Point Of Contact Not Available
Scope of Work: (Contractor must obtain and submit all permits prior to performing any work.) The Work consists of furnishing materials, labor, and equipment necessary for the rehabilitation of the existing Chlorine Building at the South District Wastewater Treatment Plant (SDWWTP) owned and operated by the Miami-Dade Water and Sewer Department (DEPARTMENT), and located at 8950 SW 232nd Street in Miami, Florida. At this facility, the existing Motor Control Centers (MCCs) used for the operation of the existing Flushing Water Pumps will be replaced. The purpose of the work will be to provide new electrical and instrumentation facilities for the adequate operation of the existing Flushing Water Pumps and other miscellaneous equipment. B. The work at the SDWWTP existing Chlorine Building will be divided mainly in two (2) areas. Area 1 is the main facility (existing Chlorine Building) where the MCCs are located and also houses the existing Flushing Water pumps and its electrical facilities which provides non potable water to be used within the SDWWTP premises. Area 2 is basically the underground duct banks between the Substation No. 11 and No.12 Building and the existing Chlorine Building. The Substation No. 11 and No.12 Building encloses the Substation No. 11 with its corresponding Switchgear No. 11 and the Substation No. 12 with its corresponding Switchgear No. 12. The power for the existing MCC-A is fed from Switchgear No. 11 and the power for the existing MCC-B is fed from Switchgear No. 12. C. The work in Area 1 will be limited to replace the existing MCC-A and MCC-B, provide six (6) new VFD Cabinets (one for each pump), provide a new Auxiliary RTU, replace electrical distribution panelboards and a Dry Type Transformer, and install new Roof Exhaust and additional conduits to provide adequate Ventilation System. As part of this rehabilitation, the existing Built-up Roofing will be replaced with a new one. D. The work in Area 2 will be limited to replace the existing feeders from Switchgear No. 11 to MCC-A and from Switchgear No. 12 to MCC-B with new feeders through existing duct banks. No new duct banks are being contemplated for this work. E. The DEPARTMENT will pre-purchase and make available to the CONTRACTOR the new Auxiliary RTU, the new MIS Network Switch, and Fiber Optic cable to be installed inside the existing RTU SD12 by the Owner and the new Operator Interphase Terminal (OIT) to be installed at each RTU enclosure. All the Fiber Optic terminations will be performed by the Owner. Also, terminations between the new Auxiliary RTU and the existing RTU SD12 will also be performed by the Owner. F. The Main Work under this contract, which is the replacement of the two MCCs and the installation of new VFD Cabinets, will require the construction of a new reinforced concrete slab inside the existing Chlorine Building to comply with the Design Flood Elevation (DFE). This new reinforced concrete slab will have a finished floor elevation of +16.0’ NGVD. This elevation has been selected by the DEPARTMENT as a flood protection elevation for critical equipment to account for the effects of potential climate change, sea level rise and storm surge. G. Control of the system will be provided through the new Auxiliary RTU and the existing RTU SD12 Control Panels installed at the existing RTU Room. All field instrumentation and controls wiring will be terminated by the CONTRACTOR inside Auxiliary RTU Panels, from which all applicable wiring connections will be made to the RTU Control Panels at each site. The RTU Control Panel will communicate with the DEPARTMENT’s SCADA network through a fiber optic network. SPECIFIC PROJECT EXPERIENCE AS REQUIRED Chapter 10 of the Code of Miami-Dade County, Chapter 489 of the Florida Statutes, and the rules of the State of Florida Department of Professional Regulation shall govern the qualification for contractors and subcontractors. (See "Required Bidder's Certification", herein.) No contractor or subcontractor shall be required to possess any other professional designation or affiliation in order to be eligible to bid on a project. Unless prohibited by law, nothing shall prevent the County from requiring proof of sufficient expertise and skill to qualify for the subject project. In addition to the general qualifications provided above, the Bidder shall also meet the following requirements and shall submit satisfactory proof and qualifications demonstrating compliance with the Bid. Such proof shall consist of a list of projects, completed prior to the bid date, with the names and telephone numbers of the DEPARTMENTs or representatives that DEPARTMENT can contact to confirm the listed experience. a. In addition to submittal requirements stated elsewhere, to qualify for work on this Contract, the Bidder shall be experienced in electrical, and instrumentation and controls. b. The Bidder must have successfully completed the construction and/or rehabilitation of a minimum of three (3) ventilation and electrical equipment similar to those depicted in the construction documents within the last ten (10) years c. The Bidder or Bidder’s Electrical Subcontractor shall have successfully completed a minimum of three (3) projects demonstrating experience with installation of electrical equipment rated for 480V power supply. d. In the event a firm is established by executives, supervisors and other senior field staff (key employees) that would have met these minimum experience requirements with a prior firm, DEPARTMENT reserves the right to qualify the firm based on DEPARTMENT's sole determination and evaluation of the knowledge and prior experience of these key employees employed by the new firm. The experience of key senior personnel with other firms may be counted towards the experience requirement, if acceptable to the ENGINEER. Should such evidence not be satisfactory to the ENGINEER, whose decision shall be final, the bid will be considered non-responsive, and the next lowest bidder will be considered for award. The qualifying proof shall be submitted in a separate sealed envelope with the bid Comments: EMPLOY MIAMI-DADE PROGRAM In accordance with Section 5.02 of the Miami-Dade County Home Rule Amendment and Charter, Section 2-8.1 of the Code of Miami-Dade County, and Administrative Order No. 3-63, all contractors and subcontractors of any tier on (i) construction contracts valued in excess of one million dollars ($1,000,000) for the construction, demolition, alteration and/or repair of public buildings, or public works; or (ii) contracts or leases valued in excess of one million dollars ($1,000,000) for privately funded construction, demolition, alteration or repair of buildings, or improvements on County-owned land. The awarded Contractor is hereby notified that the County will consider whether the Contractor made its best reasonable efforts to promote Employ Miami-Dade on this contract, as defined in A.O. 3-63, as part of the County’s evaluation and responsibility review of the Contractor for new County contract awards. RESIDENTS FIRST TRAINING AND EMPLOYMENT PROGRAM In accordance with Section 2-11.17 of the Code of Miami-Dade County and Implementing Order No. 3-61, all contractors and subcontractors of any tier on (i) construction contracts valued in excess of $1 million for the construction, demolition, alteration and/or repair of public buildings, or public works; or (ii) contracts or leases valued in excess of $1 million for privately funded construction, demolition, alteration or repair of buildings, or improvements on County-owned land shall comply with the following: (i) prior to working on the project, all persons employed by the contractor or subcontractor on the project to perform construction have completed the OSHA 10-hour safety training course, and (ii) the contractor will make its best reasonable efforts to have 51% of all construction labor hours performed by Miami-Dade County residents. In accordance with Miami-Dade County Implementing Order 3-9, Accounts Receivable Adjustments, if money is owed by the Contractor to the County, whether under this Contract or for any other purpose, the County reserves the right to retain such amount from payment due by County to the Contractor under this Contract. Such retained amount shall be applied to the amount owed by the Contractor to the County. The Contractor shall have no further claim to such retained amounts which shall be deemed full accord and satisfaction of the amount due by the County to the Contractor for the applicable payment due herein. Pursuant to Section 2-8.10 of the Code of Miami-Dade County, this Contract is subject to a user access fee under the County’s User Access Program (UAP) in the amount of two percent (2%). All construction services provided under this contract are subject to the 2% UAP. This fee applies to all Contract usage whether by County Departments or by any other governmental, quasi-governmental or not-for-profit entity. From every payment made to the Contractor under this contract (including the payment of retainage), the County will deduct the two percent (2%) UAP fee provided in the ordinance and the Contractor will accept such reduced amount as full compensation for any and all deliverables under the contract. The County shall retain the 2% UAP for use by the County to help defray the cost of its procurement program. Contractor participation in this pay request reduction portion of the UAP is mandatory. Provided, however, UAP shall not be applicable for total contract values, inclusive of contingency and allowance accounts, of less than five hundred thousand dollars ($500,000.00). All Projects, where the prices received are in excess of $200,000 will require the submission of the Payment and Performance Bond as required by State of Florida Statute. All bids are to be turned into OCI Group locate on the first floor of the Douglas Building located at 3071 SW 38 Ave. A 5% bid bond will be required along with your bids. Liquidated Damages - $1,000.00 per day. Certificate of Assurance form is required along with your bid. Resident First Training and Employment Program & Employ Miami-Dade Program. If the Total Bid value excess of $ 1,000,000.00, the implementing Order 3-61 A.O. 3-63 applies to this project. A virtual Pre-Bid Meeting will be conducted via ZOOM and will begin at 9:00 AM or shortly thereafter on THURSDAY, 5/28/2020 for the following project: CD. 1.04 Chlorine Building RPQ NO. P0240 Bidders are encouraged to down load and install ZOOM on their mobile device or laptop that has a camera, to witness the virtual Bid Opening. For a free download of the Zoom App visit www.zoom.com. Join Zoom Meeting https://miamidade.zoom.us/j/94351321361?pwd=MVRKaGM1NjMxNmcrWGc5M3FDcDZlUT09 Meeting ID: 943 5132 1361 Password: 562756 One tap mobile 8887880099,,94351321361#,,1#,562756# US Toll-free 8778535247,,94351321361#,,1#,562756# US Toll-free Dial by your location 888 788 0099 US Toll-free 877 853 5247 US Toll-free Meeting ID: 943 5132 1361 Password: 562756 Find your local number: https://miamidade.zoom.us/u/acYdzg6XCQ
Bid Protests Not Available