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.)
Upgrade Pump Station No. 1043 Submersible Pumping Station Without Emergency Generator
Federal opportunity from Strategic Procurement Department (SPD) • Miami-Dade County. Place of performance: FL. Response deadline: May 21, 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
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. 1043. 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 to have a flow and head capacity equal to or greater than the proposed pumps for the existing pump station flows during all construction time and until the new pump station is completely operational, 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. Demolition work includes, but is not limited to: remove and properly dispose of all internal components on the existing wet well and dry well, including but not limited to pumps, piping, valves, fittings, ladders, metal platform, electrical equipment’s exhaust fan, sump pump and miscellaneous items; Contractor to remove the existing SCADA/RTU Panel and Antenna as identified on plans. 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. Contractor shall make arrangements with FPL to install a temporary service, coordinate to install new underground service, and relocate transformer; demolition of existing pump station control panels and other electrical equipment, as for example the meter base, disconnect devices, pullout and junction boxes, and all related conduits and wiring inside and outside the structure; demolition of existing above ground access structure (including exhaust) on top of the dry well and the wet well; demolition of existing wet well and dry well top slab; demolition of intermediate metal platform inside the dry well, including railing, grating and ladder; demolition of approximately 30 linear feet of an existing 8-inch ductile iron pipe (DIP) force main; removal of existing pump station appurtenances, such as the backflow preventer and emergency pump off (EPO) by-pass; sod/grass, and all other items deemed necessary to be removed for the successful installation of the new proposed pump station. The Contractor shall perform various cores on the existing structure for the new piping and electrical conduits as identified on plans. The Contractor shall perform asbestos testing. Electrical equipment may contain asbestos; once the power is disconnected, the Contractor shall perform an inspection and collect samples. If asbestos material is encountered, it must be legally removed and disposed of. If the presence of asbestos is confirmed, asbestos-related work must be carried out by a Florida Licensed Asbestos Contractor in compliance with OSHA 29 CFR 1926.1101 The Contractor shall furnish and install new equipment and materials such as: partially fill the existing dry well with flowable fill to be converted to new valve vault; new extended walls, concrete top slab, and access hatch (double leaf) for new valve vault and new extended walls and concrete top slab for new wet well with heavy-duty aluminum access (water resistant) hatch (double leaf); new concrete slab and steps with guard railing surrounding wet well and valve vault; concrete protective coating on all interior surfaces of the wet well; new duplex 45 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 6-inch ductile iron pipe (DIP) EPO piping (approximately 4 LF), new 8-inch ductile iron pipe (DIP) force main (approximately 30 LF) connecting it to the existing 8-inch force main on site; new sump pump and its discharge piping at the valve vault; new concrete slab for electrical controls, facilities, and electrical connection boxes; new backflow preventer and installation of new backflow preventer; new control panel, new misc. load transformer, electrical service, electric meter, main disconnect, motor connection box, new SCADA/remote terminal unit (RTU) Panel and antenna, including mounting structures; New SCADA enclosure; Contractor shall coordinate the installation of the electrical meter with FPL. new concrete slab for relocated transformer (coordinate with FPL). new electrical conduits and wiring for power, controls and grounding, including grounding rods; new concrete driveway; site re-grading and proposed drainage swale; and reconditioning and adapting the existing wet well’s interior. The Contractor shall restore sod/grass and all other areas and surfaces impacted during construction (as required) to maintain the site in equal or better condition as the existing (see construction drawing C-5 for approximate dimensions and appendix N for landscape improvements). 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 Pumping Station 1043 is located at 17630 SW 139th Avenue, Miami, FL 33177, in Section 34, Township 55, Range 39, Miami-Dade County, Florida. The pump station easement is located within Miami-Dade County. The contractor shall coordinate with Miami-Dade County prior to proceeding any work within the pump station easement. Contractor shall conform to Miami-Dade County rules and regulations. 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. The Contractor is also alerted that various "Standards" are used herein for reference and criteria, and should obtain copies for 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 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 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 PSIP Pump Station Improvement Program o RER Regulatory and Economic Resources Department o UFC Uniform Fire Code o UL Underwriters Laboratories The above list shall not be considered complete, as there are other "Standards" used; however, in most cases complete titles have been given. 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. 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. 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 1.02 MINIMUM CONSTRUCTON 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 before the bid date, with the names and telephone numbers of the owners or representatives the Department can call and 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 submersible pumps, medium voltage electrical power systems, and standby diesel generators. The Bidder shall also be experienced in the cutting of concrete structures in selective demolition settings and construction methods to minimize noise, dust, and other impacts on surrounding residential neighborhoods. C. The Contractor shall have established, operated, and maintained at least three (3) successful bypass pumping operations. The Contractor shall have had primary responsibility for the by-pass operation and the operation shall have been completed successfully without spills or overflow. Submit experience history with the Bid Package. A Prime Contractor may bid on the project with a qualified subcontractor who will be responsible for the bypass pumping operation. The qualifications of the subcontractor shall be submitted with the bid. 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 bypass pumping shall be made without the approval of the Engineer. D. The Contractor must submit proof that his/her firm can interface with MD-WASD and familiarity with County guidelines. The ability will be based upon the evaluation of the Company by “Past Performance Evaluations” (PPE) from the Miami-Dade County approach including experience in upgrading Pump Station projects under WASD’s Contracts. E. The Bidder shall have completed the installation of a minimum of three (3) raw sewage pump stations in an active Public Right of Way (swale area adjacent to the transited road) within the last five (5) years meeting the following requirements: 1. Experience shall include the installation of an eight-foot diameter and twenty (20) foot deep wet well (minimum), valve vault, and sanitary sewer connections dewatering, and/or commercial divers as well the maintenance of Maintenance of Traffic Operations. 2. Installation of submersible pumps (minimum 45 horsepower).
Technical Certification: General Building Contractor, Engineering, Underground Utility/Excavation, Pipelines Engineering Contractor
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.