Similar Projects
Marigold Avenue Roundabouts - Osceola County
Infrastructure
Conception
$5,000,000 est. value
Poinciana, FL 34758

Marigold Avenue Apartments
New Construction, Infrastructure
Design
$100,000,000 est. value
Poinciana, FL 34758

Residence Inn by Marriott / Winter Haven
New Construction, Infrastructure - 81,000 SF
Design
$24,000,000 CJ est. value
Winter Haven, FL 33880

RFP D/B - SR 35 (US 98) From N of West Socrum Loop Rd to S of CR 54
Infrastructure
Bidding
$110,916,000 CJ est. value
Lakeland, FL 33812

RFP D/B - SR 35 (US 98) From N of West Socrum Loop Rd to S of CR 54
Infrastructure
Bidding
$110,916,000 CJ est. value
Lakeland, FL 33812

Daniel Jenkins Academy Walkway Improvements
Infrastructure
Sub-Bidding
$80,000 CJ est. value
Haines City, FL 33844

Daniel Jenkins Academy Walkway Improvements
Infrastructure
Sub-Bidding
$80,000 CJ est. value
Haines City, FL 33844

Posner Business Center
New Construction, Infrastructure - 72,212 SF
Post-Bid
$5,650,000 CJ est. value
Davenport, FL 33837

Posner Business Center
New Construction, Infrastructure - 72,212 SF
Post-Bid
$5,650,000 CJ est. value
Davenport, FL 33837

Avenue C, SW Complete Street Project
Results
$1,419,000 est. value
Winter Haven, FL 33880

Osprey Unit Road Capping
Results
Less than $130,000 est. value
Polk City, FL

RFP D/B - Design and Construction of Zone 3 - WEG HQ/Maintenance Hangar and Apron Facilities
New Construction, Infrastructure - 211,419 SF
Construction
$195,651,603 CJ est. value
Tyndall AFB, FL 32403

Staybridge Suites Hotel / Winter Haven
New Construction, Infrastructure - 75,000 SF
Pending Verification
$22,600,000 CJ est. value
Winter Haven, FL 33880

Staybridge Suites Hotel / Winter Haven
New Construction, Infrastructure - 75,000 SF
Pending Verification
$22,600,000 CJ est. value
Winter Haven, FL 33880

Arby's #8977 / Lakeland
New Construction, Infrastructure - 2,332 SF
Design
$350,000 CJ est. value
Lakeland, FL 33803

Last Updated 09/22/2022 02:36 PM
Project Title

Bone Valley ATV Park Bridge

Physical Address View project details and contacts
City, State (County) Bartow, FL 33830   (Polk County)
Category(s) Heavy and Highway
Sub-Category(s) Bridge, Paving/Reconstruction, Site Development
Contracting Method Bids by Invitation, Competitive Bids
Project Status Contract Award, Construction start expected August 2022
Bids Due View project details and contacts
Estimated Value $3,235,420 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

The work is for the construction of a new 163 FT single span bridge crossing CR 630 W at the Bone Valley ATV Park property. The construction of immediate approaches to the bridge and new drainage system. Existing utilities will be required to relocate and/or adjust as needed.aaThe work is for the construction of a new 163 FT single span bridge crossing CR 630 W at the Bone Valley ATV Park property. The construction of immediate approaches to the bridge and new drainage system. Existing utilities will be required to relocate and/or adjust as needed. The construction cost estimate for the project is $1,875,145.49 with Final Complete in 450 calendar days from Notice to Proceed. Questions regarding this bid should be in writing and should reference the above Bid. Submit all questions to Ken Brush, Procurement Contract Manager, via email at kenbrush@polkcounty.net or via fax at (863) 534-6789 by 4:00 p.m. Friday June 12, 2022. Qualification Requirements: The prime contractor or subcontractors shall be on the Current List of FDOT Prequalified Contractors in the following work classes: Drainage; Grading; Fencing; Grassing, Seeding & Sodding and Minor Bridges Prime contractor must be a State of Florida Certified General Contractor and should provide proof of current general contractors' license (s) with their submittal. Prime contractor must have been in business under the same name or EIN number for a minimum of 3 years. Bidders must possess a Polk County Local Business Tax Receipt (f/k/a Business License} in order to do business with the County. A copy of such license must be provided to the Procurement Division before award is made to the successful bidder Contractor shall submit a reference list of at least three (3) completed project similar in scope within the last five (5) years that reflects similar work performed. The list shall include: the project description, project address, current contact person, telephone number and e-mail address. References should be submitted with the Bid or must be submitted by the successful vendor within five (5) business days of request and before award. The prime contractor shall perform a minimum of 40% of all work contained within the scope of work as outlined in the bid documents and special conditions. This percentage of work requirement does not include the furnishing of materials or equipment in the construction, if not installed by the primary contractor Liquidated Damages: The parties acknowledge that it would be difficult or impossible to accurately determine the amount of actual damages the County would or may incur as a consequence of the Contractor's failure to timely deliver the Project Work in accordance with the Contract Documents. Accordingly, in lieu of assessing actual damages if the Contractor fails to timely deliver Project Work, the parties confirm that: (i) the assessment of liquidated damages is reasonable and appropriate; (ii) the terms and the amount(s) of the liquidated damages stated below are reasonable; and (iii) the liquidated damages will be assessed as the County's remedy under such circumstances and not as a penalty. Should the Contractor request and be granted additional time to reach substantial completion via change order(s), the last revised date shall be the date used to calculate the time from which liquidated damages will be assessed. Applicable liquidated damages are the amounts established in FDOT Specification 8-10.2 Amount of Liquidated Damages. The County hereby notifies all Bidders that Women/Minority Business Enterprise firms are to be afforded a full opportunity to participate in any bid by the County and will not be subject to discrimination on the basis of race, color, sex or national origin. It is asked that Bidders make good faith efforts to use qualified W/MBE subcontractors in preparing their bid. Bidders are encouraged to contact the Office of Supplier Diversity at (863) 534-5959 for assistance or visit our website

Details

Division 01 - General Requirements, Vehicular Access and Parking, Traffic Control, Temporary Barriers and Enclosures.
Division 03 - Concrete, Concrete Reinforcing, Precast Structural Concrete.
Division 05 - Metals, Structural Steel Framing, Structural Steel for Bridges, Steel Joist Framing, Steel Joist Girder Framing.
Division 07 - Thermal and Moisture Protection, Expansion Control.
Division 09 - Finishes, High-Performance Coatings.
Division 10 - Specialties, Signage, Traffic Signage.
Division 26 - Electrical, Exterior Lighting, Lighting Poles and Standards, Roadway Lighting.
Division 31 - Earthwork, Embankments, Erosion and Sedimentation Controls, Slope Protection, Gabions, Riprap, Special Foundations and Load-Bearing Elements, Driven Piles.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Rigid Paving, Fences and Gates, Retaining Walls.
Division 34 - Transportation, Bridges.

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