Solicitation Details - RPQ No P16115
Back To Search SolicitationsTitle:
Upgrade Pump Station No. 1043 Submersible Pumping Station Without Emergency Generator
Opening Date:
5/21/2026 10:00:00 AM
Announcement Info:
The project consists of furnishing all materials (except those listed in Section 4.00 “Materials and
Equipment Furnished by The Department”), labor, equipment, tools and other facilities and services
necessary for proper execution, testing, and completion of the work required to Upgrade Sewage Pump
Station No. 1043. This includes, but is not limited to, site preparation, demolition work, installation of
new structures, installation of mechanical and electrical equipment, and restoration of impacted areas.
Site preparation may require clearing and grubbing prior to demolition and construction work.
The Contractor shall provide uninterrupted by-pass pumping capabilities to have a flow and head
capacity equal to or greater than the proposed pumps for the existing pump station flows during all
construction time and until the new pump station is completely operational, tested, and accepted by the
Owner and regulatory agencies (see by-pass requirements on Section 8.00 “Measurement and
Payment”). The Contractor shall also be required to design, obtain approval, implement, and maintain a
Maintenance of Traffic Plan (MOT) during construction activities, as required.
Demolition work includes, but is not limited to: remove and properly dispose of all internal components
on the existing wet well and dry well, including but not limited to pumps, piping, valves, fittings, ladders,
metal platform, electrical equipment’s exhaust fan, sump pump and miscellaneous items; Contractor to
remove the existing SCADA/RTU Panel and Antenna as identified on plans. Coordinate with Miami-
Dade Water and Sewer Department (MDWASD) for the salvage of any other material and/or equipment
in addition to the mentioned above. Contractor shall make arrangements with FPL to install a temporary
service, coordinate to install new underground service, and relocate transformer; demolition of existing
pump station control panels and other electrical equipment, as for example the meter base, disconnect
devices, pullout and junction boxes, and all related conduits and wiring inside and outside the structure;
demolition of existing above ground access structure (including exhaust) on top of the dry well and the
wet well; demolition of existing wet well and dry well top slab; demolition of intermediate metal platform
inside the dry well, including railing, grating and ladder; demolition of approximately 30 linear feet of an
existing 8-inch ductile iron pipe (DIP) force main; removal of existing pump station appurtenances, such
as the backflow preventer and emergency pump off (EPO) by-pass; sod/grass, and all other items
deemed necessary to be removed for the successful installation of the new proposed pump station. The
Contractor shall perform various cores on the existing structure for the new piping and electrical
conduits as identified on plans. The Contractor shall perform asbestos testing. Electrical equipment
may contain asbestos; once the power is disconnected, the Contractor shall perform an inspection and
collect samples. If asbestos material is encountered, it must be legally removed and disposed of. If the
presence of asbestos is confirmed, asbestos-related work must be carried out by a Florida Licensed
Asbestos Contractor in compliance with OSHA 29 CFR 1926.1101
The Contractor shall furnish and install new equipment and materials such as: partially fill the existing
dry well with flowable fill to be converted to new valve vault; new extended walls, concrete top slab, and
access hatch (double leaf) for new valve vault and new extended walls and concrete top slab for new
wet well with heavy-duty aluminum access (water resistant) hatch (double leaf); new concrete slab and
steps with guard railing surrounding wet well and valve vault; concrete protective coating on all interior
surfaces of the wet well; new duplex 45 HP submersible pumps and related equipment as specified on
plans, all piping, valves, fittings and appurtenances for new pump station discharge and EPO
connection; new 6-inch ductile iron pipe (DIP) EPO piping (approximately 4 LF), new 8-inch ductile iron
pipe (DIP) force main (approximately 30 LF) connecting it to the existing 8-inch force main on site; new
sump pump and its discharge piping at the valve vault; new concrete slab for electrical controls,
facilities, and electrical connection boxes; new backflow preventer and installation of new backflow
preventer; new control panel, new misc. load transformer, electrical service, electric meter, main
disconnect, motor connection box, new SCADA/remote terminal unit (RTU) Panel and antenna,
including mounting structures; New SCADA enclosure; Contractor shall coordinate the installation of the
electrical meter with FPL. new concrete slab for relocated transformer (coordinate with FPL). new
electrical conduits and wiring for power, controls and grounding, including grounding rods; new
concrete driveway; site re-grading and proposed drainage swale; and reconditioning and adapting the
existing wet well’s interior.
The Contractor shall restore sod/grass and all other areas and surfaces impacted during construction
(as required) to maintain the site in equal or better condition as the existing (see construction drawing
C-5 for approximate dimensions and appendix N for landscape improvements). In addition, the
Contractor shall provide start up and testing of the new facilities, and other appurtenant and
miscellaneous items, services and work for a complete, satisfactory and functional installation
This may include dewatering and disposal of product water as needed
Pumping Station 1043 is located at 17630 SW 139th Avenue, Miami, FL 33177, in Section 34, Township
55, Range 39, Miami-Dade County, Florida. The pump station easement is located within Miami-Dade
County. The contractor shall coordinate with Miami-Dade County prior to proceeding any work within
the pump station easement. Contractor shall conform to Miami-Dade County rules and regulations.
The Department reserves the right to issue the Notice to Proceed (NTP) to the Contractor at any time
after the Award Letter has been issued.
The Contractor is also alerted that various "Standards" are used herein for reference and criteria, and
should obtain copies for general use and protection. Abbreviated titles are used throughout these
Specifications and although most of them are widely known, their complete titles are given below in
order to avoid any misunderstanding.
o AASHTO American Association of State Highway and Transportation Officials
o ACI American Concrete Institute
o AISI American Iron and Steel Institute
o ANSI American National Standards Institute, Inc.
o ASTM American Society for Testing and Materials
o AWWA American Water Works Association
o DERM Department of Environmental Resources Management
o EPA (US) Environmental Protection Agency
o FAC Florida Administrative Code
o FBC Florida Building Code
o FDEP Florida Department of Environmental Protection
o FDOT Florida Department of Transportation
o FPL Florida Power and Light Company
o IEEE Institute of Electrical and Electronics Engineers
o ISO International Organization for Standardization
o MDCPW Miami-Dade County Public Works Department
o MDWASD Miami-Dade County Water and Sewer Department (herein Department)
o NEC National Electrical Code
o NEMA National Electrical Manufacturer’s Association
o NFPA National Fire Protection Association
o OSHA Occupational Safety and Health Administration
o PSIP Pump Station Improvement Program
o RER Regulatory and Economic Resources Department
o UFC Uniform Fire Code
o UL Underwriters Laboratories
The above list shall not be considered complete, as there are other "Standards" used; however, in most
cases complete titles have been given.
Wherever "Standards” are indicated herein for reference, the referenced portion shall have the same
force and effect as if it were included, herein, in its entirety, latest revision if the date of publication is
not shown.
The Specifications included in these Contract Documents establish the minimum performance and
quality requirements for materials and equipment with the minimum standards for quality of the
workmanship and appearance. Generally, there has been no attempt to separate the Specification
sections into groups for the work of separate subcontractors, or for work to be performed by the various
trades. Should there be any question as to the interpretation of any particular Specification section or
part of Specification section, such question should be directed to the Department prior to the submittal
of a proposal for the work under this Contract.
Any part of the work which is not mentioned in the Specifications but is shown on the Plans, or any part
not shown on the Plans but described in the Specifications, or any part not shown on the Plans nor
described in the Specifications, but which is necessary or normally required as a part of such work, or is
necessary or required to make each installation satisfactorily and legally operable, shall be performed
by the Contractor as incidental work without extra cost to MDWASD, as if fully described in the
Specifications and shown on the Plans, and the expense thereof shall be included in the applicable unit
prices or lump sum bid for the work
1.02 MINIMUM CONSTRUCTON EXPERIENCE OF THE CONTRACTOR
A. With his bid, the successful Bidder shall submit proof that his/her firm has at least the
minimum successful contract experience as required below for this Contract being bid.
Such proof shall consist of a list of projects completed before the bid date, with the
names and telephone numbers of the owners or representatives the Department can
call and confirm the listed experience.
B. In addition to submittal requirements stated elsewhere, to qualify for work on this
Contract the Bidder shall be experienced in raw sewage pump station construction,
including the installation of submersible pumps, medium voltage electrical power
systems, and standby diesel generators. The Bidder shall also be experienced in the
cutting of concrete structures in selective demolition settings and construction methods
to minimize noise, dust, and other impacts on surrounding residential neighborhoods.
C. The Contractor shall have established, operated, and maintained at least three (3)
successful bypass pumping operations. The Contractor shall have had primary
responsibility for the by-pass operation and the operation shall have been completed
successfully without spills or overflow. Submit experience history with the Bid Package.
A Prime Contractor may bid on the project with a qualified subcontractor who will be
responsible for the bypass pumping operation. The qualifications of the subcontractor
shall be submitted with the bid. The Prime Contractor shall be responsible for having the
qualified subcontractor for the duration of the project, no change to the qualified
subcontractor used for bypass pumping shall be made without the approval of the
Engineer.
D. The Contractor must submit proof that his/her firm can interface with MD-WASD and
familiarity with County guidelines. The ability will be based upon the evaluation of the
Company by “Past Performance Evaluations” (PPE) from the Miami-Dade County
approach including experience in upgrading Pump Station projects under WASD’s
Contracts.
E. The Bidder shall have completed the installation of a minimum of three (3) raw sewage
pump stations in an active Public Right of Way (swale area adjacent to the transited
road) within the last five (5) years meeting the following requirements:
1. Experience shall include the installation of an eight-foot diameter and twenty
(20) foot deep wet well (minimum), valve vault, and sanitary sewer connections
dewatering, and/or commercial divers as well the maintenance of Maintenance of Traffic Operations.
2. Installation of submersible pumps (minimum 45 horsepower).
Technical Certification:
General Building Contractor, Engineering, Underground Utility/Excavation, Pipelines Engineering Contractor
Commodities
| Code | Description |
|---|---|
| 90638 | GENERAL CONSTRUCTION SERVICES |
| 92533 | ENGINEERING SERVICES PROFESSIONAL |
| 96291 | UTILITY LOCATOR SERVICE (UNDERGROUND) |
| 96820 | BUILDING CONSTRUCTION |
| 96842 | GENERAL CONSTRUCTION |
| 96865 | PIPE LINE CONSTRUCTION AND REPAIR |
| 28080 | UNDERGROUND CABLES AND WIRES, SOLID AND STRANDED, |
Solicitation Package/Addendums
| Type | File Name |
|---|---|
| Package | RPQ_No_P16115.pdf |