Solicitation Details - MCC 7360 RPQ DRM-BBWQ2-2024-R

Back To Search Solicitations

Title:
Biscayne Bay Water Quality Characterization and Pollution Reduction Phase II MDC
Opening Date:
10/23/2024 2:00:00 PM
Announcement Info:
Scope of Work: (Contractor must obtain and submit all permits prior to performing any work). The Biscayne Bay Water Quality Characterization and Pollution Reduction, Phase II, Miami Dade County (MDC) Project Scope of Work for this contract consists of furnishing all supervision, labor, materials, tools, equipment and performing all operations required to construct the work in accordance with the contract documents. Work includes but is not limited to the construction and installation of drainage structures, drainage stormwater treatment systems, regrading swale, miscellaneous drainage improvements, driveway restoration, grading, sodding, and miscellaneous roadway restoration including construction of concrete curb and gutters, and sidewalks where needed, in accordance with the construction plans and specifications. The Contractor shall abide by all conditions set forth on all the approved permits from Federal, State, and Local governments that pertain to this project. The five (5) proposed sites are located at: Project Site #1 - NW 32nd Avenue from NW 99th Street to NW 106th Street The proposed improvements consist of installing one (1) Ecovault structure by EcoSense International and twenty-five (25) SOP Filter Baskets designed to remove solids, Total Nitrogen (TN), Total Phosphorus (TP) and bacteria from stormwater runoff prior to discharge to the Little River C-7 Canal. Project Site #2 - NW 22nd Avenue from NW 94th Street to NW 105th Terrace The proposed improvements consist of installing forty (40) Stormwater Curb Inlet Screens by SOP Technologies and one (1) Jellyfish Filter designed to remove solids, Total Nitrogen (TN), Total Phosphorus (TP) and bacteria from stormwater runoff prior to discharge to the Little River C-7 Canal. Project Site #3 - NW 17th Avenue from NW 89th Street to NW 98th Street The proposed improvements consist of installing one (1) Hydro DryScreen structure and thirty-nine (39) Stormwater Curb Inlet Screens designed to remove solids, Total Nitrogen (TN), Total Phosphorus (TP) and bacteria from stormwater runoff prior to discharge to the Little River C-7 Canal. Project Site #4 - NW 12th Avenue from NW 88th Street to NW 83rd Street, and NW 83rd Street from NW 15th Avenue to NW 12th Avenue The proposed improvements consist of installing forty-four (44) StormBasin filters designed to remove solids, Total Nitrogen (TN), Total Phosphorus (TP) and bacteria from stormwater runoff prior to discharge to the Little River C-7 Canal. Project Site #5 - North Miami Avenue from NW 71st Street to NW 91st Street The proposed improvements consist of installing forty (40) Stormwater Curb Inlet Screens and six (6) Stormwater Filter Baskets by SOP Technologies and two (2) Ecovault structures by EcoSense International designed to remove solids, Total Nitrogen (TN), Total Phosphorus (TP) and bacteria from stormwater runoff prior to discharge to the Little River C-7 Canal. The proposed work must be performed by qualified personnel and in a professional and workmanlike manner in accordance with industry standards and practices. Prospective bidders are required to understand and comply with the insurance requirements related to this project. Requests for project documents will be accepted via email commencing on Monday, September 23, 2024. All requests shall be submitted to [email protected], [email protected], and [email protected] with a copy to [email protected]. A mandatory pre-bid meeting will be held via Microsoft Teams at 11:00AM on Thursday, October 10, 2024. Only bidders attending the mandatory pre-bid meeting will be allowed to bid on project. Bidders attending shall have requested and received documents related to the project. Bidders should be familiar with the documents so that any questions regarding interpretation and/or clarification may be addressed. Any questions regarding interpretation or clarification to project shall be submitted via email to [email protected], [email protected], and [email protected] with a copy to [email protected] . Each such request must be received at least five (5) working days before the submittal date as established in the Project advertisement or as formally amended, in order that interpretation or clarification be issued in the form of written addenda, emailed, mailed or delivered to all prospective Contractors. The Contractor shall submit and turn in (1) labeled and sealed envelope with the completed bid package. The envelope shall contain the “Contractor Bid Documents Submittal Checklist and Proposal” with ALL corresponding items. The envelope is due at the time and bid submission date as stated in this invitation to bid. Bidders may participate on Wednesday, October 23, 2024 at 2:00 p.m. Local Time, at the Stephen P. Clark Center, 111 N.W. 1st Street, 17th Floor, where it will be publicly opened and read aloud by the Clerk. All bids must be submitted in a sealed envelope or container bearing on the outside the name of the Bidder, his address, the number of the project for which the bid is submitted, and the date of opening. Bids will be opened promptly at the submittal deadline. Bids received after the first bid envelope or container has been opened will not be considered. The County shall award the project to the lowest responsive and responsible bidder meeting all requirements. Each bid must be accompanied by a certified check or an acceptable bid bond in the amount not less than five (5%) of the budgeted amount, made payable to the Board of County Commissioners of Miami Dade County, as a guarantee that the bidder, if notified of the project award, shall within five (5) working days, shall execute a Work Order for the Project. Miami Dade County’s “Cone of Silence”, Section 2-11.1(t) of the Code of Miami Dade County, approved by the Board of County Commissioners, specifically prohibits communication in regard to this bid solicitation with County staff except as allowed by the Code. The period covered by the “Cone of Silence” is defined in the code. Bidder shall request bid documents from department as instructed in order to be sent the invite and attend the Microsoft Teams mandatory pre-bid meeting. Only those bidders attending will be allowed to submit bids.
Technical Certification:
General Building Contractor; General Engineering

Commodities
Code Description
96820 BUILDING CONSTRUCTION
96842 GENERAL CONSTRUCTION
Solicitation Package/Addendums
Type File Name
Package MCC_7360_RPQ_DRM-BBWQ2-2024-R.pdf