,000,000 each occurrence/aggregate. Terms to be not more restrictive than underlying coverages. 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 or the company must hold a valid Florida Certificate of Authority as shown in the latest “List of All Insurance Companies Authorized or Approved to Do Business in Florida” issued by the State of Florida Department of Financial Services. Or the company must hold a valid Florida Certificate of Authority as shown in the latest “List of All Insurance Companies Authorized or Approved to Do Business in Florida” issued by the State of Florida Department of Financial Services.

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 >