addendum osceola county board of county ...email: [email protected] respond to: 1...

95
Page 1 of 1 Addendum OSCEOLA COUNTY BOARD OF COUNTY COMMISSIONERS 2 Procurement Services Office 1 Courthouse Square, Suite 2300 -- Kissimmee, Florida 34741 Phone: (407) 742-0900 Fax: (407) 742-0901 TO: All Proposers FROM: Don Gaskins SUBJECT: ITB-14-03802-DG Intersection Improvements on Poinciana Boulevard at Old Tampa Highway DATE: August 13, 2014 CLARIFICATION C1. The revised solicitation document, attached hereto, replaces the original solicitation document. Section 1, “Instructions to Bidders” and Section 4 “Bid Bond” have been added to the solicitation document. ------------------------------------------------------------------------------------------------------------------------------------------ This addendum supersedes any verbal or other instructions given to any proposer qualified to respond pursuant to the requirements set forth in the ITB document. All other parts of the ITB have been maintained as originally distributed. ------------------------------------------------------------------------------------------------------------------------------------------------------------ Acknowledgment is hereby made of Addendum #2 _____________________________________________________________________ Signature of Proposer Date cc: File REMINDER: This addendum must be acknowledged, signed and returned with your proposal. Failure to comply may result in disqualification of your submittal.

Upload: others

Post on 11-Feb-2021

6 views

Category:

Documents


0 download

TRANSCRIPT

  • Page 1 of 1

    Addendum OSCEOLA COUNTY BOARD OF COUNTY COMMISSIONERS

    2 Procurement Services Office

    1 Courthouse Square, Suite 2300 -- Kissimmee, Florida 34741 Phone: (407) 742-0900 Fax: (407) 742-0901

    TO: All Proposers FROM: Don Gaskins SUBJECT: ITB-14-03802-DG Intersection Improvements on

    Poinciana Boulevard at Old Tampa Highway DATE: August 13, 2014

    CLARIFICATION

    C1. The revised solicitation document, attached hereto, replaces the original solicitation document.

    Section 1, “Instructions to Bidders” and Section 4 “Bid Bond” have been added to the solicitation document.

    --------------------------------------------------------------------------------------------------------------------------- --------------- This addendum supersedes any verbal or other instructions given to any proposer qualified to respond pursuant to the requirements set forth in the ITB document. All other parts of the ITB have been maintained as originally distributed. ------------------------------------------------------------------------------------------------------------------------------------------------------------

    Acknowledgment is hereby made of Addendum #2

    _____________________________________________________________________

    Signature of Proposer Date cc: File

    REMINDER: This addendum must be acknowledged, signed and returned with

    your proposal. Failure to comply may result in disqualification of your

    submittal.

  • Bid No. ITB-14-03802-DG

    Bid Due Date: September 02, 2014 at 2:00

    PM, Local Time

    Advertised Dates: Sunday, August 03, 2014,

    and Thursday, August 07, 2014

    Procurement Analyst: Don Gaskins

    Email: [email protected]

    Respond to: 1 Courthouse Square, Suite 2300 Kissimmee, Florida 34741

    Phone: (407)742-0900 Fax: (407)742-0901

    Bid Title: Intersection Improvements on Poinciana Boulevard at Old Tampa Highway (FPN: 435528-1-58-1, Federal No: 7777-259-A)

    Osceola County Board of County

    Commissioners

    Bid Specifications and

    Standard Agreement

    for

    Intersection Improvements on Poinciana Boulevard at

    Old Tampa Highway Bid No: 14-03802-DG

    Bid Issued by:

    Osceola County Procurement Services Office

    1 Courthouse Square, Suite 2300

    Kissimmee, Florida 34741

    Phone: 407-742-0900 Fax 407-742-0901

    NOTICE TO BIDDERS

    Bid No. 14-03802-DG

  • Bid No. ITB-14-03802-DG

    Bid Due Date: September 02, 2014 at 2:00

    PM, Local Time

    Advertised Dates: Sunday, August 03, 2014,

    and Thursday, August 07, 2014

    Procurement Analyst: Don Gaskins

    Email: [email protected]

    Respond to: 1 Courthouse Square, Suite 2300 Kissimmee, Florida 34741

    Phone: (407)742-0900 Fax: (407)742-0901

    Bid Title: Intersection Improvements on Poinciana Boulevard at Old Tampa Highway (FPN: 435528-1-58-1, Federal No: 7777-259-A)

    Pursuant to the Osceola County Procurement Code and all applicable Florida Statutes Osceola County is accepting sealed

    formal bids for the project known as the Intersection Improvements on Poinciana Parkway at Old Tampa Highway.

    Bids will be accepted by the Osceola County Procurement Services Office located at 1 Courthouse Square, Suite 2300 in

    Kissimmee, Florida 34741 until 2:00 PM Local Time on Tuesday, September 02, 2014. At which time and date all bids

    received by the appropriate date and time will be publicly opened and read aloud in the Procurement Services Office

    conference room. Any bids received after said date and time shall not be considered.

    SCOPE OF SERVICES:

    SCOPE OF SERVICES:

    This project consists of constructing a signalized intersection on Poinciana Boulevard at Old Tampa Highway. This

    includes constructing left turn lanes for the northbound, southbound and eastbound approaches and new mast arm

    signal supports. The project also includes construction of a directional median opening with turn lanes between Old

    Tampa Hwy and US 17-92, milling and resurfacing, and a 10’ concrete sidewalk along the east side of Poinciana

    Blvd. Construction limits are along Poinciana Blvd from the south side of US 17-92 to 500’ north of Old Tampa

    Highway. Contractors must be Osceola County pre-qualified Class II – Minor Roads & Streets and FDOT pre-

    qualified.

    The scope of works includes the following deliverables:

    Construct left turn lanes for the northbound, southbound and eastbound approaches to the Poinciana Blvd intersection with Old Tampa Hwy. (See Project Location Map).

    Construct signalized intersection with mast arms and interconnect with railroad crossing signals and US 17-92 intersection.

    Construct directional median opening with left turn lanes between Old Tampa Hwy and US 17-92

    Construct 10’ sidewalk along east side of Poinciana Blvd with curb ramps and detectable warnings

    Construct pedestrian signals on Poinciana Blvd at Old Tampa Highway and at US 17-92

    Adjust existing manhole top

    Provide signing and pavement markings

    Replace disturbed sod in-kind.

    Construct pipe handrail

    Provide temporary traffic control and erosion control

    Coordinate with CFRC for work within the railroad right-of-way

    Permitting as warranted, including completion of the FDOT General Use Permit.

    Provide As-built Plans.

    Governing Standards and Specifications:

    Florida Department of Transportation Design Standards Dated 2014

    Florida Department of Transportation Standard Specifications for Road and Bridge Construction dated 2014 as

    amended by the Contract Documents.

    THERE WILL BE a MANDATORY PRE-BID CONFERENCE held on Tuesday, August 12, 2014 at 9:30 AM in

    the Procurement Services Conference Room located at 1 Courthouse Square, Suite 2300, Kissimmee, Florida

    34741. The deadline for questions is August 22, 2014 at 2:00 PM Local Time.

  • Bid No. ITB-14-03802-DG

    Bid Due Date: September 02, 2014 at 2:00

    PM, Local Time

    Advertised Dates: Sunday, August 03, 2014,

    and Thursday, August 07, 2014

    Procurement Analyst: Don Gaskins

    Email: [email protected]

    Respond to: 1 Courthouse Square, Suite 2300 Kissimmee, Florida 34741

    Phone: (407)742-0900 Fax: (407)742-0901

    Bid Title: Intersection Improvements on Poinciana Boulevard at Old Tampa Highway (FPN: 435528-1-58-1, Federal No: 7777-259-A)

    Associated documents to this project are located on the County’s FTP site. The County’s FTP site can be accessed

    as follows:

    ftp.osceola.org

    Username: propublic

    Password: Full@top *case sensitive

    IN ORDER TO BE CONSIDERED A PLANHOLDER FOR THIS PROJECT AND TO ENSURE RECEIPT OF ANY

    ADDENDA, FIRMS SHALL ACCESS THE COUNTY’S VENDOR BID NOTIFICATION SYSTEM AND

    REGISTER FOR THIS PROJECT. TO ACCESS THIS SITE: HTTPS://VENDORLINK.OSCEOLA.ORG

    Bid Bond. 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 Best’s 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.

    Correction or Withdrawal of Bids. Pursuant to Section 3.10(F) of the Osceola County Administrative Code,

    withdrawal of bids may be accomplished by written notice received in said office prior to bid opening. If a bidder is

    permitted to withdraw its bid before award as provided in Section 3.10 (F), no action shall be had against the bidder or the

    bid security. Correction of inadvertently erroneous bids may be permitted by written sealed notice received in the office

    designated herein prior to the time set for bid opening. The County reserves the right to reject any or all bids or proposals,

    in whole or in part, when it is for good cause and in the best interest of the County.

  • Bid No. ITB-14-03802-DG

    Bid Due Date: September 02, 2014 at 2:00

    PM, Local Time

    Advertised Dates: Sunday, August 03, 2014

    and Thursday, August 07, 2014

    Procurement Analyst: Don Gaskins

    Email: [email protected]

    Respond to: 1 Courthouse Square, Suite 2300 Kissimmee, Florida 34741

    Phone: (407)742-0900 Fax: (407)742-0901

    Bid Title: Intersection Improvements on Poinciana Boulevard at Old Tampa Highway (FPN: 435528-1-58-1, Federal No: 7777-259-A)

    Section 1

    Instructions to

    Bidders

    1

  • Bid No. ITB-14-03802-DG

    Bid Due Date: September 02, 2014 at 2:00

    PM, Local Time

    Advertised Dates: Sunday, August 03, 2014

    and Thursday, August 07, 2014

    Procurement Analyst: Don Gaskins

    Email: [email protected]

    Respond to: 1 Courthouse Square, Suite 2300 Kissimmee, Florida 34741

    Phone: (407)742-0900 Fax: (407)742-0901

    Bid Title: Intersection Improvements on Poinciana Boulevard at Old Tampa Highway (FPN: 435528-1-58-1, Federal No: 7777-259-A)

    Article A. INSTRUCTIONS TO BIDDERS.

    1. Each bidder shall furnish three copies of the information required in the Invitation for Bid, including but

    not limited to: the bid cover page, the bid schedule, the bid form (proposal), any section on which

    annotations are required or exceptions taken, any page marked “This page must be submitted with bid”

    and any other supporting documentation.

    2. All bids must be submitted in a sealed, opaque envelope, plainly marked on the outside with the Invitation

    for Bid number, the date and time of the bid opening, and the name of and address of the bidder.

    3. Preparation, Receipt and Opening of Bids:

    Preparation: The Bid shall be made out upon the blank form included in this Invitation for Bids. All

    blank spaces in the Bid Form (Proposal) must be filled in legibly and correctly. Handwritten in ink or

    typed submittals are acceptable. If the Bid is made by an individual, he must sign his name thereon and

    state his post office box or physical address and the name and address of every other person involved in

    the Bid as principal. If the Bid is made by a firm or partnership, its name, post office address and

    physical location/address must be stated. Bidders must also disclose in their bids the name and phone

    number of each member of the firm or partnership which can be deemed a principal of the firm. If the

    Bid is made by a corporation, the Bid must be signed by a duly authorized officer or agent, subscribing

    the name of the corporation with his own name and affixing the corporate seal. Such office or agent

    must also state the name of the State under which the corporation is chartered, the names and business

    address of the President, Secretary and Treasurer, as well as the registry with the Secretary of State of the

    State of Florida of such corporation for doing business in the State of Florida. A corporate affidavit as

    provided in this Invitation for Bids must also be executed and submitted with the bid.

    Receipt: Bidders are solely responsible for the timely and proper delivery of their bids. Bids will be

    accepted by a member of the Procurement Services Office and a receipt will be provided if requested.

    Bids will be recorded, time and date stamped and placed in a secure area of the Procurement Services

    Office.

    Opening: The Osceola County Procurement Services Office shall publicly open and record all bids

    received in a timely and proper manner. Bids will be publicly opened immediately at the designated time

    and date or as close to the designated time as practical. Bids will be read aloud in the Procurement

    Services Office Conference Room, 1 Courthouse Square, Suite 2300, Kissimmee Florida. Bid Openings

    are a public event that may be witnessed by one or more members of the requesting department(s), a

    procurement staff member and any other interested public.

    4. It is the bidder’s responsibility to assure that bids are received in the Osceola County Procurement Office,

    1 Courthouse Square, Suite 2300, Kissimmee, Florida 34741, not later than 2:00 pm, on the date

    2

  • Bid No. ITB-14-03802-DG

    Bid Due Date: September 02, 2014 at 2:00

    PM, Local Time

    Advertised Dates: Sunday, August 03, 2014

    and Thursday, August 07, 2014

    Procurement Analyst: Don Gaskins

    Email: [email protected]

    Respond to: 1 Courthouse Square, Suite 2300 Kissimmee, Florida 34741

    Phone: (407)742-0900 Fax: (407)742-0901

    Bid Title: Intersection Improvements on Poinciana Boulevard at Old Tampa Highway (FPN: 435528-1-58-1, Federal No: 7777-259-A)

    indicated. Any bids received after this date and time will not be accepted or considered, and will be

    returned unopened to the bidder. No telegraphic or facsimile offers will be considered. No offers will be

    accepted or received in any other Osceola County office.

    5. Reserved

    6. Bidder’s attention is specifically called to the terms and conditions of this solicitation. As witnessed by

    your signature on the cover page and the proposal page(s) bidders, without exception, will be solely

    responsible for all aspects of the terms, conditions and special provisions of this solicitation.

    7. Unit Price Accuracy: Please check your unit prices before submitting your bid, as no change in prices

    will be allowed after the bid opening. All unit prices and notations must be in ink or typewritten. In

    cases of the extended price irregularities, unit pricing will prevail. The Bidder shall specify the price per

    unit of measure and the extended total, or the lump sum bid price if such is required by the bid

    documents, for each scheduled item of Work, as well as the Total Bid Amount for the entire Work to be

    completed under Agreement(s).

    Reasonable Unit Prices: A reasonable unit price must be submitted for each work element. In the event

    that any pay item unit price is determined to be unreasonably low or unreasonably high, the bid may be

    declared non-responsive and may not be considered

    Bid Amount/Prices: Bid Amount and Prices shall be firm, net delivered and installed at construction or

    project site.

    Best Prices: Award will be made without further negotiation based upon competitive bids, therefore your

    best price should be submitted in response to this Invitation for Bids.

    8. Proper Signatures: Failure to sign and witness your signature may result in a disqualification of your

    bid. Please be sure your bid is signed, sealed and properly witnessed.

    9. All items bid must be in total compliance with specifications. Alternate bids will not be considered

    unless they are specifically called for in this solicitation.

    10. Bid Protests: Any person having submitted a bid or proposal may protest an alleged irregularity or

    defect in the procurement process by which such person is aggrieved by filing with the Procurement

    Services Office Director a Notice of Protest setting forth in writing the nature of the protest, the grounds

    upon which it is based and the relief sought no later than seventy-two (72) hours (during usual business

    hours of the Procurement Services Office) after the award of the contract. A timely filing of a bid protest

    by an aggrieved bidder or proposer shall stay further procurement proceedings until the procedures of this

    section are exhausted. Such a filing after the project is awarded shall stay the effectiveness of the project

    3

  • Bid No. ITB-14-03802-DG

    Bid Due Date: September 02, 2014 at 2:00

    PM, Local Time

    Advertised Dates: Sunday, August 03, 2014

    and Thursday, August 07, 2014

    Procurement Analyst: Don Gaskins

    Email: [email protected]

    Respond to: 1 Courthouse Square, Suite 2300 Kissimmee, Florida 34741

    Phone: (407)742-0900 Fax: (407)742-0901

    Bid Title: Intersection Improvements on Poinciana Boulevard at Old Tampa Highway (FPN: 435528-1-58-1, Federal No: 7777-259-A)

    accordingly. The Procurement Services Office Manager shall consider the protest, make any other

    pertinent inquiries and forthwith submit a recommendation to the Board of County Commissioners. The

    decision of the Board of County Commissioners shall be final.

    11. Authority of the Procurement Services Office Manager to Settle Protests and Contract Claims. In

    accordance with the Procurement Code of Osceola County, the Procurement Services Office Manager

    shall make a recommendation to the Board of County Commissioners addressing all valid protests filed in

    a timely manner by any aggrieved party. The Procurement Services Office Manager’s decision may be

    appealed to the Board. Award protests shall be filed pursuant to the applicable sections of the Osceola

    County Procurement Code.

    12. Claims: The Procurement Services Office Manager, with the concurrence of the County Manager, is

    authorized to settle any claims arising out of the performance of a County project, prior to an appeal to the

    Board of County Commissioners provided the settlement amount does not cause the total project amount,

    including the settlement amount, to exceed $15,000.00 above the original contract amount. Any such

    settlement shall be subject to the protest procedures pursuant to Chapter 3.0 of the Administrative Code

    and the final approval of the Board of County Commissioners.

    13. Interpretations During the Bid Period/Addenda: Questions relative to interpretation of specifications,

    any aspect of the solicitation process, or any part of this Invitation for Bids shall be addressed, in writing,

    to the Osceola County Procurement Services Office Director or designated Procurement Analyst at 1

    Courthouse Square, Suite 2300, Kissimmee, Florida 34741, by the cutoff date and time for questions

    specified herein or specified in Addenda to this solicitation. Any interpretations, clarifications or changes

    made will be in the form of written addenda issued by the Procurement Services Office Manager or his

    designee subsequent to the question period deadline. Any and all such interpretations and any

    supplementary instructions will be mailed or sent by facsimile transmission to all prospective bidders (at

    the respective addresses furnished for such purposes) no later than three (3) regular business days prior to

    the date established for the opening of bids. Bidders submitting questions will be responsible for their

    timeliness. The County will not be responsible for any other explanations or interpretations of the

    proposal documents not reduced to written as set forth herein. Oral answers by any member of the

    Procurement Services Office, or any other County department will not be authoritative and the County

    will not entertain any protests based on a verbal instruction.

    14. Addenda: Failure of any Bidder to acknowledge receipt of any Addendum properly issued during the

    bid process, shall be cause for disqualification of his bid. All addenda so issued shall become part of this

    Invitation for Bids. It is the responsibility of the bidder to contact the Procurement Services Office prior

    to submitting a bid to ascertain if any addenda have been issued, to obtain all such addenda, address the

    requirements therein and to ultimately return executed addenda with their bid. The County will not

    consider requests to re-open a bid as a result of the failure of the bidder to secure addenda.

    15. Bidders are requested to refrain from contacting the requesting/evaluating departments or divisions after

    the bid opening. Questions after the bid opening will be addressed by the Procurement Services

    Office.

    16. Bidders are hereby forewarned that failure to comply with any portion of the Invitation for Bids may

    result in disqualification of your bid.

    17. Lobbying: Lobbying Black-Out Period; Questions Regarding Bids: 4

  • Bid No. ITB-14-03802-DG

    Bid Due Date: September 02, 2014 at 2:00

    PM, Local Time

    Advertised Dates: Sunday, August 03, 2014

    and Thursday, August 07, 2014

    Procurement Analyst: Don Gaskins

    Email: [email protected]

    Respond to: 1 Courthouse Square, Suite 2300 Kissimmee, Florida 34741

    Phone: (407)742-0900 Fax: (407)742-0901

    Bid Title: Intersection Improvements on Poinciana Boulevard at Old Tampa Highway (FPN: 435528-1-58-1, Federal No: 7777-259-A)

    (a) Lobbying is defined as any action taken by an individual, firm, association, joint venture,

    partnership, syndicate, corporation, and/or all other groups who seek to influence the governmental

    decision of a Board Member, the County Manager, any requesting or evaluating department/division

    personnel and/or any member of the evaluation committee concerning an active solicitation during

    the Black-Out period.

    (b) A lobbying black-out period commences upon the issuance of this solicitation and concludes upon the signing of the agreement. Bidders shall not contact any Board Member, the County Manager,

    and/or any requesting or evaluating Department/Office personnel during said black-out period

    concerning an active solicitation. All questions and procedural matters shall be directed to the

    Procurement Services Office. The Board of County Commissioners and/or the County Manager

    may disqualify any solicitation response where any Board Member, the County Manager, and/or

    County Personnel have been lobbied in violation of the black-out period.

    (c) Any questions relating to the interpretation of specifications or any aspect of the solicitation process shall be addressed to the Procurement Services Office Representative, in writing, at least ten (10)

    calendar days before the bid opening date.

    (d) Respondents to this solicitation or persons acting on their behalf may not contact, between the release of the solicitation and the end of the 72-hour period following the agency posting the notice

    of intended award, excluding Saturdays, Sundays, and state holidays, any employee or officer of the

    executive or legislative branch concerning any aspect of this solicitation, except in writing to the

    procurement officer or as provided in the solicitation documents. Violation of this provision may be

    grounds for rejecting a response.

    Article B. GENERAL PROVISIONS.

    1. Fund Availability: Any Agreement(s) resulting from this solicitation is deemed effective only to the extent of appropriations available. Pursuant to Florida Statutes all appropriations lapse at the end of the

    Fiscal Year. Multi-year awards shall be adequately funded but the County reserves the right not to

    appropriate for an ongoing procurement if it is deemed in its best interest. In the event the lowest

    responsive and responsible bid exceeds funds available for the project the County reserves the right to

    reject all bids.

    2. Local Business Tax Receipt (formerly Occupational License): If awarded the bid, the Tax Collector of Osceola County requires the Bidder to obtain an Osceola County Local Business Tax Receipt. Please

    contact the Tax Collector/Local Business Tax Receipt Office directly at 407-742-4000 for information

    concerning this requirement. In accordance with section 205.065, Florida Statutes, a current Department

    of Professional Regulation certificate may be provided in lieu of an Osceola County Local Business Tax

    Receipt, accompanied by a copy of the Local Business Tax Receipt of home state/county/city.

    3. Independent Pricing: By submission of this bid, the bidder certifies, and in the case of a joint bid each party thereto certifies as to its own organization, that in connection with this procurement:

    The prices in this bid have been arrived at independently, without consultation, communication, collusion,

    or Agreement(s) for the purpose of restricting competition, as to any matter relating to such prices with

    any other offeror or with any competitor.

    5

  • Bid No. ITB-14-03802-DG

    Bid Due Date: September 02, 2014 at 2:00

    PM, Local Time

    Advertised Dates: Sunday, August 03, 2014

    and Thursday, August 07, 2014

    Procurement Analyst: Don Gaskins

    Email: [email protected]

    Respond to: 1 Courthouse Square, Suite 2300 Kissimmee, Florida 34741

    Phone: (407)742-0900 Fax: (407)742-0901

    Bid Title: Intersection Improvements on Poinciana Boulevard at Old Tampa Highway (FPN: 435528-1-58-1, Federal No: 7777-259-A)

    a. Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder

    prior to opening, directly or indirectly to any offeror or to any competitor; and

    b. No attempt has been made or will be made by the bidder to induce any other person or firm

    to submit or not to submit a bid for the purpose of restricting competition.

    4. Conflict of Interest: All bidders must disclose with their bids the name of any officer, director, or agent who is also an officer or employee of Osceola County. Further, all bidders must disclose the name of any

    Osceola County officer or employee who owns, directly or indirectly an interest of ten percent (10%) or

    more of the bidder's firm or any of its branches. Failure to disclose in this manner will result in

    disqualification of your bid, or cancellation of work. The County will seek damages for recoupment of

    County losses in having to re-bid or re-award.

    5. Bid as Public Domain: All documents and other materials made or received in conjunction with this project will be subject to public disclosure requirements of chapter 119, Florida Statutes. The bid will

    become part of the public domain upon opening. Vendors shall not submit pages marked "proprietary" or

    otherwise restricted.

    6. Force Majeure: Neither party to these Agreement(s) shall be liable to the other for any cost or damages

    if the failure to perform the Agreement(s) arises out of causes beyond the control and without the fault or

    negligence of the parties. Such causes may include, but are not restricted to, acts of God, fires, quarantine

    restriction, strikes, and freight embargoes. In all cases, the failure to perform must be totally beyond the

    control and without any fault or negligence of the party. The delivery schedule, if applicable, shall be

    extended by a period of time equal to the time lost due to such delay.

    7. Insurance: The contractor shall, during the entire period of performance of any Agreement(s) resulting from this solicitation, procure and maintain at least the minimum kinds of insurance as stipulated in

    Article 13 of the Agreement(s). These include but are not limited to Workman’s Compensation Insurance

    and Public Liability Insurance. Proof of such insurance must be provided to the County prior to beginning

    Agreement(s) performance.

    8. Public Entities Crimes: The County shall not accept any bid from award any contract to or transact any

    business in excess of the sum set forth in Florida Statute Section 287.133 or with any person or affiliate

    on the convicted vendor list of the Department of Management Services.

    9. Debarment: The County reserves the right pursuant to Section 3.36 of the Procurement Code, to debar any vendor or contractor who is found to have, after investigation and presentation by the Procurement

    Services Office Manager, met the grounds for debarment set forth in Section 3.36(B)(1) and (2). The

    period of debarment shall not exceed 36 months and its length shall be in accordance with the severity of

    the cause of debarment,

    10. Warranty: The bidder shall state what warranty he will offer against defective workmanship and material. In accordance with Article 15.00 of the Agreement(s) to be executed by the bidder, the

    Contractor together with his Surety unconditionally guarantee all Contractor furnished materials,

    equipment and workmanship incorporated in the Work for a period of not less than one (1) year after the

    date of final acceptance of the Work (This warranty shall be exclusive of manufacturer’s guarantee or

    warranties exceeding this period).

    6

  • Bid No. ITB-14-03802-DG

    Bid Due Date: September 02, 2014 at 2:00

    PM, Local Time

    Advertised Dates: Sunday, August 03, 2014

    and Thursday, August 07, 2014

    Procurement Analyst: Don Gaskins

    Email: [email protected]

    Respond to: 1 Courthouse Square, Suite 2300 Kissimmee, Florida 34741

    Phone: (407)742-0900 Fax: (407)742-0901

    Bid Title: Intersection Improvements on Poinciana Boulevard at Old Tampa Highway (FPN: 435528-1-58-1, Federal No: 7777-259-A)

    11. Liability: The contractor shall act as an independent party and not as an employee of Osceola County.

    12. The Agreement(s): This project shall be governed by this Invitation for Bid document and the executed Agreement(s) for this Bid. Award of the Agreement(s) for the work shall be made by the Board of

    County Commissioners. The individual, firm or corporation to which the Agreement(s) are awarded shall

    sign the necessary documents and enter into Agreement(s) for construction with the County. The

    successful bidder shall execute and return to the County within ten (10) days after receipt all contractual

    documents, performance and payment bonds, insurance verifications and any other documents required

    by this bid. No Agreement(s) shall be considered binding upon the County until it has been properly

    executed by all required parties. In conjunction with the construction Agreement(s), a purchase order will

    be issued by the County to the contractor prior to start of the project and prior to the Notice to Proceed

    confirming price and conditions.

    13. Failure to Execute the Agreement(s): Failure on the part of the successful bidder to execute the Agreement(s) as required will be just cause for the rescindment of the award. In the event that the County

    fails to contract with the lowest most responsive and responsible bidder, the Bidder shall forfeit his bid

    guarantee to the County in the manner previously described herein. The award may then be made to the

    next lowest most responsive and responsible bidder, or the County may opt to re-advertise the work if

    found to be in its overall best interest.

    14. Equal Opportunity: Osceola County recognizes fair and open competition as a basic tenet of public procurement and encourages participation by minority and women owned business enterprises. The

    County requests minority and women owned business enterprises to submit evidence of such certification

    with submittals.

    15. The Owner shall pay for permits, governmental fees, licenses and inspections necessary to the proper

    execution and completion of the Work and which may be legally required to complete this project, except

    as otherwise required by the General Provisions of the bid documents.

    16. The Owner shall provide the necessary rights of way and/or easements, which are required for the

    construction of this project.

    17. Plans and Other Contract Documents: The plans and other Contract Documents give the location and

    description of the Work to be completed under this Agreement(s), the estimated quantities of each item of

    Work for which Bids are invited, the time in which the Work must be complete, the amount of the Bid

    Guarantee, and the date, time and place of the receipt and opening of Bids.

    18. Examination of Contract Documents and Site: The Bidder is required to examine carefully the site of

    the Work and the plans and other Contract Documents for the Work contemplated. It will be assumed

    that the Bidder has investigated and is fully informed as to the requirements of the plans and other

    Contract Documents, thus relieving the County of any costs incurred by the Bidder as a result of a

    misunderstanding or miscalculation of the Work.

    19. Disqualification of Bidders: If a bidder or offeror who otherwise would have been awarded a contract is

    found non-responsible, a written determination of non-responsibility setting forth the basis of the finding

    shall be prepared by the Procurement Services Office Manager. The unreasonable failure of a bidder or

    offeror to promptly supply information in connection with an inquiry with respect to responsibility may

    7

  • Bid No. ITB-14-03802-DG

    Bid Due Date: September 02, 2014 at 2:00

    PM, Local Time

    Advertised Dates: Sunday, August 03, 2014

    and Thursday, August 07, 2014

    Procurement Analyst: Don Gaskins

    Email: [email protected]

    Respond to: 1 Courthouse Square, Suite 2300 Kissimmee, Florida 34741

    Phone: (407)742-0900 Fax: (407)742-0901

    Bid Title: Intersection Improvements on Poinciana Boulevard at Old Tampa Highway (FPN: 435528-1-58-1, Federal No: 7777-259-A)

    be grounds for a determination of non-responsibility with respect to such bidder or offeror. The final

    determination shall be made part of the solicitation contract file.

    20. The County reserves the right to waive any informalities or irregularities of bids.

    Article C. SPECIAL PROVISIONS.

    1. Basic Contractor Qualifications: Bids will be considered from contractors who are properly licensed and experienced to perform the type of work required. Contractors must prove that they have adequate

    personnel and equipment and who are situated in a manner to allow prompt and proper service

    performance. Bids will be considered only from firms which are regularly engaged in the construction

    business as described in this bid package. Firms shall have a record of service for a reasonable period of

    time, sufficient financial support, equipment, and organization to ensure satisfactory execution of the

    work if awarded an Agreement(s) under the terms and conditions stated in this solicitation. The terms

    “equipment” and “organization” shall be construed to mean a fully equipped and well established

    company using the best business practices accepted by the industry and determined by the County.

    2. New Equipment & Materials: Equipment and materials offered as part of the construction must be new and unused.

    3. Bidder’s Specifications: Each bidder shall make accurate statements in his bid, particularly as to dimensions of the Work to be completed. The successful bidder will be responsible for the preparation of

    all shop drawings and field specifications.

    4. Not Bidding: If not bidding on any or all items, please state so.

    5. Period of Bid Validity: Prices quoted in the bid must remain open for a period of one hundred twenty (120) days from the date of bid opening.

    6. Payment and Performance Bonds: The successful bidder shall furnish a performance bond and payment bond 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.

    7. Notice to Proceed: The Notice to Proceed shall be issued no later than ten (10) days following the execution of the Agreement(s) by both parties.

    The first order of work shall be the preparation of the Maintenance of Traffic Plan, the performance of the

    clearing and grubbing necessary for survey layout by the Contractor, including utility conflict locations

    and utility relocate coordination with the effected utility companies. If there are any conflicts with the

    utilities, the contractor shall note same, and shall prepare the schedule as required by Section 8.14 of the

    Agreement incorporating the relocation work of the utility companies. The Contractor shall be required

    to complete and submit an executed Existing Utility Investigation Certification of Completion form.

    The Contractor shall commence construction operations as defined in the Contract Documents, which

    shall begin upon satisfactory completion of the aforementioned Work.

    8

  • Bid No. ITB-14-03802-DG

    Bid Due Date: September 02, 2014 at 2:00

    PM, Local Time

    Advertised Dates: Sunday, August 03, 2014

    and Thursday, August 07, 2014

    Procurement Analyst: Don Gaskins

    Email: [email protected]

    Respond to: 1 Courthouse Square, Suite 2300 Kissimmee, Florida 34741

    Phone: (407)742-0900 Fax: (407)742-0901

    Bid Title: Intersection Improvements on Poinciana Boulevard at Old Tampa Highway (FPN: 435528-1-58-1, Federal No: 7777-259-A)

    8. Quantities of Work: The Quantities of Work to be completed under the resulting Agreement(s) are not

    to be considered as fixed for each item. Such quantities are to be used for comparison of the bids

    received and for payment. Changes in such quantities shall only be caused by way of change order as

    stipulated in the Agreement(s). The Bidder shall not plead misunderstanding or deception because such

    listed quantities do not correspond with measured areas. Payment to the Contractor will be made only on

    the basis of the total quantity of Work actually performed in accordance with the plans and other Contract

    Documents. It is understood the quantities may be increased or decreased in accordance with the

    Specifications.

    9. Employment Eligibility Verification (E-Verify): In accordance with State of Florida, Office of the

    Governor, Executive Order 11-116 (superseding Executive Order 11-02; Verification of Employment

    Status), in the event performance of an Agreement resulting from this solicitation is or will be funded

    using state or federal funds, the Bidder/Contractor must comply with the Employment Eligibility

    Verification Program (“E-Verify Program”) developed by the federal government to verify the eligibility

    of individuals to work in the United States and 48 CFR 52.222-54 (as amended) is incorporated herein by

    reference. If applicable, in accordance with Subpart 22.18 of the Federal Acquisition Register, the

    Bidder/Contractor must (1) enroll in the E-Verify Program, (2) use E-Verify to verify the employment

    eligibility of all new hires working in the United States, except if the RECIPIENT is a state or local

    government, the Bidder/Contractor may choose to verify only new hires assigned to the Agreement; (3)

    use E-Verify to verify the employment eligibility of all employees assigned to the Agreement; and (4)

    include these requirement in certain subcontract(s), such as construction. Information on registration for

    and use of the E-Verify Program can be obtained via the internet at the Department of Homeland Security

    Web site http://www.dhs.gov/E-Verify.

    10. Sovereign Immunity: The County expressly retains all rights, benefits and immunities of sovereign

    immunity in accordance with Section 768.28, Florida Statutes. Notwithstanding anything set forth in any

    section, article or paragraph of this Solicitation to the contrary, nothing in this Solicitation shall be

    deemed as a waiver of sovereign immunity or limits of liability which may have been adopted by the

    Florida Legislature or may be adopted by the Florida Legislature, and the cap on the amount and liability

    of County for damages, attorney fees and costs, regardless of the number or nature of claims in tort,

    equity or contract, shall not exceed the dollar amount set by the Florida Legislature for tort. Nothing in

    this Solicitation shall inure to the benefit of any third party for the purpose of allowing any claim against

    the County which would otherwise be barred under the Doctrine of Sovereign Immunity or operation of

    law.

    11. Scrutinized Companies Clause: Not applicable to this project.

    12. Public Records Compliance: If Bidder/Contractor will act on behalf of the County, as provided under

    section 119.011(2), Florida Statutes, the Bidder/Contractor, subject to the terms of section 287.058(1) c,

    Florida Statutes, and any other applicable legal and equitable remedies, shall:

    a) Keep and maintain public records that ordinarily and necessarily would be required by the County order to perform the service; and

    b) Provide the public with access to public records on the same terms and conditions that the County would provide the records and at a cost that does not exceed the cost provided by Florida law; and

    c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; and

    d) Meet all requirements for retaining public records and transfer, at no cost, to the County all public

    9

    http://www.dhs.gov/E-Verify

  • Bid No. ITB-14-03802-DG

    Bid Due Date: September 02, 2014 at 2:00

    PM, Local Time

    Advertised Dates: Sunday, August 03, 2014

    and Thursday, August 07, 2014

    Procurement Analyst: Don Gaskins

    Email: [email protected]

    Respond to: 1 Courthouse Square, Suite 2300 Kissimmee, Florida 34741

    Phone: (407)742-0900 Fax: (407)742-0901

    Bid Title: Intersection Improvements on Poinciana Boulevard at Old Tampa Highway (FPN: 435528-1-58-1, Federal No: 7777-259-A)

    records in possession of the contractor upon termination of the contract and destroy any duplicate

    public records that are exempt or confidential and exempt from public records disclosure requirement.

    All records stored electronically must be provided to the County in a format that is compatible with

    the information technology systems of the county.

    e) If the contractor does not comply with a public records request, the County shall enforce the contract provisions in accordance with the contract.

    13. On-The-Job Training Requirements: As part of the Contractor’s equal employment opportunity

    affirmative action program, training shall be provided as follows: The Contractor shall provide on-the-job

    training aimed at developing full journeymen in the type(s) of trade or job classification(s) involved in the

    work. In the event the Contractor subcontracts a portion of the contract work, he/she shall determine how

    many, if any, of the trainees are to be trained by the subcontractor provided, that the Contractor shall

    retain the primary responsibility for meeting the training requirements imposed by this Section. The

    Contractor shall apply the requirements of this Section to such subcontract.

    The number of trainees will be estimated on the number of calendar days of the contract, the dollar value,

    and the scope of work to be performed. The trainee goal will be finalized at a Post-Preconstruction

    Trainee Evaluation Meeting and the goal will be distributed among the work classifications based on the

    following criteria:

    1) Determine the number of trainees on Federal Aid Contract: (a) No trainees will be required for contracts with a contract time allowance of less than 225

    calendar days.

    (b) If the contract time allowance is 225 calendar days or more, the number of trainees shall be established in accordance with the following chart:

    Estimated Contract Amount Trainees Required

    Under

    $1,000,000

    0

    Over $1,000,000 to $4,000,000 2

    Over $4,000,000 to $6,000,000 3

    Over $6,000,000 to $12,000,000 5

    Over $12,000,000 to $18,000,000 7

    Over $18,000,000 to $24,000,000 9

    Over $24,000,000 to $31,000,000 12

    Over $31,000,000 to $37,000,000 13

    Over $37,000,000 to $43,000,000 14

    Over $43,000,000 to $49,000,000 15

    Over $49,000,000 to $55,000,000 16

    Over $55,000,000 to $62,000,000 17

    Over $62,000,000 to $68,000,000 18

    Over $68,000,000 to $74,000,000 19

    Over $74,000,000 to $81,000,000 20

    Over $81,000,000 to $87,000,000 21

    Over $87,000,000 to $93,000,000 22

    Over $93,000,000 to $99,000,000 23

    Over $99,000,000 to $105,000,000 24 10

  • Bid No. ITB-14-03802-DG

    Bid Due Date: September 02, 2014 at 2:00

    PM, Local Time

    Advertised Dates: Sunday, August 03, 2014

    and Thursday, August 07, 2014

    Procurement Analyst: Don Gaskins

    Email: [email protected]

    Respond to: 1 Courthouse Square, Suite 2300 Kissimmee, Florida 34741

    Phone: (407)742-0900 Fax: (407)742-0901

    Bid Title: Intersection Improvements on Poinciana Boulevard at Old Tampa Highway (FPN: 435528-1-58-1, Federal No: 7777-259-A)

    Over $105,000,000 to $112,000,000 25

    Over $112,000,000 to $118,000,000 26

    Over $118,000,000 to $124,000,000 27

    Over $124,000,000 to $130,000,000 28

    Over $130,000,000

    to *

    *One additional trainee per $6,000,000 of estimated Construction Contract amount over $130,000,000

    Further, if the Contractor or subcontractor requests to utilize banked trainees as discussed later in this

    Section, a Banking Certificate will be validated at this meeting allowing credit to the Contractor for

    previously banked trainees. Banked credits of prime Contractors working as Subcontractors may be

    accepted for credit. The Contractor’s Project Manager, the Construction Project Engineer and the

    Department’s District Contract Compliance Manager will attend this meeting. Within ten days after the

    Post-Preconstruction Training Evaluation Meeting, the

    Contractor shall submit to the Department for approval an On-The-Job Training Schedule indicating the

    number of trainees to be trained in each selected classification and the portion of the contract time during

    which training of each trainee is to take place. This schedule may be subject to change if the following

    occur:

    1. When a start date on the approved On-The-Job Training Schedule has been missed by 14 or more days;

    2. When there is a change(s) in previously approved classifications;

    3. When replacement trainees are added due to voluntary or involuntary termination

    The revised schedule will be resubmitted to and approved by the Department’s District

    Contract Compliance Manager.

    The following criteria will be used in determining whether or not the Contractor has complied with this

    Section as it relates to the number of trainees to be trained:

    1. Full credit will be allowed for each trainee that is both enrolled and satisfactorily completes training on this Contract. Credit for trainees, over the established number for this Contract, will be carried in a “bank”

    for the Contractor and credit will be allowed for those surplus trainees in subsequent, applicable projects.

    A “banked” trainee is described as an employee who has been trained on a project, over and above the

    established goal, and for which the Contractor desires to preserve credit for utilization on a subsequent

    project. 2. Full credit will be allowed for each trainee that has been previously enrolled in the Department’s approved training

    program on another contract and continues training in the same job classification for a significant period and

    completes his/her training on this Contract.

    3. Full credit will be allowed for each trainee who, due to the amount of work available in his/her classification, is

    given the greatest practical amount of training on the contract regardless of whether or not the trainee completes

    training.

    4. Full credit will be allowed for any training position indicated in the approved On-The-Job Training Schedule, if the

    Contractor can demonstrate that he/she has made his/her a good faith effort to provide training in that classification.

    5. No credit will be allowed for a trainee whose employment by the Contractor is involuntarily terminated unless the

    Contractor can clearly demonstrate good cause for this action.

    The Contractor shall, as far as is practical, comply with the time frames established in the approved On-

    The-Job Training Schedule. When this proves to be impractical, a revised schedule shall be submitted and

    11

  • Bid No. ITB-14-03802-DG

    Bid Due Date: September 02, 2014 at 2:00

    PM, Local Time

    Advertised Dates: Sunday, August 03, 2014

    and Thursday, August 07, 2014

    Procurement Analyst: Don Gaskins

    Email: [email protected]

    Respond to: 1 Courthouse Square, Suite 2300 Kissimmee, Florida 34741

    Phone: (407)742-0900 Fax: (407)742-0901

    Bid Title: Intersection Improvements on Poinciana Boulevard at Old Tampa Highway (FPN: 435528-1-58-1, Federal No: 7777-259-A)

    approved as provided above.

    Training and upgrading of minorities, women and economically disadvantaged persons toward

    journeyman status is a primary objective of this Section. Accordingly, the Contractor shall make every

    effort to enroll minority trainees and women (e.g., by conducting systematic and direct recruitment

    through public and private sources likely to yield minority and women trainees) to the extent such persons

    are available within a reasonable area of recruitment. If a non-minority male is enrolled into On-The-Job

    Training, the On-The-Job Training Notification of Personnel Action Form notifying the District Contract

    Compliance Manager of such action shall be accompanied by a disadvantaged certification or a

    justification for such action acceptable to the Department’s District Contract Compliance Manager. The

    Contractor will be given an opportunity and will be responsible for demonstrating the steps that he has

    taken in pursuance thereof, prior to a determination as to whether the Contractor is in compliance with

    this Section. This training is not intended, and shall not be used, to discriminate against any applicant for

    training, whether a minority, woman or disadvantaged person.

    No employee shall be employed as a trainee in any classification in which he/she has successfully

    completed a training course leading to journeyman status, has been employed as a journeyman, or has had

    extensive experience in the classification being considered for training.

    The Contractor shall satisfy this requirement by including appropriate questions in the employee

    application or by other suitable means. Regardless of the method used, the Contractor’s records should

    document the findings in each case.

    The minimum length and type of training for each classification will be as established at the Post-

    Preconstruction Trainee Evaluation Meeting and approved by the Department. Graduation to journeyman

    status will be based upon satisfactory completion of a Proficiency Demonstration set up at the completion

    of training and established for the specific training classification, completion of the minimum hours in a

    training classification range, and the employer’s satisfaction that the trainee does meet journeyman status

    in the classification of training. Upon reaching journeyman status, the following documentation must be

    forwarded to the District Contract Compliance Office:

    Trainee Enrollment and Personnel Action Form

    Proficiency Demonstration Verification Form indicating completion of each standard established for the classification signed by representatives of both the Contractor and the Department; and,

    A letter stating that the trainee has sufficiently progressed in the craft and is being promoted to journeyman status.

    The Department and the Contractor shall establish a program that is tied to the scope of the work in the

    project and the length of operations providing it is reasonably calculated to meet the equal employment

    opportunity obligations of the Contractor and to qualify the average trainee for journeyman status in the

    classifications concerned, by at least, the minimum hours prescribed for a training classification.

    Furthermore, apprenticeship programs registered with the U.S. Department of Labor, Bureau of

    Apprenticeship and Training, or with a State apprenticeship agency recognized by the Bureau and training

    programs approved but not necessarily sponsored by the U.S. Department of Labor, Manpower

    Administration, Bureau of Apprenticeship and Training shall also be considered acceptable provided it is

    being administered in a manner consistent with the equal employment obligations of Federal Aid highway

    construction contract. Approval or acceptance of a training schedule shall be obtained from the

    Department prior to commencing work on the classifications covered by the program.

    12

  • Bid No. ITB-14-03802-DG

    Bid Due Date: September 02, 2014 at 2:00

    PM, Local Time

    Advertised Dates: Sunday, August 03, 2014

    and Thursday, August 07, 2014

    Procurement Analyst: Don Gaskins

    Email: [email protected]

    Respond to: 1 Courthouse Square, Suite 2300 Kissimmee, Florida 34741

    Phone: (407)742-0900 Fax: (407)742-0901

    Bid Title: Intersection Improvements on Poinciana Boulevard at Old Tampa Highway (FPN: 435528-1-58-1, Federal No: 7777-259-A)

    A voluntary On-The-Job Training Program is available to a Contractor which has been awarded a state

    funded project. Through this program, the Contractor will have the option to train employees on state

    funded projects for “banked credit” as discussed previously in this provision, to be utilized on subsequent

    Federal Aid Projects where training is required. Those Contractors availing themselves of this opportunity

    to train personnel on state funded projects and bank trainee hours for credit shall comply with all training

    criteria set forth in this Section for Federal Aid Projects; voluntary banking may be denied by the

    Department if staff is not available to monitor compliance with the training criteria.

    It is the intention of these provisions that training is to be provided in the construction crafts rather than

    clerk-typists or secretarial type positions. Training is permissible in positions such as office engineers,

    estimators, etc., where the training is oriented toward construction applications. Training in the laborer

    classification may be permitted provided that significant and meaningful training is provided and

    approved by the District Contract Compliance Office. Some offsite training is permissible as long as the

    training is an integral part of an approved training program and does not compromise a significant part of

    the overall training.

    When approved in advance by the District Contract Compliance Manager, credit will be given for training

    of persons in excess of the number specified herein under the current contract or a Contractor will be

    allowed to bank trainees who have successfully completed a training program and may apply those

    trainees to a training requirement in subsequent project(s) upon approval of the Department’s District

    Contract Compliance Manager. This credit will be given even though the Contractor may receive training

    program funds from other sources, provided such other source do not specifically prohibit the Contractor

    from receiving other form of compensation. Credit for offsite training indicated above may only be made

    to the Contractor where he does one or more of the following and the trainees are concurrently employed

    on a Federal Aid Project; contributes to the cost of the training, provides the instruction to the trainee and

    pays the trainee’s wages during the offsite training period.

    No credit shall be given to the Contractor if either the failure to provide the required training, or the

    failure to hire the trainee as a journeyman for a period ample enough to allow the employee time to gain

    experience in the training classification or failure to continue training the employee time to gain

    experience in the training classifications is caused by the Contractor and evidences a lack of good faith on

    the part of the Contractor in meeting the requirements of this Section.

    The Contractor shall compensate the trainee at no less than the laborer rate established in the Contract at

    the onset of training. This compensation rate will be increased to the journeyman’s wage for that

    classification upon graduation from the training program.

    The Contractor shall furnish the trainee a copy of the program he will follow in providing the training.

    The Contractor shall provide each trainee with a certification showing the type and length of training

    satisfactorily completed. The Contractor shall enroll a trainee in one training classification at a time to

    completion before the trainee can be enrolled in another classification on the same project.

    The Contractor shall maintain records to document the actual hours each trainee is engaged in training on

    work being performed as a part of this Contract.

    The Contractor shall submit to the District Contract Compliance Manager a copy of an On-The-Job

    Training Notification of Personnel Action form no later than seven days after the effective date of the

    13

  • Bid No. ITB-14-03802-DG

    Bid Due Date: September 02, 2014 at 2:00

    PM, Local Time

    Advertised Dates: Sunday, August 03, 2014

    and Thursday, August 07, 2014

    Procurement Analyst: Don Gaskins

    Email: [email protected]

    Respond to: 1 Courthouse Square, Suite 2300 Kissimmee, Florida 34741

    Phone: (407)742-0900 Fax: (407)742-0901

    Bid Title: Intersection Improvements on Poinciana Boulevard at Old Tampa Highway (FPN: 435528-1-58-1, Federal No: 7777-259-A)

    action when the following occurs: a trainee is transferred on the project, transferred from the project to

    continue training on another contract, completes training, is upgraded to journeyman status or voluntary

    terminates or is involuntary terminated from the project.

    The Contractor shall furnish to the District Contract Compliance Manager a copy of a Monthly Time

    Report for each trainee. The Monthly Time Report for each month shall be submitted no later than the

    tenth day of the subsequent month. The Monthly Time Report shall indicate the phases and sub-phases of

    the number of hours devoted to each.

    Highway or Bridge Carpenter Helper, Mechanic Helper, Rodman/Chainman, Timekeeper, trainees will not be approved for the On-The-Job Training Program.

    Painters, Electricians, and Mechanics are identified as crafts under-utilized by minorities. All training classifications except Laborers are identified as under-utilized by women.

    Priority selection should also include those crafts under-utilized and/or void of minorities and/or women by that particular company’s workforce.

    If the Contractor does not select a training classification that has been targeted as an under-utilized craft,

    and those classifications can be used for the selection of training for this project, the On-The-Job Training

    Schedule will not be approved unless written justification for exceptions is attached.

    THIS AREA INTENTIONALLY LEFT BLANK

    14

  • Bid No. ITB-14-03802-DG

    Bid Due Date: September 02, 2014 at 2:00

    PM, Local Time

    Advertised Dates: Sunday, August 03, 2014

    and Thursday, August 07, 2014

    Procurement Analyst: Don Gaskins

    Email: [email protected]

    Respond to: 1 Courthouse Square, Suite 2300 Kissimmee, Florida 34741

    Phone: (407)742-0900 Fax: (407)742-0901

    Bid Title: Intersection Improvements on Poinciana Boulevard at Old Tampa Highway (FPN: 435528-1-58-1, Federal No: 7777-259-A)

    Section 2

    Award

  • Bid No. ITB-14-03802-DG

    Bid Due Date: September 02, 2014 at 2:00

    PM, Local Time

    Advertised Dates: Sunday, August 03, 2014

    and Thursday, August 07, 2014

    Procurement Analyst: Don Gaskins

    Email: [email protected]

    Respond to: 1 Courthouse Square, Suite 2300 Kissimmee, Florida 34741

    Phone: (407)742-0900 Fax: (407)742-0901

    Bid Title: Intersection Improvements on Poinciana Boulevard at Old Tampa Highway (FPN: 435528-1-58-1, Federal No: 7777-259-A)

    Article A. AWARD OR REJECTION OF BID.

    1. Award of Agreement(s)/Purchase Order: It is the intent of Osceola County to award an Agreement(s) or

    purchase order to the single bidder who is the lowest, most responsible and responsive bidder, and whose bid

    complies with the requirements of the Invitation for Bids. In no case will the award be made until all necessary

    investigations have been made to determine the qualifications of the low bidder. In determination of the low bid,

    the County may consider alternates and unit prices, if included. This Bid shall be governed by the Invitation for

    Invitation for Bid and the executed Agreement(s). Bid Award of the Agreement(s) for the Work shall be made by

    the Board of County Commissioners.

    2. Agreement(s) Execution/Conformance: The individual, firm or corporation to which the Construction Agreement(s) is awarded, under this Bid, shall execute within five (5) days after award and receipt of executable

    documents required by the County. Within the five days, the successful Bidder shall execute and return to the

    County the Standard Construction Agreement(s), Certificate of Insurance and any other documents required by

    this Invitation for Bids. No Agreement(s) shall be considered binding upon the County until it has been properly

    executed and witnessed by all required parties. In conjunction with the Standard Construction Agreement(s), a

    purchase order will be issued by the County to the contractor prior to start of the project and prior to the Notice to

    Proceed. This purchase order shall confirm total contract amount, contract terms and conditions.

    3. Contract Delivery Time: Delivery Time as set forth in the Invitation for Bids shall be a determining factor in the Bid Award. Failure of the Bidder to agree to perform within the required delivery deadline(s) as set forth in

    the specifications shall disqualify your bid.

    4. County’s Right to Reject Bids: The County reserves the right to reject any or all bids received in accordance with Section 3.17 of the Procurement Code. Rejections shall be for good cause, in whole or in part, and with

    proper notifications and documentation.

    5. Compensation for Bid Preparation: The County shall not pay for any costs associated with the preparation of your Bid. Cost of submittal of this bid is considered an operational cost of the bidder and shall not be passed on or

    borne by the County.

    6. Solvency/Financial Capabilities: As one criterion in the evaluation and acceptance of bids pursuant to the County Procurement Code, a bid may be rejected if investigations show that the Bidder is not in a financial

    position to properly perform the Agreement(s).

    7. Bid Results: The bid tabulation sheet will be available thirty (30) days after the bid opening date or upon posting

    the notice of an intended decision, whichever is earlier, and will be posted via the Osceola County VendorLink

    site: https://vendorlink.osceola.org. In the alternative, a Bidder may contact may call Osceola County

    Procurement Services Office at (407) 742-0900 for results.

    8. Local Small Business Enterprise Program: DOES NOT APPLY

    9. MWBE and SDVBE Participation Programs: DOES NOT APPLY

    10. DBE Program: This contract requires compliance with the FDOT’s Disadvantage Business Enterprise (DBE)

    Program Plan. Contract specific goals are not placed on Federal/State contracts; however, the FDOT has an

    overall 8.60% goal. Contractor shall monitor potential or anticipated DBE utilization for contracts. While the

    utilization is not mandatory in order to be awarded the project, continuing utilization of DBE firms on contracts

    supports the success of Florida’s DBE Program, and supports contractors’ Equal Employment Opportunity and

    https://vendorlink.osceola.org/

  • Bid No. ITB-14-03802-DG

    Bid Due Date: September 02, 2014 at 2:00

    PM, Local Time

    Advertised Dates: Sunday, August 03, 2014

    and Thursday, August 07, 2014

    Procurement Analyst: Don Gaskins

    Email: [email protected]

    Respond to: 1 Courthouse Square, Suite 2300 Kissimmee, Florida 34741

    Phone: (407)742-0900 Fax: (407)742-0901

    Bid Title: Intersection Improvements on Poinciana Boulevard at Old Tampa Highway (FPN: 435528-1-58-1, Federal No: 7777-259-A)

    DBE Affirmative Action Programs. Section 8 ATTACHMENT C-TAB 8 provides additional information on

    DBE reporting, Bid Opportunity List and DBE/Affirmative Action (AA) Plans In addition the contractor shall

    submit the DBE Participation Statement provided in Section 8 ATTACHMENT C-TAB 8.

    11. Drug-Free Workplace Preference: Whenever two or more bids which are equal with respect to price, quality,

    delivery and services are received for procurement subject to the Osceola County Administrative Code, a bid

    received from a business that certifies that it has implemented a drug-free workplace program shall be given

    preference, in accordance with Florida State Statute 287.087. Certification of an implemented drug-free

    workplace program must be included with the bid when the bid is submitted. Further information regarding the

    Florida Statute is available in the Osceola County Procurement Services Office, (407) 742-0900.

    12. State Contract Pricing: DOES NOT APPLY

    This space is intentionally left blank.

  • Bid No. ITB-14-03802-DG

    Bid Due Date: September 02, 2014 at 2:00

    PM, Local Time

    Advertised Dates: Sunday, August 03, 2014

    and Thursday, August 07, 2014

    Procurement Analyst: Don Gaskins

    Email: [email protected]

    Respond to: 1 Courthouse Square, Suite 2300 Kissimmee, Florida 34741

    Phone: (407)742-0900 Fax: (407)742-0901

    Bid Title: Intersection Improvements on Poinciana Boulevard at Old Tampa Highway (FPN: 435528-1-58-1, Federal No: 7777-259-A)

    Section 3

    Bid Form

    (Proposal)

  • Bid No. ITB-14-03802-DG

    Bid Due Date: September 02, 2014 at 2:00

    PM, Local Time

    Advertised Dates: Sunday, August 03, 2014

    and Thursday, August 07, 2014

    Procurement Analyst: Don Gaskins

    Email: [email protected]

    Respond to: 1 Courthouse Square, Suite 2300 Kissimmee, Florida 34741

    Phone: (407)742-0900 Fax: (407)742-0901

    Bid Title: Intersection Improvements on Poinciana Boulevard at Old Tampa Highway (FPN: 435528-1-58-1, Federal No: 7777-259-A)

    THIS PAGE SHALL APPEAR AS BIDDERS COVER PAGE

    In accordance with the Osceola County advertisement inviting Sealed Bids to be received at the Osceola

    County Procurement Services Office, 1 Courthouse Square, Suite 2300, Kissimmee, FL 34741, this Bid is

    submitted for the above captioned project.

    NAME OF COMPANY BIDDER:

    NAME OF AUTHORIZED REPRESENTATIVE:

    BUSINESS ADDRESS:

    PHONE NUMBER:

    FAX NUMBER:

    CONTRACTOR'S FLORIDA LICENSE NUMBER (S):

    OSCEOLA COUNTY LOCAL BUSINESS TAX RECEIPT NUMBER:

    E MAIL ADDRESS:

    BIDDER DECLARATION/ACKNOWLEDGMENT

    THIS BID IS SUBMITTED TO OSCEOLA COUNTY (A.K.A. - OWNER OR COUNTY):

    The undersigned Bidder proposes and agrees, if this bid is accepted, to enter into an Agreement(s)/Construction Contract

    with Osceola County Board of County Commissioners, in the exact form provided herein, to perform and furnish all Work

    specified or indicated in the Construction Contract Documents for the Agreement(s) Price and within the Agreement(s)

    Time indicated in this Bid Form and the Agreement(s)/Construction Contract, and in accordance with the other terms and

    condition of the Contract Documents and Instructions to Bidders made a binding part of this bid.

    Bidder accepts all of the terms of the Bidding Documents including without limitation those addressing the disposition of

    the Bid Bond.

    This bid will remain open for a period of one hundred and twenty (120) consecutive calendar days after the date of the bid

    opening.

    In submitting this Bid, the Bidder further represents and warrants as follows:

    1. Bidder has familiarized itself with the nature and extent of the Contract Documents, Work, site conditions, locality, all applicable laws, regulations, jurisdictions, etc., which may affect cost, progress of the Work, performance or

    furnishing of necessary materials for the Work.

  • Bid No. ITB-14-03802-DG

    Bid Due Date: September 02, 2014 at 2:00

    PM, Local Time

    Advertised Dates: Sunday, August 03, 2014

    and Thursday, August 07, 2014

    Procurement Analyst: Don Gaskins

    Email: [email protected]

    Respond to: 1 Courthouse Square, Suite 2300 Kissimmee, Florida 34741

    Phone: (407)742-0900 Fax: (407)742-0901

    Bid Title: Intersection Improvements on Poinciana Boulevard at Old Tampa Highway (FPN: 435528-1-58-1, Federal No: 7777-259-A)

    2. Bidder has carefully studied all reports of explorations and tests of subsurface conditions at or contiguous to the

    site and all drawings of physical conditions in or relating to existing surface of subsurface structures at or contiguous to

    the site (except Underground Facilities) which have been identified in Section 8, Technical Specifications, as provided for

    herein. BIDDER accepts determinations set forth hereby to the extent that "technical data" contained in such reports and

    drawings upon which BIDDER is entitled to rely as limited by the provisions associated with the data. BIDDER

    acknowledges that such reports and drawings are not Contract Documents and may not be complete for BIDDER'S

    purposes. BIDDER acknowledges that OWNER does not assume responsibility for the accuracy or completeness of

    information and data shown or indicated in the Bidding Documents with respect to Underground Facilities at or

    contiguous to the site.

    3. BIDDER has obtained and carefully studied (or assumes responsibility for having done so) all such additional or

    supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface,

    subsurface and underground facilities) at or contiguous to the site or otherwise which may affect cost progress,

    performance or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences and

    procedures of construction to be employed by BIDDER and safety precautions and program incident thereto. BIDDER

    does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the

    determination of this Bid for performance and furnishing of the Work in accordance with the times, price and other terms

    and conditions of the Contract Documents.

    4. BIDDER is aware of the general nature of Work to be performed by OWNER and others at the site that relates to

    Work for which this Bid is submitted as indicated in the Contract Documents.

    5. BIDDER has correlated the information known to BIDDER, information and observations obtained from visits to

    the site, reports and drawings identified in the Contract Documents and all additional examinations, investigations,

    explorations, tests, studies and date with the Contract Documents.

    6. BIDDER has given OWNER written notice of all conflicts, errors, ambiguities or discrepancies that BIDDER has

    discovered in the Contract Documents and the written resolution thereof by County is acceptable to BIDDER, and the

    Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for

    performing and furnishing the Work for which this Bid is submitted.

    7. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation

    and is not submitted in conformity with any Agreement(s)or rules of any group, association, organization or corporation;

    BIDDER has not directly or indirectly induced or solicited any other Bidder to submit a farce or sham Bid; BIDDER has

    not solicited or induced any person, firm, or corporation to refrain from bidding; and BIDDER has not sought by collusion

    to obtain for itself any advantage over any other Bidder or over OWNER.

    8. BIDDER hereby agrees to commence WORK under this Agreement(s) on or before a date to be specified in the

    NOTICES TO PROCEED and to fully complete all work of the PROJECTS within the Agreement(s) Time specified in

  • Bid No. ITB-14-03802-DG

    Bid Due Date: September 02, 2014 at 2:00

    PM, Local Time

    Advertised Dates: Sunday, August 03, 2014

    and Thursday, August 07, 2014

    Procurement Analyst: Don Gaskins

    Email: [email protected]

    Respond to: 1 Courthouse Square, Suite 2300 Kissimmee, Florida 34741

    Phone: (407)742-0900 Fax: (407)742-0901

    Bid Title: Intersection Improvements on Poinciana Boulevard at Old Tampa Highway (FPN: 435528-1-58-1, Federal No: 7777-259-A)

    the Construction Agreement(s). BIDDER further accepts the provisions of the Construction Agreement(s) as to liquidated

    damages and agrees to pay as liquidated damages the amount stated in the Construction Agreement(s) and General

    Conditions, for each consecutive calendar day completion of the Work is delayed.

    Completion Schedule

    1. Intersection Improvements on Poinciana Boulevard at Old Tampa Highway:

    A. The project shall be substantially complete (complete with only final punch list items remaining) in: two

    hundred forty (240) consecutive calendar days from the notice to proceed.

    B. The project shall be fully complete (punch list items completed, inspected and ready for final payment) in

    thirty (30) consecutive calendar days from substantial completion.

    2. All bid items shall include all materials, equipment, labor, permit fees, taxes, tests, miscellaneous costs of all

    types, overhead, and profit for the item to be complete, in place, and ready for operation in the manner contemplated by

    the Contract Documents.

    3. In accordance with Instructions to Bidders, if the Agreement(s) is to be awarded, it will be awarded on the basis of the lowest bid received. In any event, prior to, or after the award, the County reserves the right to remove or reduce

    the quantity of any pay item it feels necessary in its sole discretion.

    4. The following documents are attached to and made a condition of this Bid (PLEASE NOTE YOUR ACKNOWLEDGMENT BY INITIALING IN SPACE PROVIDED.)

    ITEM INITIAL

    1. Notice to Bidders _______

    2. Instructions to Bidders _______

    3. Agreement(s) _______

    4. Proposal _______

    5. Bid Bond _______

    6. Affidavit _______

    7. Certificate-Agreement(s) Execution Authorization _______

    8. Performance & Payment Bond _______

    9. Reserved (Not Used) _______

    10. General Conditions _______

    11. FDOT Specifications _______

    12. Plans _______

    13. Special Conditions _______

    14. Addenda (if any) _______

    15. Drug-Free Workplace _______

    16. Release of Lien _______

    17. Certificate of Insurance _______

  • Bid No. ITB-14-03802-DG

    Bid Due Date: September 02, 2014 at 2:00

    PM, Local Time

    Advertised Dates: Sunday, August 03, 2014

    and Thursday, August 07, 2014

    Procurement Analyst: Don Gaskins

    Email: [email protected]

    Respond to: 1 Courthouse Square, Suite 2300 Kissimmee, Florida 34741

    Phone: (407)742-0900 Fax: (407)742-0901

    Bid Title: Intersection Improvements on Poinciana Boulevard at Old Tampa Highway (FPN: 435528-1-58-1, Federal No: 7777-259-A)

    Having carefully examined the Contract Documents, comprised of the plans, specifications, and all other documents

    bound herewith and or referenced hereby, any addenda or bulletin as prepared or sanctioned by the County and being

    familiar with the various conditions affecting the work, the Bidder proposes and agrees, if this Proposal is accepted, to

    execute all appropriate Contract Documents for the purpose of establishing a formal contractual relationship between him

    and the OWNER, for the furnishing of all materials and the performance of all Work to which this Proposal pertains and

    for which the following total bid is submitted:

    ITEM NO. QTY INTERSECTION IMPROVEMENTS ON

    POINCIANA BOULEVARD AT OLD TAMPA

    HIGHWAY DESCRIPTION

    UNIT

    PRICE

    EXTENDED

    PRICE

    ROADWAY PAY ITEMS

    101-1 1 LS MOBILIZATION

    @ __________________________________________ DOLLARS

    102-1 1 LS MAINTENANCE OF TRAFFIC

    @ __________________________________________ DOLLARS

    104-10-3 286 LF SEDIMENT BARRIER

    @ __________________________________________ DOLLARS

    104-18 6 EA INLET PROTECTION SYSTEM

    @ __________________________________________ DOLLARS

    110-1-1 1 LS CLEARING & GRUBBING (2.70 ACRES)

    @ __________________________________________ DOLLARS

    120-1 1,039 CY REGULAR EXCAVATION

    @ __________________________________________ DOLLARS

    120-6 428 CY EMBANKMENT

    @ __________________________________________ DOLLARS

    160-4 3,934 SY STABILIZATION TYPE B

    @ __________________________________________ DOLLARS

    285-701 19 SY OPTIONAL BASE, BASE GROUP 01

    @ __________________________________________ DOLLARS

    285-709 3,482 SY OPTIONAL BASE, BASE GROUP 09 (LIMEROCK ONLY)

    @ __________________________________________ DOLLARS

    327-70-1 9,224 SY MILLING EXIST ASPH PAVT (1" AVG DEPTH)

    @ __________________________________________ DOLLARS

    334-1-13 603.3 TN SUPERPAVE ASPHALTIC CONC (TRAFFIC C)

    @ __________________________________________ DOLLARS

    337-7-73 679.7 TN

    ASPH CONC FRICTION COURSE (TRAFFIC C, FC-9.5, PG 76-22, ARB)

    @ __________________________________________ DOLLARS

    425-5 1.0 EA ADJUST MANHOLE (

  • Bid No. ITB-14-03802-DG

    Bid Due Date: September 02, 2014 at 2:00

    PM, Local Time

    Advertised Dates: Sunday, August 03, 2014

    and Thursday, August 07, 2014

    Procurement Analyst: Don Gaskins

    Email: [email protected]

    Respond to: 1 Courthouse Square, Suite 2300 Kissimmee, Florida 34741

    Phone: (407)742-0900 Fax: (407)742-0901

    Bid Title: Intersection Improvements on Poinciana Boulevard at Old Tampa Highway (FPN: 435528-1-58-1, Federal No: 7777-259-A)

    515-1-2 20 LF PIPE HANDRAIL - GUIDERAIL, ALUMINUM

    @ __________________________________________ DOLLARS

    520-1-07 568 LF CONCRETE CURB & GUTTER (TYPE E)

    @ __________________________________________ DOLLARS

    520-1-10 18 LF CONCRETE CURB & GUTTER (TYPE F)

    @ __________________________________________ DOLLARS

    520-5-41 201 LF CONCRETE TRAFFIC SEPARATOR (TYPE IV) (4' WIDE)

    @ __________________________________________ DOLLARS

    522-1 540 SY CONCRETE SIDEWALK (4" THICK)

    @ __________________________________________ DOLLARS

    527-2 137 SF DETECTABLE WARNINGS @__________________________________________ DOLLARS

    570-1-2 5,884 SY PERFORMANCE TURF (SOD)

    @ __________________________________________ DOLLARS

    SIGNALIZATION PAY ITEMS

    630-2-11 730 LF CONDUIT, F&I, OPEN TRENCH

    @ __________________________________________ DOLLARS

    630-2-12 875 LF CONDUIT, F&I, DIRECTIONAL BORE

    @ __________________________________________ DOLLARS

    632-7-1 2 PI SIGNAL CABLE

    @ __________________________________________ DOLLARS

    633-1-121 1,220 LF SIGNALS FIBER OPTIC CABLE, UNDERGROUND, 2-12 FIBERS

    @ __________________________________________ DOLLARS

    633-2-32 8 EA SIGNALS-FIBER OPTIC CONNECTION, TERMINATION

    @ __________________________________________ DOLLARS

    633-3-12 2 EA SIGNALS-FIBER OPTIC CONNECTION HARDWARE, SPLICE TRAY

    @ _______________________________________ DOLLARS

    633-3-14 2 EA

    SIGNALS-FIBER OPTIC CONNECTION HARDWARE, BUFFER TUBE FAN OUT KIT

    @ __________________________________________ DOLLARS

    633-3-16 2 EA

    SIGNALS-FIBER OPTIC CONNECTION HARDWARE, PATCH PANEL-FIELD TERM.

    @ __________________________________________ DOLLARS

    635-2-11 20 EA PULL & SPLICE, F&I, 13" X 24" STANDARD SIZE

    @ __________________________________________ DOLLARS

    635-2-13 5 EA PULL & SPLICE, F&I, 30" X 60" ROUND COVER SIZE

    @ __________________________________________ DOLLARS

    639-1-122 1 AS ELECTRICAL POWER SERVICE (UNDERGROUND)

    @ __________________________________________ DOLLARS

  • Bid No. ITB-14-03802-DG

    Bid Due Date: September 02, 2014 at 2:00

    PM, Local Time

    Advertised Dates: Sunday, August 03, 2014

    and Thursday, August 07, 2014

    Procurement Analyst: Don Gaskins

    Email: [email protected]

    Respond to: 1 Courthouse Square, Suite 2300 Kissimmee, Florida 34741

    Phone: (407)742-0900 Fax: (407)742-0901

    Bid Title: Intersection Improvements on Poinciana Boulevard at Old Tampa Highway (FPN: 435528-1-58-1, Federal No: 7777-259-A)

    639-2-1 390 LF ELECTRICAL SERVICE WIRE

    @ __________________________________________ DOLLARS

    639-3-12 1 EA

    ELECTRICAL SERVICE DISCONNECT, CABINET (GENERATOR HOOK-UP)

    @ __________________________________________ DOLLARS

    641-2-11 1 EA PRESTRESSED CONCRETE POLE, TYPE P-11 PEDESTAL (12")

    @ __________________________________________ DOLLARS

    649-1-10 4 EA STEEL PEDESTAL

    @ __________________________________________ DOLLARS

    649-31-202

    1 EA MAST ARM ASSEMBLY, SINGLE ARM (46') POLE T2 W/O LUMINAIRE

    @ __________________________________________ DOLLARS

    649-31-204

    2 EA

    MAST ARM ASSEMBLY, SINGLE ARM (70.5') POLE T4 W/O LUMINAIRE

    @ __________________________________________ DOLLARS

    649-31-208

    1 EA

    MAST ARM ASSEMBLY, SINGLE ARM (60') POLE T23 W/ LUMINAIRE

    @ __________________________________________ DOLLARS

    650-1-311 6 AS TRAFFIC SIGNAL, 12" LED, 1 WAY, 3 SECTION (HORIZONTAL)

    @ __________________________________________ DOLLARS

    650-1-511 2 AS TRAFFIC SIGNAL, 12" LED, 1 WAY, 5 SECTION (HORIZONTAL)

    @ __________________________________________ DOLLARS

    653-191 4 EA PEDESTRIAN SIGNAL, 1 WAY, LED - COUNTDOWN

    @ __________________________________________ DOLLARS

    660-4-11 1 EA VEHICLE DETECTOR SYSTEM-VIDEO, F&I, CABINET EQUIPMENT

    @ __________________________________________ DOLLARS

    660-4-12 5 EA

    VEHICLE DETECTOR SYSTEM-VIDEO, F&I, ABOVE GROUND EQUIPMENT

    @ __________________________________________ DOLLARS

    663-1-110 4 AS SIGNAL PRE-EMPTION, F&I, OPTICAL

    @ __________________________________________ DOLLARS

    663-74-151

    1 EA 9" LED MONITOR

    @ __________________________________________ DOLLARS

    663-74-152

    1 PI VIDEO CABLE

    @ __________________________________________ DOLLARS

    665-1-12 4 EA PEDESTRIAN DETECTOR (ACCESSIBLE)

    @ __________________________________________ DOLLARS

    670-5-111 1 AS CONTROLLER ASSEMBLY ACT SS (F&I) NEMA PRE (ONE)

    @ __________________________________________ DOLLARS

    670-5-400 1 AS TRAFFIC CONTROLLER ASSEMBLY (MOD)

    @ __________________________________________ DOLLARS

  • Bid No. ITB-14-03802-DG

    Bid Due Date: September 02, 2014 at 2:00

    PM, Local Time

    Advertised Dates: Sunday, August 03, 2014

    and Thursday, August 07, 2014

    Procurement Analyst: Don Gaskins

    Email: [email protected]

    Respond to: 1 Courthouse Square, Suite 2300 Kissimmee, Florida 34741

    Phone: (407)742-0900 Fax: (407)742-0901

    Bid Title: Intersection Improvements on Poinciana Boulevard at Old Tampa Highway (FPN: 435528-1-58-1, Federal No: 7777-259-A)

    685-106 1 EA SYSTEM AUXILIARIES (UPS)

    @ ___________________________________________ DOLLARS

    699-1-11 4 EA INTERNALLY ILLUMINATED STREET NAME SIGN (LED)

    @ ___________________________________________ DOLLARS

    SIGNING & PAVEMENT MARKING PAY ITEMS

    700-1-11 6 AS SIGN SINGLE POST (F&I) (LESS THAN 12 SF)

    @ ___________________________________________ DOLLARS

    700-1-12 10 AS SIGN SINGLE POST (F&I) (12 SF - 20 SF)

    @ ___________________________________________ DOLLARS

    700-1-13 1 AS SIGN SINGLE POST (F&I) (GROUND MOUNT)(21‐30 SF)

    @ ___________________________________________ DOLLARS

    700-1-60 17 AS SINGLE POST SIGN (REMOVE)

    @ ___________________________________________ DOLLARS

    700-3-101 2