Similar Projects
WT-63 Replacement of Dyal Finished Water Steel GST - WS18RD - City of Cocoa
Infrastructure
Conception
$5,000,000 CJ est. value
Cocoa, FL 32924

Chemical Storage Relocation - CP-WS-18-CS - City of Cocoa
Renovation
Conception
$784,000 CJ est. value
Cocoa, FL 32922

Lift Station Rehabilitation
Renovation, Infrastructure
Bidding
$250,000 CJ est. value
Melbourne Vlg, FL 32904

Roof Replacement: MCC 1 and 2 Sellers Water Reclamation Facility
Renovation
Post-Bid
$300,000 CJ est. value
Cocoa, FL 32922

Wewahootee WTP Sodium Hypochlorite Tank Replacement
Renovation
Post-Bid
$90,000 CJ est. value
Cocoa, FL 32922

North Brevard Wastewater Treatment Facility Hydropneumatic Tank
Renovation
Results
$98,700 CJ est. value
Mims, FL 32754

Reverse Osmosis Water Treatment Plant Disposal Well
Renovation, Infrastructure
Results
$11,891,125 CJ est. value
Melbourne, FL 32901

North Regional Waste Water Treatment Plant (NRWWTP) Sewage Dewatering Facility - 22WS04 - City of Palm Bay
New Construction, Infrastructure
Conception
$2,108,500 CJ est. value
Palm Bay, FL 32905

South Beaches WWTP 6 MGD Conversion AWT
Infrastructure
Post-Bid
$310,000 CJ est. value
Rockledge, FL 32955

West Belt Filter Press Rehabilitation
Renovation
Results
$198,450 CJ est. value
Melbourne Vlg, FL 32904

South Regional Water Reclamation Facility Expansion 1 MG to 2 MG - 22WS14 - City of Palm Bay
Renovation, Infrastructure
Conception
$15,600,000 CJ est. value
Palm Bay, FL 32908

USSF Construct EQ Basin at Reginal WWTP B54731 CCSFS, FL
Addition, Demolition, Build-out, Renovation, Infrastructure
Post-Bid
$500,000 CJ est. value
Pt Canaveral, FL 32920

South Reclamation Water Treatment Plant Expansion - 6 MG to 10 MG - City of Palm Bay
Renovation, Infrastructure
Conception
$23,050,000 CJ est. value
Palm Bay, FL 32908

Replace Clarifier Interior - WW-22 - City of Cape Canaveral
Renovation
Conception
$2,500,000 CJ est. value
Cape Canaveral, FL 32920

North Regional Water Reclamation Facility Blower Optimization - 22WS25 - City of Palm Bay
Renovation
Conception
$693,000 CJ est. value
Palm Bay, FL 32905

Last Updated 12/20/2023 02:37 AM
Project Title

Grant Street Water Reclamation Facility Improvements

Physical Address View project details and contacts
City, State (County) Melbourne, FL 32901   (Brevard County)
Category(s) Sewer and Water
Sub-Category(s) Sewage Treatment Plant
Contracting Method Competitive Bids
Project Status Bidding, Construction start expected January 2024
Bids Due View project details and contacts
Estimated Value $13,000,000 [brand] Estimate
Plans Available from Civil Engineer
Owner View project details and contacts
Architect View project details and contacts
Description

This project involves various upgrades, improvements, and replacement of equipment and processes for the City of Melbourne's Grant St. Water Reclamation Facility. Upgrades and improvements include but are not limited to the influent pump station, headworks, existing carrousel treatment train, and other process structures and equipment as described in the construction plans. The replacement and subsequent decommissioning of the existing Trickling Filter (TF) treatment train with a proposed Biological Nutrient Removal (BNR) treatment train will be constructed concurrently with improvements and includes but is not limited to structures, equipment, and associated infrastructure improvements. The successful bidder must be able to show a past history: Three new or expansion Water Reclamation Facility/Wastewater Treatment Plant projects in the last ten years; Two new or expansion Water Reclamation Facility/Wastewater Treatment Plant projects greater than $15M or one project greater than $20M in the last ten years; and at least one new or expansion Water Reclamation Facility/Wastewater Treatment Plant in Florida in the last ten years. Contractor, or its sub-contractor(s), shall possess and maintain during the term of this Agreement one of the following licenses and/or certifications: 1. Florida Registered or Certified General Contractor ADDITIONAL INFORMATION Successful bidder shall have the financial assets and resources, inventory, manpower, organization, and the availability to provide the necessary services to perform this project. Successful bidder shall have the bonding capacity to satisfy the performance and payment bond requirements of this project. Contractor/Bidder will need to provide the qualifying requirements in the Bid Form. Successful Bidder shall be required to adhere and comply with the Davis Bacon Wages Act and the current established determining wages. The Project is being funded by a State Revolving Fund (SRF) Loan and the Brevard County Save Our Indian River Lagoon (SOIRL) Program. The Contractor shall abide by the SRF requirements included in the Supplemental Conditions and comply with the any SOIRL program requirements. The Contractor's Project Manager and Site Superintendent shall be committed to and remain on this project through Substantial Completion unless a change is formally approved by the Owner. Please note that a representative of each potential bidder planning to submit a bid as a prime contractor must be present at the start of the meeting. Potential bidders who show up more than ten minutes late will be considered non-responsive. All attendees MUST sign-in to be considered present at the meeting. Subcontractors/and or vendors will not be acceptable representation for a potential bidder. Potential bidders who show up more than ten minutes late will be considered non-responsive. All attendees MUST sign-in to be considered present at the meeting. All questions about the meaning or intent of this Invitation to Bid must be submitted in writing at least fourteen (14) calendar days prior to bid due date. All questions must be directed to the City of Melbourne, 900 E. Strawbridge Avenue, Melbourne, FL 32901, Attention: Kacie Black, Engineering Department, or Kacie.black@mlbfl.org. Only questions answered by formal written addenda will be binding. Oral and other interpretations or clarifications will be without legal effect and shall not be relied upon by Bidders in submitting their bids. Bids must be accompanied by a cashier's check or bid bond in an amount not less than five percent of the bid. Bid bonds shall be countersigned by an agent having an established place of business in the State of Florida. No bid may be withdrawn for a period of 55 days after scheduled closing time for receipt of bids. Bidders must include one original and one copy of their submitted bid. The Contractor must ensure that employees and applicants for employment are not discriminated against because of their race, color, religion, sex or national origin. Minority and female owned businesses are encouraged to apply. The City of Melbourne is an equal opportunity employer. The Contractor shall comply with the City of Melbourne Code pertaining to Hometown Labor Law relating to all bidding requirements and contract awards of $100,000.00 or greater, that are completely funded by the City. A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. An entity or an affiliate that has been placed on the Discriminatory Vendor List may not submit a bid, proposal or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal or reply on a contract with a public entity for the construction or repair of a building or public works; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not contract business with any public entity. By signing this bid, the Bidder certifies, to the best of its knowledge or belief, that the Bidder and its principles have not been placed on the discriminatory vendor list. Bidders on the discriminatory vendor list may not submit a bid. The undersigned agrees to start work within ten (10) calendar days after written notice to proceed and reach substantial completion of the project within eight hundred twenty (820) consecutive calendar days. Upon receipt of the completion list issued by the City, the undersigned will then have sixty (60) consecutive calendar days to reach final completion. The City of Melbourne, Florida, reserves the right to reject any and all bids, and to waive technicalities and informalities.

Details

Division 02 - Existing Conditions, Subsurface Investigation.
Division 03 - Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing, Metal Fabrications.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection.
Division 08 - Openings, Doors and Frames, Windows, Hardware.
Division 09 - Finishes, Painting and Coating.
Division 10 - Specialties, Signage, Compartments and Cubicles, Emergency Aid Specialties, Fire Protection Specialties, Storage Assemblies.
Division 11 - Equipment, Laboratory Equipment.
Division 14 - Conveying Equipment.
Division 21 - Fire Suppression, Fire-Extinguishing Systems.
Division 22 - Plumbing, Instrumentation and Control for Plumbing, Plumbing Piping, Plumbing Equipment, Plumbing Fixtures.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Air Distribution.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications, Distributed Audio-Video Communications Systems.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Access Control, Intrusion Detection, Electronic Surveillance, Electronic Detection and Alarm.
Division 31 - Earthwork, Earthwork Methods.
Division 32 - Exterior Improvements, Flexible Paving, Rigid Paving, Curbs, Gutters, Sidewalks, and Driveways, Fences and Gates, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Storm Drainage Utilities, Electrical Utilities, Communications Utilities.
Division 44 - Pollution and Waste Control Equipment, Common Work Results for Pollution and Waste Control Equipment, Air Pollution Control, Noise Pollution Control, Odor Control, Water Pollution Control Equipment, Solid Waste Control and Reuse, Waste Thermal Processing Equipment, Fluidized Bed Combustion Equipment, Rotary Kiln Incinerators, Pyrolysis Equipment, Hazardous Waste and Medical Waste Incinerators, Heat Recovery Equipment for Waste Thermal Processing, Synthesis Gas Cleanup and Handling Equipment.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents