Solicitation Details - MCC 7360 RPQ P20341

Back To Search Solicitations

Title:
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