Signalization of SW 43rd Court/ SW 20th Street
Bidders ID: | NBD21995728039981601 |
---|---|
Due Date: | Apr 15, 2025 |
Posted Date: | Apr 14, 2025 |
Level of Government: | State & Local |
State: | Florida |
Agency: | City of Ocala |
Category: |
|
Solicitation Number: | ITB#CIP/250438 |
Source: | Members Only |
Main
Agency
City of Ocala
City of Ocala
Status
Active
Active
Fiscal Year
2025
2025
Type
Invitation to Bid
Invitation to Bid
Department
Purchasing
Purchasing
Online Submissions
No
No
Project Estimate
Piggyback Solicitation
No
No
Insurance Required
No
No
Bid Bond Required
Yes
Yes
Bid Bond Amount
5%
5%
Performance Bond Required
No
No
Performance Bond Amount
Construction Bond Required
No
No
Construction Bond Amount
Scope of Services
ITB#CIP/250438 Signalization of SW 43rd Court/ SW 20th Street
Scope of Work: BACKGROUND 1. The City of Ocala requires the services of an experienced Contractor to complete the construction of SW 43rd Court @ SW 20th Street Signalization Project. 2. Scope of the project consists of constructing a new traffic signal at the intersection of SW 43RD Court and SW 20th Street. Signalization improvements will include constructing concrete strain poles, traffic signals, ITS, pedestrian signals and detectors, masonry retaining wall, and loop assemblies. 3. All pedestrian features including crosswalks and pedestrian detectors shall adhere to current ADA standards. The project will be constructed within the limits of the existing rights of way. 4. City to provide the following items: 641-2-30 - Prestressed Concrete Pole - Unit price for items will be for transport from City property to job site & install only.
670-5-300 - Traffic Controller Assembly - Unit price for items will be for transport from City property to job site & install only. 5. Proper maintenance of traffic is required at all times. 6. Contractor is responsible for providing all materials, labor, and equipment to complete the project.
EXPERIENCE, FDOT PRE-QUALIFICATION, AND CERTIFICATION REQUIREMENTS 1. Experience Requirement: Bidder must possess three (3) years’ experience in providing roadway construction services. 2. FDOT Pre-Qualification Requirement: Bidder must be FDOT Pre-Qualified with reviewed financial statements in the following work classes in accordance with Florida State Statute 337.14 and Florida Administrative code 14-22.
Traffic Signal NOTE: Bidders must upload their current FDOT prequalification letter with their bid submission, or their bid may be considered non-responsive. 3. Maintenance of Traffic (MOT)/Temporary Traffic Control (TTC) Certification: Bidder must possess MOT/TTC Advanced certification. One (1) person who is MOT/TTC Advanced certified must be on site at all times during construction.
PRICING AND AWARD 1. Bidder must bid on all line items.
2. Bidder must upload a completed Exhibit B – Price Proposal with their response.
3. Bids will be received on a Unit Price basis. The City will pay the Contract only for the actual units that the Contractor provides, installs, or constructs.
4. Award will be made to the lowest bidder meeting all requirements outlines herein.
5. Bidder will honor prices for sixty (60) days after award of solicitation.
6. AMOUNTS DUE TO THE CITY. Contractor must be current and remain current in all obligations due to the City during the performance of services under the Agreement. Payments to Contractor may be offset by any delinquent amounts due to the City or fees and/or charges owed to the City.
The requirements for this listing are outlined in the exhibits.
Bid Bond: 5%
ITB#CIP/250438 Signalization of SW 43rd Court/ SW 20th Street
Scope of Work: BACKGROUND 1. The City of Ocala requires the services of an experienced Contractor to complete the construction of SW 43rd Court @ SW 20th Street Signalization Project. 2. Scope of the project consists of constructing a new traffic signal at the intersection of SW 43RD Court and SW 20th Street. Signalization improvements will include constructing concrete strain poles, traffic signals, ITS, pedestrian signals and detectors, masonry retaining wall, and loop assemblies. 3. All pedestrian features including crosswalks and pedestrian detectors shall adhere to current ADA standards. The project will be constructed within the limits of the existing rights of way. 4. City to provide the following items: 641-2-30 - Prestressed Concrete Pole - Unit price for items will be for transport from City property to job site & install only.
670-5-300 - Traffic Controller Assembly - Unit price for items will be for transport from City property to job site & install only. 5. Proper maintenance of traffic is required at all times. 6. Contractor is responsible for providing all materials, labor, and equipment to complete the project.
EXPERIENCE, FDOT PRE-QUALIFICATION, AND CERTIFICATION REQUIREMENTS 1. Experience Requirement: Bidder must possess three (3) years’ experience in providing roadway construction services. 2. FDOT Pre-Qualification Requirement: Bidder must be FDOT Pre-Qualified with reviewed financial statements in the following work classes in accordance with Florida State Statute 337.14 and Florida Administrative code 14-22.
Traffic Signal NOTE: Bidders must upload their current FDOT prequalification letter with their bid submission, or their bid may be considered non-responsive. 3. Maintenance of Traffic (MOT)/Temporary Traffic Control (TTC) Certification: Bidder must possess MOT/TTC Advanced certification. One (1) person who is MOT/TTC Advanced certified must be on site at all times during construction.
PRICING AND AWARD 1. Bidder must bid on all line items.
2. Bidder must upload a completed Exhibit B – Price Proposal with their response.
3. Bids will be received on a Unit Price basis. The City will pay the Contract only for the actual units that the Contractor provides, installs, or constructs.
4. Award will be made to the lowest bidder meeting all requirements outlines herein.
5. Bidder will honor prices for sixty (60) days after award of solicitation.
6. AMOUNTS DUE TO THE CITY. Contractor must be current and remain current in all obligations due to the City during the performance of services under the Agreement. Payments to Contractor may be offset by any delinquent amounts due to the City or fees and/or charges owed to the City.
The requirements for this listing are outlined in the exhibits.
Bid Bond: 5%
Dates(All times are listed as
EST
)
Broadcast Date
3/1/2025 12:00 PM EST
3/1/2025 12:00 PM EST
Question End Date
Due Date
4/15/2025 2:00 PM EST
4/15/2025 2:00 PM EST
Bid Opening Date
Pre-Bid Conferences
Total: 0
(All times are listed as
EST
)
Date | Time | Mandatory | Location |
Documents
Total: 6
Commodity Codes
Total: 3
Code | Description |
[855-53] | Lighting Systems, Complete |
[550-88] | Traffic Signals and Equipment, Electric Systems |
[913-27] | Construction, Highway and Road |
Publications
Total: 0
Publication | Date |
Disclaimer: The details regarding bids, requests for proposals (RFPs), and requests for qualifications (RFQs) on this site are provided for convenience and do not represent official public notice. To respond to or inquire about bids, RFPs, or RFQs, please contact the appropriate government department.
TRY FOR FREE
Not a GovernmentBidders Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.