INDIAN RIVER MARTIN ST LUCIE DIST/ST-WIDE Highway Number None Traffic Operations
ID - E4Y10
ID - E4Y10
Location: FL INDIAN RIVER MARTIN ST LUCIE DIST/ST-WIDE County D4 District
Bid Date/Time: July 11, 2025, 6:30 p.m.
Project Type:
Status: active
Description:
LETTING LOCATION: D4 Procurement Conference Room POSTING DATES: 08/05/2025 and 08/12/2025 CONTRACT DAYS: 730 CONTRACT EXECUTION DAYS: 10 SPECIAL START DATE: N/A ACQUIS./FLEXIBLE START TIME: 15 The Improvements, implemented by individual Task Work Order(s)/Work Document(s) under this Contract, consist of, but are not limited to, signing and pavement markings throughout Martin, St. Lucie and Indian River Counties. BUSINESS DEVELOPMENT INITIATIVE - Bidders must be a "Small Business" as defined by FDOT. Small business size standards can be found at https://www.fdot.gov/equalopportunity/bdi.shtm. For more information about bidding on BDI projects, please see the training guide located at https://www.fdot.gov/equalopportunity/bdi.shtm Prequalification per Rule 14-22 is not required. Bidders must complete and submit the Small Business Affidavit (Form No. 275-000-01) for approval prior to receipt of bid documents. The form may be accessed at https://www.fdot.gov/equalopportunity/bdi.shtm It is only necessary to submit the Small Business Affidavit (SBA) form once per year. Send a completed and notarized affidavit as an attachment to SmallBusi-ness@dot.state.fl.us Bidders must submit the BDI Reference Sheet (Form No. 275-000-02) with the bid unless bidder is prequalified in the project's major work type, per Rule 14-22, Florida Administrative Code. Upload the completed BDI Reference Sheet (Form No. 275-000-02) as a zip file using the "File Attachment Upload" folder in the AASHTOWare Project Bids application. BDI Reference Sheet may be found at https://www.fdot.gov/equalopportunity/bdi.shtm Proposal Guaranty of $500 is required for bids over $150,000 and may be in the form of a Cashier s Check, the BDI Bid or Proposal Bond (Form No. 375-020-16), or the standard Bid or Proposal Bond form, Form No. 375-020-09). WORK DRIVEN CONTRACT: The budgetary ceiling for this contract shall be One Million dollars ($1,000,000.00) over the two (2) year term of the contract. The quantities shown on the Bid Price Proposal are approximate and only represent estimated planned requirements based on historical or specific project needs. The Department does not guar-antee any maximum or minimum quantity, any range of quantities, or the exact quantities shown for each bid item. The Department's estimated quantities and the Contractor's bid price will be used to calculate a total bid amount. This total bid amount will then be used to determine the low bidder; however, actual payment under the awarded contract will be based on actual quantities completed. For this Contract in which specific sites are not identified at the time of letting, the Engineer will is-sue a Work Document. Work Documents will identify the location, description, amount of work to be accomplished, and the number of calendar days to complete the work ?.PERFORMANCE BOND: A Contract / Performance bond is required for this project. ?REQUIRED SUBMITTALS WITH BID: -Form 275-000-02 Business Development Initiative Reference Sheet must be submitted with the bid. -PROPOSAL BID GUARANTEE: Proposal Guaranty of $500 is required for bids over $150,000 and may be in the form of a Cashier's Check, the BDI Bid or Proposal Bond (Form No. 375-020-16) or the standard Bid or Proposal Bond form, Form No. 375-020-09). PLEASE READ STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION FY 2025-26 (SECTION 7-13) FOR INSURANCE LIMITS.
LETTING LOCATION: D4 Procurement Conference Room POSTING DATES: 08/05/2025 and 08/12/2025 CONTRACT DAYS: 730 CONTRACT EXECUTION DAYS: 10 SPECIAL START DATE: N/A ACQUIS./FLEXIBLE START TIME: 15 The Improvements, implemented by individual Task Work Order(s)/Work Document(s) under this Contract, consist of, but are not limited to, signing and pavement markings throughout Martin, St. Lucie and Indian River Counties. BUSINESS DEVELOPMENT INITIATIVE - Bidders must be a "Small Business" as defined by FDOT. Small business size standards can be found at https://www.fdot.gov/equalopportunity/bdi.shtm. For more information about bidding on BDI projects, please see the training guide located at https://www.fdot.gov/equalopportunity/bdi.shtm Prequalification per Rule 14-22 is not required. Bidders must complete and submit the Small Business Affidavit (Form No. 275-000-01) for approval prior to receipt of bid documents. The form may be accessed at https://www.fdot.gov/equalopportunity/bdi.shtm It is only necessary to submit the Small Business Affidavit (SBA) form once per year. Send a completed and notarized affidavit as an attachment to SmallBusi-ness@dot.state.fl.us Bidders must submit the BDI Reference Sheet (Form No. 275-000-02) with the bid unless bidder is prequalified in the project's major work type, per Rule 14-22, Florida Administrative Code. Upload the completed BDI Reference Sheet (Form No. 275-000-02) as a zip file using the "File Attachment Upload" folder in the AASHTOWare Project Bids application. BDI Reference Sheet may be found at https://www.fdot.gov/equalopportunity/bdi.shtm Proposal Guaranty of $500 is required for bids over $150,000 and may be in the form of a Cashier s Check, the BDI Bid or Proposal Bond (Form No. 375-020-16), or the standard Bid or Proposal Bond form, Form No. 375-020-09). WORK DRIVEN CONTRACT: The budgetary ceiling for this contract shall be One Million dollars ($1,000,000.00) over the two (2) year term of the contract. The quantities shown on the Bid Price Proposal are approximate and only represent estimated planned requirements based on historical or specific project needs. The Department does not guar-antee any maximum or minimum quantity, any range of quantities, or the exact quantities shown for each bid item. The Department's estimated quantities and the Contractor's bid price will be used to calculate a total bid amount. This total bid amount will then be used to determine the low bidder; however, actual payment under the awarded contract will be based on actual quantities completed. For this Contract in which specific sites are not identified at the time of letting, the Engineer will is-sue a Work Document. Work Documents will identify the location, description, amount of work to be accomplished, and the number of calendar days to complete the work ?.PERFORMANCE BOND: A Contract / Performance bond is required for this project. ?REQUIRED SUBMITTALS WITH BID: -Form 275-000-02 Business Development Initiative Reference Sheet must be submitted with the bid. -PROPOSAL BID GUARANTEE: Proposal Guaranty of $500 is required for bids over $150,000 and may be in the form of a Cashier's Check, the BDI Bid or Proposal Bond (Form No. 375-020-16) or the standard Bid or Proposal Bond form, Form No. 375-020-09). PLEASE READ STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION FY 2025-26 (SECTION 7-13) FOR INSURANCE LIMITS.
Project Roles
Owners
- Owner FLORIDA DEPARTMENT OF TRANSPORTATION, 605 SUWANNEE STREET TALLAHASSEE FL 32301
Your local Komatsu America Corp dealer |
---|
Linder Industrial Machinery |