Solicitation Details - MCC 7360 RPQ P20341
Back To Search SolicitationsTitle:
Development Required Infrastructure Policy DRIP Basing 2-10 Water and Sewer Improvements
Opening Date:
3/11/2025 10:00:00 AM
Announcement Info:
Scope of Work:
(Contractor must obtain and submit all permits prior to performing any work).
1.00 SCOPE
For constructing water main and sewer pipeline improvements in the area of Biscayne
Boulevard and NE 18th Street that shall consist of the extension of a water main between
NE 18th St and NE 4th Ave. and the replacement of the existing sanitary sewer gravity pipe
including the installation of new laterals and gravity sewer manholes as shown on the
approved plans. The work shall include, but not be limited to, the relocation of existing
pipes, including existing drainage infrastructure, temporary and permanent road and
sidewalk restoration, implementation, maintenance, and removal of an approved
Maintenance of Traffic Plan, and all appurtenant work for a complete and fully functional
system. All work must comply with local codes, MDWASD requirements, and project
specifications.
Requirements
1. Labor and Materials: The contractor shall provide all necessary labor, materials,
tools, equipment, and services to complete the work as detailed in the contract
documents. This includes but is not limited to, transporting and handling pipe,
fittings, and all other materials from delivery trucks at the job site. Procurement and
installation of all items necessary for properly constructing and completing the
water distribution; sewer collection and drainage systems upgrade due to conflict
with the new sewer system.
2. Water Distribution System: installation of main water supply lines, branch lines,
and service connection to existing water main as shown on plans; furnishing and
installing approximately three hundred thirty one linear feet (331-LF ) of 12-inch
zinc-coated ductile iron pipe ductile iron pipe and fittings for the water main;
mechanical joint restraints as need it; making tapping connections to existing water
mains including furnishing and installing tapping sleeves and resilient tapping valve
to connect to an existing water main as shown on plans; water services and
irrigation service with meter box as shown on plans; corporation stop as shown on
plans; making cut-in connections to existing water mains line as shown on plans;
plug and abandoned in place as shown on plans, remove as need it by mean and
method as shown in plans; making connections to existing water mains; relocate
the main as shown on plans; furnishing and construction flushing valve outlet
assemblies; furnishing and construction air release valve assemblies for water
mains; polyethylene encasement for ductile iron pipe, fittings, valves and
restrainment; removal and salvage of fire hydrant assembly as shown on plans;
crossing under existing storm sewer and gravity sewer main per standard detail
GS 1.5 as shown on plans; relocation of approximately 18-LF of 16-inch water
main and approximately 28-LF of 12-inch water main as shown on plans; including
performing exploratory excavation and protection of existing utilities; removal,
transport, and legal disposal of unsuitable fill materials, including tipping fees,
furnishing and installing additional suitable backfill material, placing and
compacting backfill including fill material where required in the trench; dewatering
permits, all necessary sheeting and shoring including dewatering operations and
furnish all labor, materials, equipment and incidentals required for cleaning,
testing, and disinfecting the water mains; removal of existing asphalt pavement,
sidewalk and sod; removal, transport, salvage, and legal disposal of demolition
material; replacement of traffic loop detection assemblies; traffic control; temporary
and permanent replacement of any pavement, driveways, sidewalk, concrete
median, curb and gutter, sod, landscaping, and pavement markings damaged by
the construction of the Project and all other appurtenant and miscellaneous items
and work including final cleanup necessary for a complete, fully functional, and
satisfactory installation.
3. Sewer Collection System: Installation of sanitary sewer lines, fifteen (14) new
manholes, two (2) refurbished manholes and one (1) drop manhole including main
and lateral lines to serve residential, retail, and restaurant spaces as shown on
plans; furnishing and installing approximately 51-LF of 8-inch PVC C-900; 381 LF
of 12-inch PVC C-900, 256 LF of 16-inch PVC C-900, and 261 LF of 18-inch PVC
C-900 along with 28 LF of 10” DIP; 20 LF of 12-inch DIP, 40-LF of 16-inch DIP and
35 LF of 18-inch DIP (Refer to C-600 from SMH 6 through SMH-20); making a core
drill connection to existing gravity sewer manhole for connection of the proposed
gravity sewage main and including rehabilitation of the manhole and existing
sanitary sewer interceptor as shown on plans; making connections with transition
adapter in gravity main as shown on plans; plug and abandoned in place, remove
as need it by mean and method as shown in plans; construction of sanitary sewer
lateral including cleanout as shown on plans including reconnection of the existing
lateral with the new sewer collection system; crossing under existing storm sewer
and water main per standard detail GS 1.5 as shown on plans; relocation, upgrade
and improve existing storm drainage as shown in plans; including performing
exploratory excavation and protection of existing utilities; removal, transport, and
legal disposal of unsuitable fill materials, including tipping fees, furnishing and
installing additional suitable backfill material, placing and compacting backfill
including fill material where required in the trench; dewatering permits, all
necessary sheeting and shoring including dewatering operations; and furnish all
labor, materials, equipment and incidentals required for cleaning, and testing the
sewage gravity mains; sewage bypass operations with tankering, if required;
obtaining the services of a tapping specialist; removal of existing asphalt
pavement, sidewalk and sod; removal, transport, salvage, and legal disposal of
demolition material; replacement of traffic loop detection assemblies; traffic
control; temporary and permanent replacement of any pavement, driveways,
sidewalk, concrete median, curb and gutter, sod, landscaping, and pavement
markings damaged by the construction of the Project and all other appurtenant
and miscellaneous items and work including final cleanup necessary for a
complete, fully functional, and satisfactory installation.
4. Coordination and Inspections:
a. MDWASD Coordination: The Contractor shall coordinate with MDWASD for
inspections at key stages of construction. All required documentation must be
submitted, and all work must pass inspections before system activation.
Coordination with the private sector shall be managed through the
Construction Manager.
b. Compliance with Standards: The Contractor shall ensure that all installations
comply with MDWASD standards for potable water quality, pressure, flow
requirements, and sewage handling capacity
c. Water Main Disinfection: MDWASD inspectors will be present for water main
relocations to verify that the main is disinfected before installation to prevent
contamination during pipe installation.
d. Sewer Bypass Operations: The sanitary sewer bypass system must be
operated only when needed, and laterals must be reconnected before work
ends each day.
e. Trench Safety: All excavations shall comply with the Florida Building Code, the
State of Florida Trench Safety Act (TSA), OSHA regulations, and other
applicable safety standards.
f. Stormwater Management: The Contractor shall prepare and maintain a
Stormwater Pollution Prevention Plan (SWPPP) in compliance with applicable
regulations.
g. Utility Coordination: The Contractor shall coordinate with utility companies to
identify any conflicts or existing utilities in the work area, including performing
exploratory trenching—modifications and enhancements to the water, sewer,
and drainage infrastructure system.
h. Pre/Post Video Inspection: Pre- and post-construction video inspections of the
system shall be performed and submitted to MDWASD for evaluation and
acceptance.
i. Surface Restoration: The Contractor is responsible for restoring all areas
disturbed by construction, including pavement, sidewalk, curb, gutter,
landscaping, and other surfaces
j. Final Cleanup: The Contractor shall perform a final cleanup of the site to ensure
that it is fully functional and free of construction debris or waste.
Notes:
• Code Compliance: All installations must follow the latest codes and standards as
required by local jurisdictions, MDWASD, and other relevant authorities.
• Modifications to Existing Infrastructure: The Contractor is responsible for any
modifications to existing infrastructure necessary to integrate the new systems.
• Survey Investigation: The Contractor is encouraged to perform a survey
investigation at their own cost to understand site conditions and ensure a complete
and accurate bid.
• Cost Responsibility: The Contractor acknowledges that all costs associated with
dealing with construction issues (including unforeseen conditions, site preparation,
and utility conflicts) have been accounted for in the bid price.
1.01 MINIMUM REQUIREMENTS OF THE BIDDER
CICC 7360 MCC Contracts - Open Competitive Contracts
A. 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 a General Engineering
Contractor or as a Pipeline Engineering Contractor. The
Pipeline Engineering Contractor shall subcontract with a
qualified contractor any work which is incidental to the
pipeline specialty but is specified in the aforementioned
Code as being the work other than that of the Engineering
Specialty for which certified
or
b. Certification, as a General Contractor or as an Underground
Utility and Excavation Contractor, provided by the State of
Florida Construction Industry Licensing Board, pursuant to
the provisions of Section 489.115, Florida Statutes.
B. Experience
1. In addition to the license requirements above, the Bidder must have
a minimum of three (3) years of experience, under its current
business name (which can include the expertise of key supervisory
employees that would man the project), in the construction of
roadway/ horizontal projects of similar scope and scale involving
public right-of-way construction/ installation/ repair/ replacement of
water main distribution systems and/or sanitary sewer main
collection systems, and maintenance of vehicular traffic, supported
by references for three (3) projects completed within the past five
(5) years. Submitted reference Projects must demonstrate that the
Bidder was the Prime Contractor for the referenced Projects
provided.
2. The Bidder or Bidder’s by-pass pumping subcontractor or vendor
must have successfully established, operated, and maintained at
least three (3) by-pass pumping operations. These operations must
include at least one (1) bypass pumping operation that managed
flows from two separate manholes. The Contractor shall have had
primary responsibility for the bypass operation ensuring its
successful completion without any spills or overflow. 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 by-pass pumping shall be made
without the approval of the Engineer.
3. 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:
a. 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 (5) years. List and describe the
aforementioned projects and state whether the work was
performed for the County, other government clients, or
private entities.
For each project listed, the pipe installation shall have been
completed and accepted by the project owner before the bid
submittal date.
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.
4. The County reserves the right to request additional information
and/or contact listed persons about the bidder''s experience.
C. Primary Trade Related Work
1. CICC 7360 MCC Contracts:
a. In accordance with "Issuance of Work Under the Contract"
and "Subcontracting of Work: Post Award", E., of the
"Special Conditions," this Project might be considered a
multiple trade project. None of the primary trade-related
work shall be subcontracted. Only ancillary work required
to complete this Project may be subcontracted with prior
approval from the Department and the Miami-Dade County
Internal Services Department.
2. Open Competitive Contracts:
a. This Project might be considered a multiple trade project.
None of the primary trade-related work shall be
subcontracted. Only ancillary work required to complete this
Project may be subcontracted with prior approval from the
Department.
Technical Certification:
General Engineering; Pipelines Engineering Contractor; Underground Utility / Excavation; Excavating / Grading; Paving
Service set-aside: SODDING SERVICES (NIGP 79050)
Commodities
Code | Description |
---|---|
91394 | PAVING/RESURFACING, ALLEY AND PARKING LOT |
96814 | ALLEY RESURFACING (PAVING) |
96856 | MAJOR STREETS - RESURFACING (PAVING) ANDREPAIR |
96866 | RESIDENTIAL STREET RESURFACING (PAVING) |
98832 | GRADING (OF PARKING LOTS, ETC. - NOT ROAD BUILD |
98868 | PAVING AND REPAIR OF PARKING LOTS (NOT INCLUDING |
21055 | PAVING AND STEPPING BLOCKS |
79050 | SOD, GRASS |
Solicitation Package/Addendums
Type | File Name |
---|---|
Package | MCC_7360_RPQ_P20341.pdf |