Similar Projects
Last Updated | 07/21/2023 04:04 PM |
Project Title | Construction Services for the Poinciana Boulevard Widening Project |
Physical Address | View project details and contacts |
City, State (County) | Kissimmee, FL 34758 (Osceola County) |
Category(s) | Heavy and Highway, Outdoor Lighting, Sewer and Water |
Sub-Category(s) | Maintenance, Paving/Reconstruction, Roadway Lighting, Sidewalks/Parking Lot, Site Development, Water Lines |
Contracting Method | Bids by Invitation, Competitive Bids |
Project Status | Contract Award, Construction start expected June 2023 , Request For Proposals |
Bids Due | View project details and contacts |
Estimated Value | $59,547,259 [brand] Estimate |
Plans Available from | Agency's Affiliate |
Owner | View project details and contacts |
Architect | View project details and contacts |
Description | The intent of this solicitation is to select a successful Bidder (Contractor) to provide for the construction of the Poinciana Boulevard Widening Project. Questions regarding this bid must be received through written email or faxed inquiries directed to the designated Procurement Services Representative. The Poinciana Boulevard project will widen and reconstruct approximately 5.6-miles of 2-lane rural roadway from Pleasant Hill Road to Trafalgar Boulevard into a 4-lane divided facility with curb and gutter, bicycle lanes and 10-ft sidewalk along the current alignment. Upon completion there will be a continuous 4-lane divided roadway from Pleasant Hill Road to US 17-92 (Orange Blossom Trail), improving capacity in the area. The project will include reconstructed signalized intersections at Pleasant Hill Road and Reaves Road, roadway and intersection lighting, stormwater ponds, Intelligent Transportation Systems (ITS) infrastructure and UWHC goes-with plans for TOHO Water Authority facilities. All pedestrian facilities are to adhere to current ADA standards. This project is locally funded with no Federal or State participation. Bidders (Prime Contractor) shall be Florida Department of Transportation (FDOT) Prequalified in the following Work Classes at the time of bid submittal due date: 7 - Drainage 10 - Flexible Paving 11 - Grading 40 - Sidewalk Bidders (Prime Contractor) or its subcontractor shall be Florida Department of Transportation (FDOT) Prequalified in the following Work Class at the time of bid submittal due date: 16 - Intelligent Transportation Systems Note: Compliance with the above FDOT prequalification requirements must be verifiable. Governing Standards and Specifications: FY 2022-2023 Standard Plans and FDOT Standard Specifications dated January 2022. Bid Bond. Where applicable, each bid must be accompanied by a bid security equaling 5% of the total bid. The bid security may be submitted in the form of a standard form bid bond from a surety licensed to do business in Florida and with a Bests or equivalent rating of A+ or more, or by a certified check, or a cashiers check. Failure to submit the bid security will result in the disqualification of your bid. Failure to submit bid security in the form of a bid bond may be used by the County as an indicator of financial non-responsibility. The terms of the bid security shall be that either the bidder will enter into the contract if awarded to the bidder, or the surety (or alternate form of security forfeit) will be responsible for the costs resulting from the failure of the bidder to enter into the contract including the increased costs associated with taking the next lowest responsive, responsible bidder and costs associated with conducting the bid and letting the contract. Payment and Performance Bonds: The successful bidder shall furnish a performance bond and payment bond, equaling one hundred percent (100%) of the total amount awarded under this project, as security for the good faith performance of this project and for the payment of all persons performing labor and supplying materials on the project and furnishing materials in connection with the project. The bonds shall be written by a surety licensed to do business in the State of Florida and shall be in a form satisfactory to the County. Receipt of said Performance and Payment Bond shall occur no later than ten (10) days after award of this project. No commencement of work shall be authorized by the County without receipt of the Performance and Payment Bond. Correction or Withdrawal of Bids. Pursuant to Chapter 3, Section 3.4-2 (D) of the Osceola County Administrative Code, after bid opening, no changes in Bid prices or other Bid provisions shall be permitted. In the event of mathematical mistakes in extended pricing, the unit price shall prevail. Mistakes discovered before opening may be modified or withdrawn via written notice from the bidder if received in the Procurement Services Office prior to the time set for Bid opening, as deemed appropriate by the Procurement Services Director. Question Deadline 04/07/2023 at 12:00 PM ET |
||||||||||
Details |
|
||||||||||
Bidder's List | View project details and contacts | ||||||||||
Prospective Bidders | View project details and contacts | ||||||||||
Project Documents |
Engineered Spec Sheet Architectural Plans Other Documents |