HEALTH & WELFARE: $5.55 per hour, up to 40 hours per week, or $222.00 per week or $962.00 per month | VACATION: 1 week of paid vacation after 1 year of service with a contractor or successor; 2 weeks after 2 years; 3 weeks after 10 years; and 4 weeks after 20 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) | HOLIDAYS: A minimum of eleven paid holidays per year: New Year's Day, Martin Luther King Jr.'s Birthday, Washington's Birthday, Memorial Day, Juneteenth National Independence Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) NOTE: The fringe benefits listed in this determination are based on a standard 8- hour workday an 40-hour work week. Cash equivalent fringe benefits may be paid in accordance with the principles discussed in Subpart B of Regulations, 29 CFR Part 4. HEALTH & WELFARE & PENSON PAYMENTS: These payments are due on all hours """"paid for"""" up to a maximum of 40 hours per week. Such benefits do not stop, but continue to accrue and are paid to employees while on sick leave, holiday, vacation, etc. For example: a. An employee who works four days, 40 hours per week, is entitled to 40 hours of health and welfare and pension payments. If an employee works three days, 12 hours per day, then such employee is entitled to 36 hours of health and welfare and pension benefits. b. An employee who works 32 hours and also receives eight hours of holiday pay is entitled to the maximum of 40 hours of health and welfare and pension payments in that work week. If the employee works more than 32 hours and also receives eight hours of holiday pay, the employee is still only entitled to the maximum of 40 hours health and welfare and pension payment. c. If an employee is off work for two weeks on vacation and receives 80 hours of vacation pay, the employee must also receive 80 hours of health and welfare and pension benefits during the vacation period. However, if an employee is entitled to two weeks paid vacation but does not take a vacation and works the full 52 weeks in they year (i.e., 52 weeks for work plus two weeks of vacation pay) the employee is due health and welfare and pension payments for only 52 weeks during the year. VACATION AND HOLIDAY PAYMENTS: Regardless of the number of hours in an employee's scheduled workday or work week, holiday pay for one day is not required to exceed the equivalent of eight hours pay, and vacation pay for one week is not required to exceed the equivalent of 40 hours pay. ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of """"wash and wear"""" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. ** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS ** The duties of employees under job titles listed are those described in the """"Service Contract Act Directory of Occupations"""", Fifth Edition (Revision 1), dated September 2015, unless otherwise indicated. ** OCCUPATIONS NOT INCLUDED IN THE SCA DIRECTORY OF OCCUPATIONS ** Driver/Caser Drives motor powered vehicle to make box delivery of mail, often along a designated route, picks up and transports collection mail left in boxes or receptacles. May also sort mail for delivery to boxes along the route, incidentally transports collection mail left in boxes or receptacles. May also sort mail for delivery to boxes along the route, incidentally transport mail to or between postal or other designated facilities, make minor vehicle repairs and keep vehicle in good working order. Light Vehicle Driver Drives motor powered vehicle with a nominal cargo capacity of 600 cubic feet or less and with a GVW rating under 10,001 pounds GVWR or less to transport mail, often along a designated route to or between designated postal or other facilities. May also pickup and transport collection mail, load and unload vehicle with or without helpers, make minor vehicle repairs, and keep vehicle in good working order. Tractor Trailer Driver Drives motor powered tractor-trailer combination to transport mail, often along a designated route to or between designated postal or other facilities. May also load and unload vehicle with or without helpers, make minor vehicle repairs, and keep vehicle in good working order. Truck Driver Drives motor powered truck, other than tractor-trailer, with a nominal* cargo capacity of 333 cubic feet or more or with a gross volume weight of 10,000 pounds or more to transport mail, often along a designated route to or between designated postal or other facilities. May also pickup and transport mail, load and unload truck with or without helpers, make minor vehicle repairs, and keep vehicle in good working order. *(Nominal cargo capacity means an actual cargo capacity of plus or minus 5% of the stated capacity, rounded to the nearest whole cubic foot.)
Pump Station No. 0348 Emergency Generator Relocation
Federal opportunity from Strategic Procurement Department (SPD) • Miami-Dade County. Place of performance: FL. Response deadline: Aug 02, 2026.
Support routes that fit this solicitation
Market snapshot
Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches for this notice.↓
Point of Contact
Agency & Office
Description
PART 1 - GENERAL 1.1 SCOPE OF WORK A. This Section describes the project in general and provides an overview of the extent of the work to be performed under this Contract. Detailed requirements and extent of work is stated in the applicable Specification sections and shown on the Plans. The Contractor shall, except as otherwise specifically stated herein or in any applicable parts of the Contract Documents, provide and pay for all labor, materials, equipment, tools, construction equipment, and other facilities and services necessary for proper execution, testing, and completion of the work under this Contract. 1.2 SPECIFICATIONS A. 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. B. The work shown on the Plans is intended to be comprehensive and descriptive, not an exact and complete representation of the actual finished work. Installed work shall include fittings, joints, supports, nuts, bolts, and all other accessories required to provide complete and satisfactory systems as specified, even though some items may not be specifically shown on the Plans. C. It is the intent of WASD 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. The Contractor shall provide all materials for the project unless they are specifically called out in these specifications as being supplied by the Department. The Contractor shall also supply all other labor, material or equipment required to preclude damage to or loss of functionality of any existing facility or system. D. No request for additional compensation or Contract time (except for a non-compensable item extension at the sole discretion of the Engineer, whose decision shall be final) resulting from encountering utilities or structures not shown, or differing in location or elevation from that shown, will be considered. The Contractor shall explore sufficiently ahead of the Work to allow time for any necessary adjustments without delay to the progress of the installation. Cost due to delays occasioned by encountering utilities or structures which could have or should have been discovered by timely exploration ahead of the work shall rest solely with the Contractor. 1.3 REASONABLY IMPLIED PARTS OF THE WORK SHALL BE DONE THOUGH ABSENT FROM SPECIFICATIONS A. 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 WASD, 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. 1.4 DESCRIPTION OF WORK A. The project consists of furnishing all materials, labor and equipment necessary to remove existing generator from interior of building at Sewage Pump Station No. 348 and install a new self-enclosed generator outside of the building on the north side, the work includes but it is not limited to, excavation, demolition and modification work; removal of existing generator and auxiliary systems , fuel piping and fittings; removal of existing louver and infill of opening; removal, transport, salvage and legal disposal of demolition material and equipment; transportation and handling costs, including removal of salvaged equipment to a location designated by the Engineer; furnish and install new generator and generator auxiliary systems, furnish and install new aluminum fence; furnish and install new generator concrete slab; temporary and permanent replacement of any sod, sidewalk, pavement and/or driveway damaged by construction; site restoration; and other appurtenant and miscellaneous items and work for a complete, satisfactory and functional installation. Sewage Pump Station No. 348 located at 5700 E 8th AVE, Hialeah, Florida 33013, Section 32, Township 52, Range 41. 1. Structural and Architectural: a. Removal of louver, exhaust pipe, and existing generator concrete pad in the Generator room. b. Infill opening of louver and exhaust pipe and repair floor. c. New piping and equipment support. d. Installation of generator equipment concrete slab 2. Electrical: a. Removal of existing generator feeder to ATS and ATS control wiring. b. Installation of new generator. c. New generator remote control panel. d. New power conductors in existing raceways between new generator and existing automatic transfer switch. e. New generator grounding system. f. Installation of required control and monitoring signals between generator control panel, ATS, pump controller and RTU. 3. Mechanical: a. Install new fuel piping and all appurtenances from the new generator to the existing fuel storage tank. 4. Civil: a. Removal of the existing Generator from the building and legal disposal. b. Removal of the existing chain link fence in the proposed easement area for the new generator. c. Installation of new chain link fence around proposed easement. d. Site restoration to restore the finished site to pre-construction condition. B. It is the intent of the Department to obtain a complete and working installation under this Project and any items of labor, equipment or materials which may reasonably be assumed as necessary to accomplish this end shall be supplied whether or not they are specifically shown on the Plans or stated herein. 1.7 MINIMUM REQUIREMENTS OF THE BIDDER A. Qualifications shall be submitted with the Bids. Submit experience history with a minimum of references along with the bid. The work shall have been completed with the Contractor’s own forces or key personnel. B. The Contractor shall submit to WASD at the time of submitting the bid, name of the Manufactured and the time it takes to create a product and deliver it to the job site, if the Bids submitted without entry the name of Manufactured and the Lead Time, will be considered nonresponsive. (if apply) For CICC 7040 MCC Contracts - CICC 7360 MCC Contracts - Open Competitive Contracts C. License Requirements 1. At the time of Bid and pursuant to the requirements of Section 10-3 of the Code of MiamiDade 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 b. Certification, as a General Contractor, provided by the State of Florida Construction Industry Licensing Board, pursuant to the provisions of Florida Statutes Chapter 489.115. 2. The Bidder or the Bidder’s Subcontractor shall have as a minimum the following licenses: General Engineering Contractor, Electrical Contractor, Mechanical Contractor, and any other license required by Chapter 489 of the Florida Statues or County Code Chapter 10. D. Primary Trade Related Work 1. CICC 7040 MCC Contracts - 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 Joint Participation Agreements (JPA) - Interlocal Master Agreements 1.8 MINIMUM CONSTRUCTION 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 prior to the bid date, with the names and telephone numbers of the owners or representatives that the OWNER can contact to 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 diesel generators, mechanical fuel piping, and medium voltage electrical power systems. C. The Bidder must have successfully completed the installation of a minimum of four (4) 800kW rated or larger generators within the last ten (10) years. D. The Bidder must demonstrate that it has full-time personnel with the necessary experience to perform the Project’s Scope of Work. The Bidder shall provide a list of no less than three (3) references who can confirm that the bidder has successfully upgraded pump stations. Each reference shall include the following: contact’s name, telephone number, e-mail address, and location of pump stations. 1. Demonstrate the experience requirement by: a. Providing a detailed description of at least two (2) 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 ten (10) 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 generator installation shall have been completed and accepted by the project owner prior to 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 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. E. The experience of key senior personnel with other firms may be counted toward the experience requirement, if acceptable to the ENGINEER. Should such evidence not be satisfactory to the ENGINEER, whose decision shall be final. F. 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, OWNER reserves the right to qualify the firm based on OWNER'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 nonresponsive, and the second lowest bidder will be considered for award. The qualifying proof shall be submitted in a separate sealed envelope with the bid. G. The County reserves the right to request additional information and/or contact listed persons pertaining to bidder's experience.
Technical Certification: General Building Contractor, General Engineering
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.