Biscayne Shores Pump Station Retrofit Nos. 109 and 110 and MIC Stormwater Pump Station Trash Rack Repair

Agency: Miami-Dade County
State: Florida
Type of Government: State & Local
NAICS Category:
  • 236220 - Commercial and Institutional Building Construction
  • 237110 - Water and Sewer Line and Related Structures Construction
  • 238210 - Electrical Contractors and Other Wiring Installation Contractors
  • 238990 - All Other Specialty Trade Contractors
  • 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
Posted Date: Dec 14, 2023
Due Date: Jan 17, 2024
Solicitation No: 20230197 (MCC 7360)
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page

Solicitation Details - 20230197 (MCC 7360)

Title:
Biscayne Shores Pump Station Retrofit Nos. 109 and 110 and MIC Stormwater Pump Station Trash Rack Repair
Opening Date:
1/17/2024 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. Tasks to be performed includes, but is not limited to the following: • The Biscayne Shores 109 and 110 Stormwater Pump Stations are located on NE 109 Street and NE 110 Street along Bayshore Drive. The retrofit project includes upgrades to both pump stations such as a new roof and floor on 110 pump house, new pumps and generators and replacement of the seawalls. Currently, both stations are tethered electrically to each other. The contractor will install all electrical components and supply FPL service to the newly independent station. The Contractor will install all other miscellaneous items as proposed in the contract plans. • During the entire duration of construction, the contractor must provide and maintain the pumps necessary to continue the existing emergency pumping capabilities for the drainage system servicing the neighborhood. • The Miami Intermodal Center (MIC) Stormwater Pump Station project is located at NW 25th Street and NW 39th Avenue within the roadway median area, in Miami-Dade County. This neighborhood includes mostly commercial and office developments. • The proposed improvements will include the retrofit of the existing trash rack at the Miami Intermodal Center (MIC), Stormwater Pump Station, the preparation of the wet well structure as indicated in plans, furnishing and installing the trash rack, aluminum hatch, MOT, mobilization and other miscellaneous items necessary for the complete and satisfactory installation. LOCATION OF WORK: A. The location of work to be performed under the terms of this Contract shall be as follows: 1. South Bayshore Dr. between NE 109 Street and NE 110 Street. 2. At NW 25th Street and NW 39th Ave., Miami Intermodal Center (MIC). B. The exact location and limits of construction are as shown on the Plans accompanying these Contract Documents.
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. For pump 109 and 110 USL&H coverage as required by law. 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. 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.

Commodities
Code Description
96842 GENERAL CONSTRUCTION
Solicitation Package/Addendums
Type File Name
Package 20230197__Invitation_to_Bid.pdf
Package 20230197__Solicitation_Documents__Vol_1of_2.pdf
Package 20230197__Solicitation_Documents__Vol_2_of_2.pdf
Package 20230197__Plans_PS_109_&_110.pdf
Package 20230197__Plans_PS_at_NW_25_St.pdf

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Follow SABER IDIQ - Hurlburt Field FL Active Contract Opportunity Notice ID FA441724RSABER

Federal Agency

reference number bid opening date and time information conference date & time category

Manatee County

Bid Due: 5/29/2024

Follow Z2AZ--Project Name: Fireproofing Insulation and Rodent Prevention; Project Number: 317VB3257/28; Station Location:

VETERANS AFFAIRS, DEPARTMENT OF

Follow Repair of Asphalt Roadway and Construct New Asphalt Shoulder, South Hangar Road,

DEPT OF DEFENSE

Bid Due: 5/06/2024