Skip to content
Miami-Dade County

Drainage Improvements Multiple Sites

Solicitation: 20250099 (MCC 7360)
Notice ID: b3aa064206d27b3f3499fc2f46177cc2
DepartmentMiami-Dade CountyAgencyStrategic Procurement Department (SPD)StateFLPostedFeb 19, 2026, 12:00 AM UTCDueMar 25, 2026, 06:00 PM UTCCloses in 30 days

Federal opportunity from Strategic Procurement Department (SPD) • Miami-Dade County. Place of performance: FL. Response deadline: Mar 25, 2026.

Market snapshot

Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).

12-month awarded value
$964,691,384
Sector total $964,691,384 • Share 100.0%
Live
Median
$107,325
P10–P90
$28,414$4,168,590
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($964,691,384)
Deal sizing
$107,325 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on official portal →
Map for FL
Live POP
Place of performance
Miami-Dade County, FL
State: FL
Contracting office
Not listed

Point of Contact

Not available

Agency & Office

Department
Miami-Dade County
Agency
Strategic Procurement Department (SPD)
Subagency
Strategic Procurement Department (SPD)
Office
Strategic Procurement Department (SPD)
Contracting Office Address
Not available

Description

Work under this Contract includes furnishing of all supervision, labor, materials, tools, equipment and performing all operations required to construct the Work in accordance with the Contract Documents. Work includes but is not limited to the construction and installation of drainage structures, French drains, miscellaneous drainage improvements, driveway restoration, grading, sodding, and miscellaneous roadway restoration including construction of concrete curb and gutters, and sidewalks where needed in accordance with the construction plans and specifications. LOCATION OF WORK: A. This is a work order driven contract. The locations of work to be performed under the terms of this Contract have been tentatively listed as follows: 1.NW 39 Street from NW 29 Ave. to NW 30 Ave. 2.NE 189 Street from NE 4 Ct. to NE 5 Ave. B. The exact locations and limits of construction are shown on plans accompanying these Contract Documents. The County may update the work site list subsequent to the Award of this Contract by adding, deleting, or substituting with comparable sites. The combined total cost for all work authorized by the Work Order(s) shall not exceed the Contract Award amount.
Technical Certification: LICENSE REQUIREMENTS: At the time of Bid and pursuant to the requirements of Section 10-3 of the Code of Miami-Dade 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 Specialty Engineering Contractor, commensurate to the requirements of the Scope of Work, in one or more engineering crafts to include Pipeline Engineering Contractor, or Paving Engineering Contractor. The specialty contractor shall subcontract with a qualified contractor any work which is incidental to the specialty but is specified in the aforementioned Code as being the work of other than that of the Engineering Specialty for which certified; or b. Certification, as a Underground Utility and Excavation Contractor, provided by the State of Florida Construction Industry Licensing Board, pursuant to the provisions of Section 489.115 of the Florida Statutes. EXPERIENCE: 1. The Bidder must demonstrate that it has full-time personnel with the necessary experience to perform the Project’s Scope of Work. This experience shall include work in successfully completed projects performed by the identified personnel whose bulk of work performed in the Public Right-of-Way is similar in detail to the Project’s Scope of Work described in these Solicitation Documents. Demonstrate the experience requirement by: a. Providing a detailed description of at least three (3) 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 five years. List and describe the aforementioned projects and state whether the work was performed for the County, other government clients, or private entities. The description must identify for each project: 1) The identified personnel and their assigned role and responsibilities for the listed project 2) The client's 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. 2. The County reserves the right to request additional information and/or contact listed persons pertaining to bidder’s experience. INDEMNIFICATION AND INSURANCE REQUIREMENTS: The Contractor shall furnish to Department of Transportation and Public Works, 111 NW 1 Street, Miami Florida 33128, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: 1. Worker’s Compensation Insurance for all employees of the Contractor as required by Florida Statute 440. 2. Commercial General Liability Insurance in an amount not less than $1,000,000 per occurrence, and $2,000,000 in the aggregate, not to exclude Explosion Collapse and Underground Hazards and Products and Completed Operations. Miami-Dade County must be shown as an additional insured with respect to this coverage. 3. Automobile Liability Insurance covering all owned, non-owned and hired vehicles, in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. 4. Umbrella Liability Insurance in an amount not less than $3,000,000 per occurrence, and $3,000,000 in the aggregate. a. If Excess Liability is provided must be follow form for coverage’s 2 and 3.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

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.