SBE MG00422 (WBS 7.101711, 7.201711) LITTER/DEBRIS REMOVAL AS NEED ON PRIMARY AND SECONDARY STATE MAINTAINED ROADS AS NEEDED

Agency: Division of Highways
State: North Carolina
Level of Government: State & Local
Category:
  • 99 - Miscellaneous
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD14484814987167078
Posted Date: Apr 18, 2024
Due Date: May 2, 2024
Source: Members Only
4C70B31E-CABA-44B9-B6DA-C1FA7A12BD10
05/02/24
Advertised

Attachment Preview

MG00422 N/A
Caswell County
STATE OF NORTH CAROLINA
DEPARTMENT OF TRANSPORTATION
HIGHWAY DIVISION 7
SMALL BUSINESS ENTERPRISE PROPOSAL
DATE AND TIME OF BID OPENING: MAY 2, 2024 AT 2:00 PM
CONTRACT ID:
MG00422
WBS ELEMENT NO.: 7.101711, 7.201711
FEDERAL AID NO.: STATE FUNDED
COUNTY:
CASWELL
TIP NO.:
N/A
MILES:
N/A
ROUTE NO.:
N/A
LOCATION:
PRIMARY AND SECONARDY STATE MAINTAINED ROADS
TYPE OF WORK: LITTER/DEBRIS REMOVAL AS NEEDED
NOTICE:
UNDER THE PROVISIONS OF THIS PROGRAM, A N.C. GENERAL CONTRACTOR’S LICENSE IS
NOT REQUIRED AND CONTRACT PAYMENT AND CONTRACT PERFORMANCE BONDS IS NOT
REQUIRED. BIDDERS SHALL ALSO COMPLY WITH ALL OTHER APPLICABLE LAWS,
INCLUDING BUT NOT LIMITED TO, THOSE 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.
THIS IS A ROADWAY PROJECT.
BID BOND IS NOT REQUIRED.
NAME OF BIDDER
ADDRESS OF BIDDER
MG00422 N/A
Caswell County
PROPOSAL FOR THE CONSTRUCTION OF
CONTRACT No. MG00422 IN Caswell County, 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. MG00422; 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.
MG00422 in Caswell County, 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.
MG00422 N/A
Caswell County
COVER SHEET
PROPOSAL SHEET
TABLE OF CONTENTS
PROJECT SPECIAL PROVISIONS
INTERESTED PARTIES LIST NOT REQUIRED: ................................................................ G - 1
CONTRACT TIME FOR ID/IQ:.............................................................................................. G - 1
BASIS OF AWARD: ................................................................................................................ G - 1
PROSECUTION AND PROGRESS: ....................................................................................... G - 2
WORK ORDER ASSIGNMENT (SINGLE AWARDS) FOR ID/IQ: .................................... G - 2
BONDING REQUIREMENTS FOR ID/IQ:............................................................................ G - 2
MOBILIZATION AND LIQUIDATED DAMAGES FOR ID/IQ: ......................................... G - 3
RENEWAL OF CONTRACT (CPI PRICE ADJUSTMENT) FOR ID/IQ: ............................ G - 4
DISPUTE RESOLUTION PROCESS FOR ID/IQ: ................................................................. G - 4
NO MAJOR CONTRACT ITEMS:.......................................................................................... G - 5
NO SPECIALTY ITEMS: ........................................................................................................ G - 5
SCHEDULE OF ESTIMATED COMPLETION PROGRESS:............................................... G - 5
MINORITY BUSINESS ENTERPRISE AND WOMEN BUSINESS ENTERPRISE
(DIVISIONS):........................................................................................................................... G - 5
SMALL BUSINESS ENTERPRISE (MULTI-YEAR MAINTENANCE CONTRACTS): ... G-20
RESTRICTIONS ON ITS EQUIPMENT AND SERVICES:.................................................. G-21
USE OF UNMANNED AIRCRAFT SYSTEM (UAS): .......................................................... G-21
EQUIPMENT IDLING GUIDELINES:................................................................................... G-21
OUTSOURCING OUTSIDE THE USA: ................................................................................. G-22
ROADWAY...............................................................................................................................R - 1
STANDARD SPECIAL PROVISIONS
AVAILABILITY OF FUNDS – TERMINATION OF CONTRACTS ................................SSP - 1
ERRATA................................................................................................................................SSP - 1
PLANT AND PEST QUARANTINES .................................................................................SSP - 2
MINIMUM WAGES .............................................................................................................SSP - 3
TITLE VI AND NONDISCRIMINATION: .........................................................................SSP - 4
ON-THE-JOB TRAINING ....................................................................................................SSP-12
UNIT PROJECT SPECIAL PROVISIONS
TRAFFIC CONTROL ............................................................................................................ TC - 1
SIGNATURE SHEETS AND FORMS .................................................................................. S - 1
BID/PAY ITEM SHEETS.......................................................................................................T - 1
DOT EXECUTION SHEET .................................................................................................. U - 1
MG00422 N/A
Caswell County
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. Small Business Enterprise bidders shall submit a SBE Application for Certification Form within the NC
Online Certification System on the Department’s website and have been approved by the Office of Civil
Rights prior to bidding. The SBE shall submit this form for approval at a minimum of one week prior to
bidding.
2. Download the entire proposal from the Connect NCDOT website and return the entire proposal with your
bid.
3. 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.
4. All entries on the itemized proposal sheet (bid form) shall be written in ink or typed.
5. 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.
6. 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.
7. 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.
8. 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.
9. 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 shall include it on the bid, otherwise write your corporations
name in the seal location.
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.
10. The bid shall not contain any unauthorized additions, deletions, or conditional bids.
11. 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.
12. 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 7 OFFICE, LOCATED AT 1584 YANCEYVILLE ST GREENSBORO,
BY 2:00 PM ON, MAY 2, 2024.
13. The sealed bid must display the following statement on the front of the sealed envelope:
QUOTATION FOR - LITTER AND DEBRIS REMOVAL ON PRIMARY AND SECONARDY
STATE MAINTAINED ROADS TO BE OPENED AT 2:00 PM ON, MAY 2, 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,
MG00422 N/A
Caswell County
individual or firm, submitting bid.
e. Contractor Number, if applicable, of corporation, partnership, Limited Liability Company, joint
venture, individual or firm, submitting bid.
14. If delivered by mail, the sealed envelope shall be placed in another sealed envelope and the outer envelope
shall be addressed as follows:
N. C. DEPARTMENT OF TRANSPORTATION
DIVISION OF HIGHWAYS, DIVISION 7
ATTN: JENNIFER SOUR
1584 YANCEYVILLE ST.
GREENSBORO, NC 27405-6932
15. Questions should be emailed 7 calendar days prior to the bid opening to Jennifer Sour at
JSOUR@NCDOT.GOV. Contact with any other NCDOT personnel concerning this project is strictly
prohibited, unless otherwise noted, and may result in bids being considered non-responsive.
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 >