Skip to content
Miami-Dade County

Rickenbacker Causeway Comfort Station No. 2 Sewer Connection

Solicitation: 20250162 (MCC 7360)
Notice ID: c3cf290ad1f64de4a9c272b282c73f27
Set-AsideSBDepartmentMiami-Dade CountyAgencyStrategic Procurement Department (SPD)StateFLPostedJan 21, 2026, 12:00 AM UTCDueFeb 25, 2026, 07:00 PM UTCCloses in 2 days

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

A. Work under this Contract includes but is not limited to the furnishing of all supervision, labor, materials, tools, equipment and performing all operations required to connect the public sanitary sewer system nearby, with a new sewer pump station, force main extension, to replace a septic system (septic tank and approximately 1,368 square feet of drain field) in accordance with Miami Dade County Public Works Manual and the conditions of the Miami-Dade County Miscellaneous Construction Contract, (MCC) Plan 7360. Work includes but is not limited to: 1. The contractor is responsible to secure all necessary permits including but not limited to submittal of inspections, assessments if required by MDWASD, RER and DOH, shop drawings and permits applications. Contractor will only be reimbursed fees paid to permitting agencies at invoice cost from and dedicated allowance account. All other cost incurred while processing permits are to be added to the Lumps Sum price of the submittal. 2. Remove and proper dispose of existing septic tank, drain field system, including pumping out existing waste and debris. 3. Construct sewer pump station and appurtenances, sewer lateral and sewer force mains in accordance with MDWASD, RER and County Health Department and any other regulatory agency or municipality. 4. Inspect effluent sewer pipe and replace if needed. 5. Harmonize site including replacing and or re-working of revetment rocks, pavers, sod, small plants and or shrubbery to match existing surrounding area. 6. Repair/Replace curbs, sidewalks, pavers, asphalt paths, pavement markings damaged or removed during construction. B. If any changes are required due to conflict of design and or field conditions, the Engineer will make the final determination. A 1.0 % SBE-G&S goal in the following recommended services/commodities: • NIGP 98852: Landscaping Services • NIGP 90974: Site Clean-up The bidder is free to utilize any other applicable commodities/services that are not license based construction trades found on the project to meet the SBE – Goods & Services Goal.”
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: 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, General Engineering Contractor, General Contractor, Underground Utility/ Excavation 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 as licensed plumber and electrical contractor. EXPERIENCE: 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: 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: A. Worker’s Compensation Insurance for all employees of the Contractor as required by Florida Statute 440. B. 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 Products and Completed Operations and Explosion Collapse and Underground Hazards. Miami-Dade County must be shown as an additional insured with respect to this coverage. C. 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. D. Pollution Liability Insurance in an amount not less than $1,000,000 per occurrence covering third party claims, remediation expenses, and legal defense expenses arising from on-site and off-site loss, or expense or claim related to the release or threatened release of Hazardous Materials that result in contamination or degradation of the environment and surrounding ecosystems, and/or cause injury to humans and their economic interest. E. Umbrella Liability Insurance in an amount not less than $3,000,000 per occurrence, and $3,000,000 in the aggregate. • If Excess Liability is provided must be follow form for coverages B and C. F. Completed Value Builders’ Risk Insurance on an “all risk” basis in an amount not less than one hundred (100%) percent of the completed contract value. The policy shall be in the name of Miami Dade County and the Contractor. All insurance policies required above shall be issued by companies authorized to do business under the laws of the State of Florida, with the following qualifications:

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.