BROWARD Highway Number Traffic Operations
ID - E4Y26
ID - E4Y26
Location: FL BROWARD County D4 District
Bid Date/Time: Nov. 7, 2025, 8:30 p.m.
Project Type:
Status: Awarded
Description:
LETTING LOCATION: Procurement Conference Room POSTING DATES: 12/02/2025 and 12/09/2025 CONTRACT DAYS: 730 CONTRACT EXECUTION DAYS: 10 SPECIAL START DATE: N/A ACQUIS./FLEXIBLE START TIME: N/A The Improvements implemented by individual Task Work Order(s)/Work Document(s) under this Contract, consist of, but are not limited to, MOT (standard, arrow board, PCMS, traffic control officer), concrete (sidewalk, driveways), pavement markings (detectable, rumble strip, RPM, painted, thermoplastic, profiled thermoplastic), signing (single-column, multi-column, panel, sign strip, in-street assembly, tubular, object, delineator), enhanced sign assembly (AC-powered, solar-powered, ground mount, overhead mount, with beacon, remove beacons, remove assembly), and sod at various locations throughout Broward County. WORK DRIVEN CONTRACT: The budgetary ceiling for this contract shall be One Million dollars and zero cents ($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 guarantee 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 issue 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 ? PRE-QUALIFIED: Contractor must be pre-qualified. ? PERFORMANCE BOND: A Contract / Performance bond is required for this project. PLEASE READ STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION FY 2025-26 (SECTION 7-13) FOR INSURANCE LIMITS.
LETTING LOCATION: Procurement Conference Room POSTING DATES: 12/02/2025 and 12/09/2025 CONTRACT DAYS: 730 CONTRACT EXECUTION DAYS: 10 SPECIAL START DATE: N/A ACQUIS./FLEXIBLE START TIME: N/A The Improvements implemented by individual Task Work Order(s)/Work Document(s) under this Contract, consist of, but are not limited to, MOT (standard, arrow board, PCMS, traffic control officer), concrete (sidewalk, driveways), pavement markings (detectable, rumble strip, RPM, painted, thermoplastic, profiled thermoplastic), signing (single-column, multi-column, panel, sign strip, in-street assembly, tubular, object, delineator), enhanced sign assembly (AC-powered, solar-powered, ground mount, overhead mount, with beacon, remove beacons, remove assembly), and sod at various locations throughout Broward County. WORK DRIVEN CONTRACT: The budgetary ceiling for this contract shall be One Million dollars and zero cents ($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 guarantee 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 issue 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 ? PRE-QUALIFIED: Contractor must be pre-qualified. ? PERFORMANCE BOND: A Contract / Performance bond is required for this project. PLEASE READ STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION FY 2025-26 (SECTION 7-13) FOR INSURANCE LIMITS.
Project Roles
Bidders
- Bidder SAFETY SYSTEMS BARRICADES CORP., - $1,907,431, 6551 NW 74TH AVE MIAMI FL 33018
- Bidder HORSEPOWER ELECTRIC, INC., - $2,352,193, 8105 W. 20TH AVENUE. HIALEAH FL 33014
- Bidder ACME BARRICADES LC, - $684,640, 9800 NORMANDY BLVD. JACKSONVILLE FL 32221
- Bidder TRP CONSTRUCTION GROUP, LLC, - $513,320,
- Bidder ROADS RENEW LLC, - $185,560, 30104 SW 152ND CT HOMESTEAD FL 33030
- Bidder NATIONAL TRAFFIC SOLUTION, INC, - $314,380, 1303 N ST RD 7 MARGATE FL 33063
- Bidder MCSHEA CONTRACTING, LLC, - $244,575, 508 OWEN AVENUE LEHIGH ACRES FL 33971
- Bidder HIGHWAY STRIPING, INC., - $199,586, 2290 NW 108 AVENUE MIAMI FL 33018
- Bidder P & P STRIPING LLC, - $305,385, PO BOX 66 1741 S HWY 17 POMONA PARK FL 32189
- Bidder AL-MUMIN ENTERPRISE LLC, - $185,974,
- Bidder ROGAR MANAGEMENT & CONSULTING OF FLORIDA LLC, - $390,460, 12011 SW 129 CT UNIT 5 MIAMI FL 33186
- Bidder SOUTHWIDE INDUSTRIES, INC., - $368,099, 11420 FORTUNE CIRCLE SUITE I-37 WELLINGTON FL 33414
- Bidder TERRA MAINTENANCE CO., - $233,506, 2770 SW EDGARCE ST PORT SAINT LUCIE FL 34952
- Bidder ALPHA-OMEGA TRAINING AND COMPLIANCE INC, - $291,047,
- Bidder KNIGHT PROPERTY MANAGEMENT SERVICE, INC., - $415,121, 1391 NW SAINT LUCIE WEST BLVD STE 336 PORT SAINT LUCIE FL 34952
- Bidder SOUTH FLORIDA BUSHOG SERVICE, INC., - $496,584, 5540 NW 76TH PL COCONUT CREEK FL 33063
- Bidder SUPERIOR LANDSCAPING & LAWN SE, - $461,882, 2200 NW 23 AVENUE MIAMI FL 33018
- Bidder HIGHER GROUND LAND SERVICES, LL, - $427,892, 6350 13TH ST SW VERO BEACH FL 32960
- Bidder SUPREME ROOFING & CONSTRUCTION, INC., - $814,051, 2600 NW 155 TERRACE MIAMI FL 33018
Apparent Low Bidder: ROADS RENEW LLC
| Your local Topcon Positioning Systems Inc dealer |
|---|
| Linder Industrial Machinery |