Access Denied!!!

It appears that you are using a private browser which blocks some scripts necessary for this page to function properly. As a result, you may experience limited functionality or the page may not work at all.

To access this page, please consider using a different browser or switch to the standard version of Firefox.

Thank you for your understanding.

Access Full Project

Publicly Funded

Privately Funded

Bidding Soon

Documents Available

Addenda Available

Post-Bid

Post-Bid

Saving Project...

Full details on over 250,000 Projects including 2000 updated daily available to subscribers

October 18, 2024

December 18, 2024

November 14, 2028

Matanzas Woods Pkwy

Paving, Site Work

No Information to Display

$21,190,672.00

Public - City

img_map_placeholder

Matanzas Woods Pkwy, Palm Coast, FL

309

9

2

Subscribe to View Full Documents

QUESTION DEADLINE:October 9, 2024 at 4:00 PM SCOPE OF SERVICES: The City of Palm Coast is seeking bids from qualified Contractors for the construction of the extension of Matanzas Woods Parkway as a multilane roadway from west of US 1 to west of the existing Florida East Coast (FEC) railroad including a bridge spanning the railroad. The project is approximately one mile in length. Construction improvements will include roadway construction for a multilane roadway, sidewalk construction, landscaping, signing and pavement markings, and utility mains installation. Drainage improvements will include grading, drainage structures, pipes, and construction of pond(s). Lighting will be constructed along the roadway and proposed bridge. Lighting poles will be installed by FPL. Traffic signal work will include the construction of one signalized intersection with mast arms at the intersection of Matanzas Village Avenue and Matanzas Woods Parkway and ITS connectivity. Major structural work will include the construction of an overpass spanning the existing FEC railroad. The overhead electric transmission lines owned by FPL and within an FPL easement will need to be relocated by FPL as part of this project. Other construction elements include mobilization, maintenance of traffic, erosion control, clearing and grubbing, regular and subsoil excavation, embankment, and sod. The construction of all pedestrian facilities shall adhere to current Americans with Disabilities Act (ADA) standards. Utility coordination will be required during construction. Permitting coordination is anticipated. This construction contract encompasses a flexible bidding approach designed to optimize project delivery to meet available funding for this project. The project limits are from Station 499+85.00 to Station 543+69.43 with the additional tie-in of the sidewalk, ITS, and roadway lighting to the East of the roadway end project. The project also includes determining the starting station, with the endpoint fixed at station 543+69.46, through two primary bid options: Bid A and B. Additionally, the contract includes alternates for complete landscaping, irrigation, and lighting installations, allowing for comprehensive site enhancement. This bidding structure ensures budget compliance while offering scalability and customization to meet project goals and aesthetic enhancements. This bid includes the following work not depicted in contract plans: 1. Tiedown of earthwork at a 1:4 minimum slope at the western roadway construction limit 2. Storm pipe plugs at western limit, if between Sta. 506+40 and Sta. 512+40. Prior to Sta. 506+40, ditch depicted on Roadway Plans Sheet No. 31 shall be extended to tiedown of earthwork from western construction limit and storm pipe shall be extended to ditch with mitered end section. 3. Partial construction of SWMF 2 to provide embankment material for construction on the west side of FEC railroad and complete construction of SWMF 2 outfall structures and pipes 4. Partial construction of SWMF 1 to provide embankment material for construction on western side of FEC railroad. Complete construction of SWMF 1 outfall structures and pipes and pipe and structures between ditch and SWMF 1 if western construction limit is prior to Sta. 506+40. 5. Flushing hydrants, gate valves, and plugs on the 18 watermain and 6 potable recirculation main at western construction limit. 6. Gate valves and plugs on the 18 sanitary force main and 16 reuse main at western construction limit. 7. Gator bags are provided and/or a water truck is used with a watering schedule for landscaping. Bid B will only be awarded to a bidder who meets the maximum bid price and constructs the project up to the westernmost limit. CONTRACT TIME: The Project's construction will undergo two distinct phases, namely Phase 2.1 and Phase 2.2. Refer to DRAFT Contract Section 3.1 Construction Phases for more information. Exhibit A provides a concept display of each Phase and refers to the plans for the exact beginning and end stationing of each phase. The awarding of a Notice to Proceed by the City will dictate the commencement of each phase, which will be communicated in writing to the Contractor. The total allowable construction time is 966 consecutive calendar days from Phase 2.1 Notice to Proceed, date with an additional thirty (30) consecutive calendar days to achieve Phase 2.1 and Phase 2.2 Final Completion. In addition, the notice to proceed for Phase 2.2 shall commence no later than 631 consecutive calendar days after the notice to proceed for Phase 2.1. These milestone dates serve as important reference points in the project schedule, indicating key deadlines that must be met to ensure the timely completion of the project phases. The Contractor bears the responsibility of devising a detailed schedule for each phase, which must secure the approval of the City. BID SECURITY/BID BOND: A Bid Bond shall accompany each Bid if the Bid amount is one-hundred thousand dollars ($100,000) or greater. The Bid Bond shall be for an amount not less than five percent (5%) of the Bid price and shall be made payable to the City as a guarantee that the Bidder will not withdraw his/her Bid for a period of one hundred twenty (120) days after the Bid closing time. PERFORMANCE, PAYMENT, & MATERIAL AND WORKMANSHIP BONDS: In the event the Contract is awarded to the Successful Bidder and will enter into a written Agreement with the City and furnish a Payment Bond and Performance Bond in an amount equal to the Contract Price. The Material and Workmanship Bond shall be in an amount equal to ten percent (10%) of the Contract Price as adjusted on the Final Application for Payment. The Bidder will forfeit their Bid Security if they fail to do so. All Bonds shall be secured from or countersigned by an agency or surety company recognized in good standing and authorized to do business in the State of Florida. AWARD OF CONTRACT: All submittals will be evaluated by City staff in accordance with the criteria set forth in the bid documents. The City reserves the right to reject all bids/submittals, and to solicit and re-advertise for new bids, or to abandon the project in its entirety at any time during the process including, but not limited to, after the Notice of Intent to Award. Pursuant to Florida Statutes 287.05701, the City will not will not give preference to or request documentation of or consider a vendors social, political, or ideological interests when determining the vendors qualifications.

5 Record(s)

Subscribe to Get All Contact Details

Trades

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet
Subscribe to See All Trade Details

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Related Projects