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 SEWAGE PUMP STATION No. 0382
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
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
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.