Solicitation Details - MCC 7360 RPQ DRM-CCTV-2025
Back To Search SolicitationsTitle:
Video Inspection Services and Storm Drain System Maintenance Project
Opening Date:
7/16/2025 2:00:00 PM
Announcement Info:
Scope of Work:
(Contractor must obtain and submit all permits prior to performing any work).
The Video Inspection Services and Storm Drain System Maintenance Project Scope of Work for this contract consists of furnishing all supervision, trained/certified/licensed personnel, labor, materials, equipment (included but not limited to any vacuum trucks, plugs, and ancillary pumping systems) and tools required to perform all operations necessary for the hydraulic cleaning and vacuum removal of all foreign material, obstructions, debris, etc. in pipes and associated systems in accordance with these specifications and/or as directed by the Engineer.
If the Contractor should need and decide to provide water to perform the Scope of Work, a construction water meter from the applicable utility is required when accessing fire hydrants as a source of water. A permit or formal approval from the utility shall be submitted to the Engineer or Engineer’s Designee.
The Contractor will use Closed Circuit Television (CCTV) imagery to depict the “pre and post” cleaning conditions of all pipe and associated systems that have been identified for cleaning.
The Contractor shall remove and dispose all debris removed as a result of the cleaning from the designated areas in a legal manner to the satisfaction of the Engineer. Cleaning shall be done in a manner so as not to damage the storm drainpipe and associated systems. No debris will be allowed to be stockpiled within public right-of-way, adjacent or on any private property. All debris shall be stockpiled in an approved staging site and shall provide access to RER staff to inspect as needed. Receipts indicating that the Contractor has properly disposed of the debris within the guidelines of all appropriate laws shall be supplied to the County with each invoice.
Any pipe and/or associated system discovered to be damaged (through no fault of the Contractor) shall be recorded via “pre-cleaning” Closed Circuit Television (CCTV) imagery and reported.
The Contractor shall provide water containment booms (or approved equal) to prevent water utilized during this process from ponding on streets, right of ways and property (public or private) and to direct the flow of filtered water (within accepted turbidity limits) back into the storm drainpipe and associated system.
The Contractor shall be responsible for obtaining all permits as well as preparing a Maintenance of Traffic Plan (M.O.T.) that shall be approved by the required permitting agency/agencies prior to initializing any work. The Contractor shall implement the approved M.O.T. prior to initiating work night or day. Furthermore, the approved plan shall be presented to the Engineer or Engineer’s Designee prior to initializing work as well.
Prior to the commencement of work for an assigned task, the Contractor shall submit for approval by the Engineer a description of the type of materials and equipment to be used, and the method of procedure to be used in the performance of the work of possibility of award.
The Contractor shall implement Best Management Practices for erosion and sediment control during the cleaning of the storm drainpipe and associated systems.
The proposed work must be performed by qualified personnel and in a professional and workmanlike manner in accordance with industry standards and practices.
Prospective bidders are required to understand and comply with the insurance requirements related to this project.
Requests for project documents will be accepted via email commencing on Monday, June 16, 2025. All requests shall be submitted to [email protected], [email protected], and [email protected] with a copy to [email protected].
A mandatory pre-bid meeting will be held at 11:00AM on Wednesday, June 25, 2025 via Microsoft Teams. Only bidders attending the mandatory pre-bid meeting will be allowed to bid on project. Bidders attending shall have requested and received documents related to the project. Bidders should be familiar with the documents so that any questions regarding interpretation and/or clarification may be addressed.
Bidder shall request bid documents from department as instructed in order to be sent the invite and attend the Microsoft Teams mandatory pre-bid meeting. Only those bidders attending will be allowed to submit bids.
Any questions regarding interpretation or clarification to project shall be submitted via email to [email protected], [email protected], and [email protected] with a copy to [email protected] .
Each such request must be received at least five (5) working days before the submittal date as established in the Project advertisement or as formally amended, in order that interpretation or clarification be issued in the form of written addenda, emailed, mailed or delivered to all prospective Contractors.
The Contractor shall submit and turn in (1) labeled and sealed envelope with the completed bid package. The envelope shall contain the “Contractor Bid Documents Submittal Checklist and Proposal” with ALL corresponding items. The envelope is due at the time and bid submission date as stated in this invitation to bid. Bidders may participate on Wednesday, July 16, 2025, at 2:00 p.m. Local Time, at the Stephen P. Clark Center, 111 N.W. 1st Street, 17th Floor, where it will be publicly opened and read aloud by the Clerk.
All bids must be submitted in a sealed envelope or container bearing on the outside the name of the Bidder, his address, the number of the project for which the bid is submitted, and the date of opening. Bids will be opened promptly at the submittal deadline. Bids received after the first bid envelope or container has been opened will not be considered. The County shall award the project to the lowest responsive and responsible bidder meeting all requirements. Each bid must be accompanied by a certified check or an acceptable bid bond in the amount not less than five (5%) of the budgeted amount, made payable to the Board of County Commissioners of Miami Dade County, as a guarantee that the bidder, if notified of the project award, shall within five (5) working days, shall execute a Work Order for the Project.
Miami Dade County’s “Cone of Silence”, Section 2-11.1(t) of the Code of Miami Dade County, approved by the Board of County Commissioners, specifically prohibits communication in regard to this bid solicitation with County staff except as allowed by the Code. The period covered by the “Cone of Silence” is defined in the code.
Technical Certification:
General Building Contractor; General Engineering; Pipelines Engineering Contractor; Pipe Lines
Commodities
Code | Description |
---|---|
96820 | BUILDING CONSTRUCTION |
96842 | GENERAL CONSTRUCTION |
96865 | PIPE LINE CONSTRUCTION AND REPAIR |
Solicitation Package/Addendums
Type | File Name |
---|---|
Package | MCC_7360_RPQ_DRM-CCTV-2025.pdf |