Similar Projects
Treasure Island Elementary School Community Park - Construction - CP23-07 - North Bay Village
New Construction, Infrastructure
Conception
$2,703,546 CJ est. value
North Bay Village, FL 33141

115th Street Mixed-Use
New Construction, Infrastructure
Conception
$5,000,000 CJ est. value
Miami Shores, FL 33161

Brownsville Transit Village Phase 5
New Construction, Infrastructure - 99,854 SF
Design
$45,000,000 CJ est. value
Miami, FL 33142

Brownsville Transit Village Phase 5
New Construction, Infrastructure - 99,854 SF
Design
$45,000,000 CJ est. value
Miami, FL 33142

RFP D/B - Design-Build-Finance Services for North Bulkhead Berths 1-6 Realignment
Infrastructure
Bidding
$241,935,484 CJ est. value
Miami, FL 33132

Publix #1770 - Riviera Plaza / Coral Gables
New Construction, Infrastructure - 52,363 SF
Post-Bid
$10,000,000 CJ est. value
Coral Gables, FL 33146

Publix #1770 - Riviera Plaza / Coral Gables
New Construction, Infrastructure - 52,363 SF
Post-Bid
$10,000,000 CJ est. value
Coral Gables, FL 33146

Design-Build Services for Roadway Improvements to NE 2nd Avenue
Results
Less than $10,307,626 est. value
Miami, FL 33128

SR 826 - Palmetto Expressway Capacity Improvement Project (FPID)
Results
Miami Lakes, FL 33014

Alton Bay Condominium Tower / Miami Beach
New Construction, Infrastructure - 197,780 SF
Construction
$10,000,000 CJ est. value
Miami Beach, FL 33140

Alton Bay Condominium Tower / Miami Beach
New Construction, Infrastructure - 197,780 SF
Construction
$10,000,000 CJ est. value
Miami Beach, FL 33140

Beckham's Miami Freedom Park - United Major League Soccer Stadium
New Construction, Infrastructure - 1,000,000 SF
Pending Verification
$1,000,000,000 CJ est. value
Miami, FL 33125

Beckham's Miami Freedom Park - United Major League Soccer Stadium
New Construction, Infrastructure - 1,000,000 SF
Pending Verification
$1,000,000,000 CJ est. value
Miami, FL 33125

M-Tower
New Construction, Infrastructure, Renovation - 10,531 SF
Design
$170,000,000 CJ est. value
Miami, FL 33130

RFP D/B - USCG National Multiple Award Construction Contract (NMACC III)
Term Contract
Post-Bid
$25,000,000 CJ est. value
Seattle, WA 98174

Last Updated 04/24/2023 09:04 AM
Project Title

Safe Route to School (SRTS) Infrastructure Priority 3 - Coral Reef, Howard Drive and Perrine Elementary Schools

Physical Address View project details and contacts
City, State (County) Palmetto Bay, FL 33157   (Miami-Dade County)
Category(s) Heavy and Highway
Sub-Category(s) Maintenance, Paving/Reconstruction, Site Development
Contracting Method Competitive Bids
Project Status Construction start expected October 2023 , Construction documents
Bids Due View project details and contacts
Estimated Value $897,191 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

**As of April 24, 2023 project has been canceled. As of this time it is unknown if and when project will rebid. Project No: 044649022 Federal Aid Project No.: D618-085-B F.A.P. No. (Construction): 438160-1-58-01 Financial Management No.: G1968 Contract Number: 2022-11-009 The Village of Palmetto Bay, Florida has issued this Invitation To Bid (ITB) to solicit competitive bids and proposals from qualified Contractor for Safe Routes to School (SRTS) Improvements near and around Coral Reef Elementary 7895 SW 152nd Street, Palmetto Bay, FL 33157, Howard Drive Elementary 7750 SW 136th Street, Palmetto Bay, FL 33156 and Perrine Elementary 8851 SW 168th Street, Palmetto Bay, FL 33157. The PROPOSER, in submitting this Bid, must include a 5% Bid Bond for the amount of the base Bid. Such bond may be in the form of a cashier's check or approved Bid Bond in the amount of 5% of the total amount of the base Bid. A company or personal check shall not be deemed a valid Bid Security.E, the conditions of this obligation are such that if the Principal within ten (10) consecutive calendar days after written notice of such acceptance, enters into a written Contract with the Village of Palmetto Bay and furnishes the Performance and Payment Bonds, satisfactory to the VILLAGE, each in an amount equal to one hundred percent (100%) of the Contract Price, and provides all required Certificates of Insurance, then this obligation shall be void; otherwise the sum herein stated shall be due and payable to the Village of Palmetto Bay and the Surety herein agrees to pay said sum immediately, upon demand of the VILLAGE, in good and lawful money of the United States of America, as OFF for failure thereof of said Principal. March/April 2023 Construction to begin Friday, December 8, 2023 Project to be completed Wednesday, September 21, 2022 Final deadline for submission of questions/information . The VILLAGE reserves the right to reject any and all Bids. Bids shall be awarded by the VILLAGE to the PROPOSER that provides the lowest responsible bid; after the VILLAGE performs all necessary searches, inquiries, exploration, and analysis of the bids. No Notice of Award will be given until the VILLAGE has concluded any investigation(s) as they deem necessary to establish the PROPOSER'S capability to perform the services as described in this CONTRACT, as substantiated by the required professional experience, client references, technical knowledge and qualifications; and sufficient labor and equipment to comply with the VILLAGE's established standards, as well as the financial capability of the PROPOSER to perform the Work in accordance with the Contract Documents to the satisfaction of the VILLAGE within the time prescribed. The VILLAGE reserves the right to reject the Bid of any PROPOSER on the basis of these queries and investigations. In analyzing Bids, the VILLAGE will also take into consideration client references, past work experience and work product, proven ability to satisfactorily design and build the Pedestrian Crosswalk Improvements to VILLAGE standards; and alternate and lump sums if requested by the Bid forms. If the Contract is awarded, the VILLAGE will issue the Notice of Award and give the successful PROPOSER a Contract for execution within ninety (90) days after opening of Bids. All Subcontractors are subject to Village approval. The Village reserves the right to reject any and all Subcontractors listed by the Proposer and bears no responsibility or liability to the Proposer or Subcontractor for any commitments made regarding the use of particular Subcontractor for the Project. Furthermore, the Village reserves the right to limit the tasks to be assigned to any Subcontractor. Subcontractors will need to abide by the same provisions and requirements with Federal-Aid Construction Contracts. Under FHWA 1273 and FDOT, the prime shall perform 40% of the project. The Village of Palmetto will uphold 40% performance by the prime. The PROPOSER who has the Contract awarded to them and who fails to execute the Contract and furnish the Insurance Certificates within the specified time shall forfeit the Bid Security that accompanied their Bid, and the Bid Security shall be retained as liquidated damages by the VILLAGE, and it is agreed that this sum is a fair estimate of the amount of damages the VILLAGE will sustain in case the PROPOSER fails to enter into the Contract as herein before provided. Bid Security deposited in the form of a cashier's check drawn on a local bank in good standing shall be subject to the same requirements as a Bid Bond. Upon failure of CONTRACTOR to complete the Work within the time specified for completion, (plus approved extensions if any) liquidated damages are hereby fixed and agreed upon between the parties, recognizing the impossibility of precisely ascertaining the amount of damages that will be sustained by the VILLAGE as a consequence of such delay and both parties desiring to obviate any question of dispute concerning the amount of said damages. The VILLAGE shall have the right to deduct from and retain out of moneys which may be then due, or which may become due and payable to CONTRACTOR, the amount of such liquidated damages, the CONTRACTOR shall pay in full such liquidated damages. Applicable liquidated damages are the amounts established in the following schedule . Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss and other damages if the Work is not substantially or finally complete within the time specified in Section 1.2, plus extensions thereof allowed in accordance with Section 12.7 of the ITB. They also recognize the expense and difficulties involved in proving, in a legal or arbitration proceeding the actual loss suffered by OWNER if the Work is not substantially or finally complete on time. CONTRACTOR acknowledges and agrees that the actual delay damages which OWNER will suffer in the event of delay in achieving Substantial Completion or Final Completion of the Work are difficult, if not impossible, to determine and that the liquidated damages described herein are a fair and reasonable estimate of the delay damages which the OWNER is expected to suffer in the event of such delay. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree, that as liquidated damages for delay (but not as a penalty), CONTRACTOR shall pay OWNER applicable liquidated damages by the amounts specified in Section 1.2 for Substantial Completion until the Work is substantially complete. Liquidated damages shall be deducted from the CONTRACTOR's Applications for Payment. However, if at the time of the CONTRACTOR's Final Application for Payment, CONTRACTOR is owed insufficient amounts to fully cover the deduction for liquidated damages, then CONTRACTOR shall pay any amount due within 10 days of written demand by OWNER. In the event of any violation of the clause set forth in paragraph 1 of this section, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph 1 of this section, in the sum currently provided in 29 CFR 5.5(b)(2)* for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph 1 of this section. 29 CFR 5.5. The FHWA or the contacting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph 2 of this section. 29 CFR 5.5

Details

Division 32 - Exterior Improvements, Operation and Maintenance of Exterior Improvements.
Division 34 - Transportation, Operation and Maintenance of Transportation.

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