POC BP5.R131 Vance Bridge No. 15 POC U-5827 Landscaping POC Annual Needs District 1 Short Overlays POC Annual Needs District 2 Short Overlays

Agency: Division of Highways
State: North Carolina
Level of Government: State & Local
Category:
  • 54 - Prefabricated Structures and Scaffolding
  • H - Quality Control, Testing, and Inspection Services
  • S - Utilities and Training Services
Opps ID: NBD14484109253409321
Posted Date: Jan 24, 2024
Due Date: Feb 14, 2024
Source: Members Only

Attachment Preview

STATE OF NORTH CAROLINA
DEPARTMENT OF TRANSPORTATION
HIGHWAY DIVISION 5
ID/IQ PROPOSAL
DATE AND TIME OF BID OPENING: February 14, 2024 AT 2:00 PM
CONTRACT ID: ME00041
WBS ELEMENT NO.: Various
FEDERAL AID NO.: STATE FUNDED
COUNTY:
Durham, Granville, Person, Vance and Warren Counties
TIP NO.:
N/A
MILES:
VARIOUS
ROUTE NO.:
VARIOUS
LOCATION:
VARIOUS
TYPE OF WORK: GRADING, PAVING
NOTICE:
ALL BIDDERS SHALL COMPLY WITH ALL APPLICABLE LAWS REGULATING THE PRACTICE
OF GENERAL CONTRACTING AS CONTAINED IN CHAPTER 87 OF THE GENERAL STATUTES OF
NORTH CAROLINA WHICH REQUIRES THE BIDDER TO BE LICENSED BY THE N.C. LICENSING
BOARD FOR CONTRACTORS WHEN BIDDING ON ANY NON-FEDERAL AID PROJECT WHERE
THE BID IS $30,000 OR MORE, EXCEPT FOR CERTAIN SPECIALTY WORK AS DETERMINED BY
THE LICENSING BOARD. BIDDERS SHALL ALSO COMPLY WITH ALL OTHER APPLICABLE
LAWS REGULATING THE PRACTICES OF ELECTRICAL, PLUMBING, HEATING AND AIR
CONDITIONING AND REFRIGERATION CONTRACTING AS CONTAINED IN CHAPTER 87 OF THE
GENERAL STATUTES OF NORTH CAROLINA. NOTWITHSTANDING THESE LIMITATIONS ON
BIDDING, THE BIDDER WHO IS AWARDED ANY FEDERAL - AID FUNDED PROJECT SHALL
COMPLY WITH CHAPTER 87 OF THE GENERAL STATUTES OF NORTH CAROLINA FOR
LICENSING REQUIREMENTS WITHIN 60 CALENDAR DAYS OF BID OPENING.
THIS IS A ROADWAY PROJECT.
BID BOND IS NOT REQUIRED.
NAME OF BIDDER
ADDRESS OF BIDDER
PROPOSAL FOR THE CONSTRUCTION OF
CONTRACT No. ME00041 IN Durham, Granville, Person, Vance and Warren Counties,
NORTH CAROLINA
DEPARTMENT OF TRANSPORTATION,
RALEIGH, NORTH CAROLINA
The Bidder has carefully examined the location of the proposed work to be known as Contract No. ME00041; has
carefully examined the plans and specifications, which are acknowledged to be part of the proposal, the special
provisions, the proposal, the form of contract; and thoroughly understands the stipulations, requirements and
provisions. The undersigned bidder agrees to be bound upon his execution of the bid and subsequent award to him
by the Department of Transportation in accordance with this proposal. Payment and performance bonds are not
required on this project. The undersigned Bidder further agrees to provide all necessary machinery, tools, labor, and
other means of construction; and to do all the work and to furnish all materials, except as otherwise noted, necessary
to perform and complete the said contract in accordance with the 2024 Standard Specifications for Roads and
Structures by the dates(s) specified in the Project Special Provisions and in accordance with the requirements of the
Engineer, and at the unit or lump sum prices, as the case may be, for the various items given on the sheets contained
herein.
The Bidder shall provide and furnish all the materials, machinery, implements, appliances and tools, and perform the
work and required labor to construct and complete Contract No. ME00041 in Durham, Granville, Person, Vance
and Warren Counties, for the unit or lump sum prices, as the case may be, bid by the Bidder in his bid and
according to the proposal, plans, and specifications prepared by said Department, which proposal, plans, and
specifications show the details covering this project, and hereby become a part of this contract.
The published volume entitled North Carolina Department of Transportation, Raleigh, Standard Specifications for
Roads and Structures, January 2024 with all amendments and supplements thereto, is by reference incorporated into
and made a part of this contract; that, except as herein modified, all the construction and work included in this
contract is to be done in accordance with the specifications contained in said volume, and amendments and
supplements thereto, under the direction of the Engineer.
If the proposal is accepted and the award is made, the contract is valid only when signed either by the Contract
Officer or such other person as may be designated by the Secretary to sign for the Department of Transportation.
The conditions and provisions herein cannot be changed except over the signature of the said Contract Officer or
Division Engineer.
The quantities shown in the itemized proposal for the project are considered to be approximate only and are given as
the basis for comparison of bids. The Department of Transportation may increase or decrease the quantity of any
item or portion of the work as may be deemed necessary or expedient.
An increase or decrease in the quantity of an item will not be regarded as sufficient ground for an increase or
decrease in the unit prices, nor in the time allowed for the completion of the work, except as provided for the
contract.
COVER SHEET
PROPOSAL SHEET
TABLE OF CONTENTS
PROJECT SPECIAL PROVISIONS
GENERAL:..................................................................................................................................G-1
INTERESTED PARTIES LIST NOT REQUIRED:...................................................................G-1
BOND REQUIREMENTS – No Bonds Required ......................................................................G-1
CONTRACT TIME FOR ID/IQ:.................................................................................................G-1
INTERMEDIATE CONTRACT TIME NUMBER 1 AND LIQUIDATED DAMAGES: ........G-2
INTERMEDIATE CONTRACT TIME NUMBER 2 AND LIQUIDATED DAMAGES: ........G-3
INTERMEDIATE CONTRACT TIME NUMBER 3 AND LIQUIDATED DAMAGES: ........G-4
WORK ORDER ASSIGNMENT (SINGLE AWARDS) FOR ID/IQ: .......................................G-6
BONDING REQUIREMENTS FOR ID/IQ:...............................................................................G-6
MOBILIZATION AND LIQUIDATED DAMAGES FOR ID/IQ:............................................G-7
RENEWAL OF CONTRACT (CPI PRICE ADJUSTMENT) FOR ID/IQ: ...............................G-8
DISPUTE RESOLUTION PROCESS FOR ID/IQ: ....................................................................G-8
NO MAJOR CONTRACT ITEMS: ............................................................................................G-9
NO SPECIALTY ITEMS:...........................................................................................................G-9
FUEL PRICE ADJUSTMENT PAPER BID: .............................................................................G-9
SCHEDULE OF ESTIMATED COMPLETION PROGRESS: ...............................................G-10
MINORITY BUSINESS ENTERPRISE AND WOMEN BUSINESS ENTERPRISE
(DIVISIONS):............................................................................................................................G-10
MULTI-YEAR MAINTENANCE CONTRACTS (ID/IQ): .....................................................G-26
USE OF UNMANNED AIRCRAFT SYSTEM (UAS): ...........................................................G-26
EQUIPMENT IDLING GUIDELINES:....................................................................................G-26
OUTSOURCING OUTSIDE THE USA:..................................................................................G-27
EROSION AND SEDIMENT CONTROL/STORMWATER CERTIFICATION:..................G-27
PROCEDURE FOR MONITORING BORROW PIT DISCHARGE: .....................................G-33
PROGRESS AND PROSECUTION:........................................................................................G-34
UTILITY CONFLICTS:............................................................................................................G-34
SAFETY VESTS:......................................................................................................................G-35
WORK SITE CLEANUP: .........................................................................................................G-35
BANKRUPTCY: .......................................................................................................................G-35
DEFAULT OF CONTRACT: ...................................................................................................G-35
PROMPT PAYMENT:..............................................................................................................G-35
PAYMENT AND RETAINAGE: .............................................................................................G-36
TOLL FACILITY REIMBURSEMENT:..................................................................................G-36
TOLL TRAFFIC COORDINATION:.......................................................................................G-36
ROADWAY.................................................................................................................................R-1
STANDARD SPECIAL PROVISIONS
AVAILABILITY OF FUNDS – TERMINATION OF CONTRACTS ..................................SSP-1
NCDOT GENERAL SEED SPECIFICATION FOR SEED QUALITY ................................SSP-2
ERRATA .................................................................................................................................SSP-5
PLANT AND PEST QUARANTINES ...................................................................................SSP-6
MINIMUM WAGES ...............................................................................................................SSP-7
TITLE VI AND NONDISCRIMINATION: ...........................................................................SSP-8
ON-THE-JOB TRAINING....................................................................................................SSP-17
FORMS........................................................................................................................................S-1
BID/PAY ITEM SHEETS .........................................................................................................T-1
INSTRUCTIONS TO BIDDERS
PLEASE READ ALL INSTRUCTIONS CAREFULLY
BEFORE PREPARING AND SUBMITTING YOUR BID.
All bids shall be prepared and submitted in accordance with the following requirements. Failure to
comply with any requirement may cause the bid to be considered irregular and may be grounds for
rejection of the bid.
TRADITIONAL PAPER BIDS:
1. Download the entire proposal from the Connect NCDOT website and return the entire proposal with your
bid.
2. In accordance with Article 102-3 of the Standard Specifications, registration on the Interested Parties List
is required unless SP1 G02 Interested Parties List Not Required provision is included in the proposal.
3. All entries on the itemized proposal sheet (bid form) shall be written in ink or typed.
4. The Bidder shall submit a unit price for every item on the itemized proposal sheet. The unit prices for the
various contract items shall be written in figures. Unit prices shall be rounded off by the Bidder to contain
no more than FOUR decimal places.
5. An amount bid shall be entered on the itemized proposal sheet for every item. The amount bid for each
item shall be determined by multiplying each unit bid by the quantity for that item, and shall be written in
figures in the "Amount" column of the form.
6. The total amount bid shall be written in figures in the proper place on the bid form. The total amount bid
shall be determined by adding the amounts bid for each item.
7. Changes to any entry shall be made by marking through the entry in ink and making the correct entry
adjacent thereto in ink. A representative of the Bidder shall initial the change in ink. Do not use
correction fluid, correction tape or similar product to make corrections.
8. The bid shall be properly executed on the included Execution of Bid – Non-collusion, Debarment and
Gift Ban Certification form. All bids shall show the following information:
a. Name of corporation, partnership, Limited Liability Company, joint venture, individual or firm,
submitting bid.
Corporations that have a corporate seal should include it on the bid.
b. Name of individual or representative submitting bid and position or title held on behalf of the bidder.
c. Name, signature, and position or title of witness.
9. The bid shall not contain any unauthorized additions, deletions, or conditional bids.
10. The Bidder shall not add any provision reserving the right to accept or reject an award, or to enter into a
contract pursuant to an award.
11. THE PROPOSAL WITH THE ITEMIZED PROPOSAL SHEET ATTACHED SHALL BE
PLACED IN A SEALED ENVELOPE AND SHALL BE DELIVERED TO AND RECEIVED IN
THE NCDOT DIVISION CONTRACT ENGINEER’S OFFICE, LOCATED AT 1020 Birch Ridge
Drive, Raleigh, NC 27610, BY 2:00 PM ON, February 14, 2024.
12. The sealed bid must display the following statement on the front of the sealed envelope:
QUOTATION FOR – ME00041 TO BE OPENED AT 2:00 PM ON, February 14, 2024.
As well as the following information:
a. Name of corporation, partnership, Limited Liability Company, joint venture, individual or firm,
submitting bid.
b. Name of individual or representative submitting bid and position or title held on behalf of the bidder.
c. Address of corporation, partnership, Limited Liability Company, joint venture, individual or firm,
submitting bid.
d. SAP Vendor Number of corporation, partnership, Limited Liability Company, joint venture,
individual or firm, submitting bid.
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >