Solicitation Details - MCC 7360 RPQ 18578-24-R

Back To Search Solicitations

Title:
3B Electric Vehicle Charge Stations
Opening Date:
1/27/2025 2:00:00 PM
Announcement Info:
Scope of Work: (Contractor must obtain and submit all permits prior to performing any work). INSTRUCTIONS TO ALL BIDDERS: 1. Only Bidders that attend the mandatory scheduled pre-bid/site visit meeting are eligible to submit a bid for the solicitation. 2. Please ensure all pertinent personnel including subcontractors are in attendance on the scheduled due date and time of the mandatory pre-bid/site visit meeting. A second scheduled date is not guaranteed. 3. VENDOR REGISTRATION: Due to the new Vendor Registration procedures of the Internal Service Department, Procurement Management Division, updated definitions along with the “Affirmation of Vendor Affidavits” has been added to the Bid Submittal Package. 4. Must be pre-qualified in the Miscellaneous Construction Contracts (MCC) program at the time of the award. Please contact the Small Business Development Certification Unit (SBD) at [email protected] or call 305-375-3111. 5. Vendors seeking to do business with Miami-Dade County must register in INFORMS. Please click on this direct link https://supplier.miamidade.gov – Instructions on the following page. 6. The unit price column in the bid form must be filled out with a dollar amount per line item unless the unit of measure (UOM) stated is lump sum (LS). Failure to follow this instruction may cause your bid to be non-responsive. SCOPE OF WORK The scope of work for this project consists of labor, equipment, and materials to furnish and install five (5) Dual Port Electric Vehicle Chargers as per specifications and plans. The scope of work also known as the “Project” is presented by Miami Dade County on behalf of the Department of Solid Waste (DSWM) which is hereby requesting the services of a General Contractor (GC) licensed in the State of Florida, to provide labor, equipment, and materials to purchase, furnish and install five (5) Dual Port Electric Chargers at SITE 3B located at 8000 SW 107 Avenue, Miami, FL 33173. The Project is a precursor to future incoming deliveries of new electric vehicles, as per the construction documents and specifications developed by GreenDade. The Project duration shall be 180 days from the date of the Notice to Proceed. PERMITS AND GENERAL CONTRACTOR REQUIREMENTS GC shall pay all required permit fees, and obtain all construction permits as required by State, County, and Local agencies having jurisdiction over the project before a Notice to Proceed will be issued. Awarded Contractor must be a registered GC, and either be an Electrical Contractor or have an Electrical Contractor as a Subcontractor for the Project. PLANS Plans were submitted to the Maimi Dade County Plans and Inspection Center, and are presently in “Permit Ready” status, for the Awarded Contractor’s follow up. WORK HOURS The 3B Site operates continuously five days a week. To effectuate this work, a portion of the existing surface parking lot shall be closed for the partial and/or full duration of the Project. Work should be scheduled between the hours of 7:00 AM to 6:00 PM, Monday through Friday. In the event the Contractor wishes to work outside these hours, weekends or holidays, a timely request 48 hours prior to starting, should be made for the Project Manager’s consideration and approval. ELECTRIC VEHICLE CHARGERS The electric vehicle chargers shall be the same make and model as listed in the bid documents. No substitute / equivalent electric chargers will be accepted. Contractor shall request and schedule the Manufacturer of the Charge Stations to physically visit the site and “Commission” the installation. After the successful installation and commissioning of the chargers in accordance with the construction documents, plans/drawing, specifications and consistent with manufacturer specifications, the County will be responsible for any and all activation fees and network planning. FLORIDA POWER & LIGHT (FPL) COORDINATION A preliminary coordination took place with FPL to ensure there was capacity within the exiting service transformer to provide the new power service and loads. However, any necessary coordination required for the completion of the Project’s scope of work is the responsibility of the Contractor. Any communication and / or requirements that may involve FPL’s involvement, are the responsibility of the Contractor, and deemed as part of the Project’s means and methods. During the initial Pre-Construction meeting, DSWM will assist by providing an “FPL Point of Contact” and establishing meetings. If any efforts or involvement is required from FPL, Contractor is to issue a “non-compensable request for Time Extension”, which will be reviewed for approval by the Engineer of Record (EOR) and the County. TREE PROTECTION Please note that some conduit segments are to be installed via Hydraulic Diagonal Drilling (HDD), also known as boring, to avoid impacting existing trees. Nonetheless, when working and trenching under existing tree canopies where existing roots are present, the Contractor shall follow details from plans. Refer to sheet C-105 on plans for tree protection and root pruning details. The Contractor must contact DERM and any and all agencies and departments having jurisdiction over the Project’s foliage before Project commencement, and meet the requirements as set forth in the plans. The Contractor is responsible for “due diligence” and fact finding of all underground utilities in affected areas, using ground penetrating radar or other, prior to soft or extensive excavation of any part of the site. SHOP DRAWINGS Shop Drawing submittal are to be numerically sequenced, and to directly address the Project’s Critical Path, as to identify all related to “long lead items”. Format of submittals will be discussed at length with the EOR, during the Pre-Construction meeting. INSPECTIONS Contractor is responsible for all inspections necessary and required by all State, County, and Local agencies, and departments having jurisdiction over the Project. Contractor is also responsible for providing a “Commissioning Statement” from the Manufacturer, that the installation and Charge Stations are compliant with the Manufacture specifications, and as such would require periodic / final inspection(s). After completion of the Project, any deviation from the bid documents to include specifications, are to be visibly and clearly marked (in red) directly on the permitted plans and specifications and submitted to the EOR and the Owner as, “As-Builds”. ADDITIONAL INFORMATION 1. TAX EXEMPT Each Bidder shall account for their sales tax cost as part of the overall cost in the respective line items. 2. PULL BOXES - TECHNICAL The requirements provided follow MDC DTPW and FDOT standards for underground conductors including the allowable spaces for wiring bends in compliance with NEC. The depth dimension of pull boxes shown on plans indicates the minimum required to comply with NEC to the contractor’s convenience a larger depth is allowed (refer to pull box detail on sheet E-502). Plans were conceived allowing the Contractor to adjust (i.e.: the exact location and arrangement of pull boxes) as needed during construction indicating the necessary restrictions. However, please note that any deviation from plans need to be in compliance with NEC and is to the Contractor responsibilities. PLEASE REFER TO BID DOCUMENTS FOR MORE DETAILS
Technical Certification:
Building Contractor; General Building Contractor; Electrical Contractor; Structural; Paving; Excavating / Grading

Commodities
Code Description
91438 ELECTRICAL
91394 PAVING/RESURFACING, ALLEY AND PARKING LOT
96820 BUILDING CONSTRUCTION
96842 GENERAL CONSTRUCTION
98832 GRADING (OF PARKING LOTS, ETC. - NOT ROAD BUILD
21055 PAVING AND STEPPING BLOCKS
Solicitation Package/Addendums
Type File Name
Package MCC_7360_RPQ_18578-24-R.pdf
Package BID_DOCUMENTS_RPQ_18578_24_R_FINAL.pdf
Package PRE-BID_SIGN_IN_SHEET_18578-24-R_12.19.24.pdf