Solicitation Details - RPQ No P16140
Back To Search SolicitationsTitle:
UPGRADE SEWAGE PUMP STATION No. 0382
Opening Date:
8/2/2026 2:00:00 PM
Announcement Info:
1.00 SCOPE
A. 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. 0382 and place the upgraded pump station at its new approved location.
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 and by-pass for electrical
service for the existing pump station flows and power during all construction time and until the new
pump station is completely operational; the bypass system shall have a flow and head capacity equal
to or greater than the proposed pumps; 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. Additionally, the Contractor shall comply with the best
management practices for stormwater pollution prevention, including control of erosion and
sedimentation during construction activities, such as installing silt traps in all stormwater drainage
inlets close to the project site.
Demolition work includes, but is not limited to: removal and proper disposition of all internal
components on the existing wet well and dry well, including but not limited to pumps, piping, valves,
fittings and ladders; removal of existing pump station control panels and other electrical equipment,
including but not limited to the meter base, disconnect devices, pullout and junction boxes, and all
related conduits and wiring, including the buried feed line (Note: All salvageable equipment and
materials shall be given back to the Department. The remote terminal unit - SCADA/RTU - shall be
removed and provided back to WASD); removal/demolition of wet well chimney and abandon existing
wet well; removal/demolition of dry well chimney and abandon existing dry well; demolition of concrete
steps outside dry well; and filling of the remaining pits with suitable fill; cap and filling with flowable fill
of approximately 1,295 linear feet of existing 4-inch ACP (asbestos cement pipe) force main, from the
existing valve vault up to receiving manhole MH I-30; rehabilitation of existing manhole (MH I-30) as
shown on plans; cap and fill with flowable fill 128 linear feet of existing 8-inch sanitary sewer, and 126
linear feet of water main service line; removal of approximately 67 linear feet of existing 8-inch
sanitary sewer; removal of existing pump station appurtenances, backflow preventer and air vent;
removal of approximately 137 linear feet of chain link fence and gate, removal of grass, and all other
items deemed necessary to be removed to leave the property ready to be restore. The Contractor
shall modify the flow pattern in the existing manhole. 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.
The Contractor shall furnish and install new equipment and materials such as: new wet well with top
slab and aluminum watertight hatch, new valve vault with top slab and aluminum watertight hatch;
new duplex 15 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 8-inch ductile
iron pipe (DIP) discharge piping force main (approximately 123 LF total), and connecting to the
existing 8-inch force main on site; new manhole, 66 linear feet of 8-inch gravity sewer influent line;
new sump pump and its discharge piping at the valve vault; new concrete platform for electrical
controls and facilities; new concrete slab for backflow preventer; 28 linear feet of 1-inch HDPE water
service line, 10 linear feet of .-inch type K cooper water service line, including hose bibb with
backflow preventer and protective cage; new control panel, electrical service, electric meter, main
disconnect, motor connection box and SCADA antenna, including mounting structures; new electrical
conduits and wiring for power, controls and grounding, including grounding rods and test wells.
Contractor will install new remote terminal unit (RTU) with new enclosure. Contractor shall coordinate
with FPL the power connection.
The Contractor shall furnish and install sod, concrete sidewalk, asphalt pavement, and all other areas
and surfaces impacted during construction (as required) to maintain the site in equal or better
condition as the existing. This includes the full restoration of disturbed areas and the furnishing and
installation of landscape elements, such as Bahia sod, Beach Creeper (Ernodea Littoralis), Sabal
Palmetto, and Simpson’s Stopper, as shown in the plans. All work under this scope will be
compensated as an aggregate sum, in accordance with the cost breakdown approved by the
Engineer. 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..
B. Pumping Station 0382 is located at 17060 NW 84 Court, Miami, FL 33015.
C. 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.
D. It is the intent of the MDWASD to obtain a complete functional, satisfactory, and legally
operable installation under this project, and any items of labor, equipment or materials which may be
reasonably assumed as necessary to accomplish this end shall be supplied whether or not they are
specifically shown on the Plans or stated herein.
E. The Contractor is also alerted that various "Standards" are used herein for reference and
criteria, and that he should obtain copies for his 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 HI Hydraulic Institute
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 MSS Manufacturers Standardization Society
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 RER Regulatory and Economic Resources Department
o UFC Uniform Fire Code
o UL Underwriters Laboratories
F. The above list shall not be considered complete, as there are other "Standards" used;
however, in most cases complete titles have been given.
G. 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.
H. 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.
I. 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.
J. Testing
1. Testing procedures shall be submitted to the Engineer as Shop Drawings and will be
subject to review and approval. The Department reserves the right to require test
procedure and equipment changes and revisions to the extent considered appropriate
by the Engineer whose decision shall be final. The Contractor is advised that all testing
shall be carried out in accordance with the best practices of the trade, best
management practices (bmp) and as recommended in writing by the
engineering/technical/test staff of the manufacturer of the equipment and he should
plan and price his test work accordingly. In no case will test recommendations of a
manufacturer's sales or management groups be considered sufficient. All necessary
temporary power sources, load banks, test materials, test instrumentation, qualified
test personnel including manufacturer's representatives, fuels and lubricants shall be
provided by the Contractor and shall be as approved by the Engineer and, if not
approved, the Contractor shall change the item(s) to the satisfaction of the Engineer.
Where required by the Engineer, testing shall be carried out utilizing Contractorsupplied
power sources and load banks prior to any connection with FPL. The
Contractor shall include in his prices bid all costs for testing and no extra compensation
will be allowed.
2. Factory testing of equipment is in all cases required and test data from these tests
shall be provided to the Engineer prior to shipment. The Department will decide when
to send its personnel or representatives to the factory for witness testing of equipment.
Travel expenses for Department personnel or representatives are paid for by the
Department. Repeat tests due to unsuccessful tests will be borne by the Contractor.
To establish a base line, the Bidder will assume that any piece of equipment with an
invoice cost to the Contractor of one hundred thousand dollars ($100,000) or more will
require witnessed testing. The MDWASD will in the Specifications try in all cases to
note which items will require testing.
3. On site testing shall conform to the protocol approved by the Engineer and shall
include testing and calibration prior to energizing of individual sections followed by
testing and calibration as a whole system or group of systems. The Contractor shall
supply all material, equipment, power, time, and fully qualified specialist personnel to
perform all system integration work as necessary to provide systems that talk to one
another and correctly react to one another, including systems that must communicate
with, and react to existing systems, and systems being or to be installed by others. It
is an absolute requirement that upon completion, all systems installed in the Work be
able to correctly communicate and react to one another and to systems in existence,
being or to be installed, external to the Work. Final testing and calibration will be
performed with the equipment energized and will only take place when the Engineer
is satisfied with the results of earlier tests. Full written reports of tests and results shall
be furnished by the Contractor to the MDWASD. All costs for this testing, calibration,
system integration and reporting, including the costs for factory and specialist
personnel required during testing, calibration and system integration, shall be included
in the prices bid and no extra compensation will be allowed. Any delays or costs
occasioned by test procedures or results not being satisfactory to the Engineer shall
rest solely with the Contractor and no extra time or compensation will be allowed. All
on site testing shall be witnessed by MDWASD, and the Contractor shall make timely
arrangements and fully coordinate tests with the Engineer.
4. After installation is completed, the Contractor shall provide records of non- destructive
electrical insulation tests performed by a certified institution approved by the Engineer,
witnessed by MDWASD personnel and attesting that the dielectric condition of the
equipment and wiring is acceptable.
Technical Certification:
General Building Contractor, Underground Utility/ Excavation, General Engineering, Pipe Lines, Pipelines Engineering Contractor
Commodities
| Code | Description |
|---|---|
| 90638 | GENERAL CONSTRUCTION SERVICES |
| 92533 | ENGINEERING SERVICES PROFESSIONAL |
| 96865 | PIPE LINE CONSTRUCTION AND REPAIR |
| 28080 | UNDERGROUND CABLES AND WIRES, SOLID AND STRANDED, |
Solicitation Package/Addendums
| Type | File Name |
|---|---|
| Package | RPQ_No_P16140.pdf |