POC DIVISION 12 BID OPENING CONFERENCE LINE SBE 12RE.100213, ETC. - SPECIALIZED HAND MOWING (TRIMMING) IN ALEXANDER & IREDELL COS. SBE 12RE.100213, ETC. - LITTER / DEBRIS PICK-UP, REMOVAL & RECYCLING IN DIVISION 12

Agency: Division of Highways
State: North Carolina
Level of Government: State & Local
Category:
  • S - Utilities and Training Services
Opps ID: NBD14484891697323602
Posted Date: Mar 28, 2024
Due Date: Apr 23, 2024
Source: Members Only

Attachment Preview

D12-12122507
Division 12
STATE OF NORTH CAROLINA
DEPARTMENT OF TRANSPORTATION
HIGHWAY DIVISION 12
ID/IQ - SMALL BUSINESS ENTERPRISE PROPOSAL
DATE AND TIME OF BID OPENING: TUESDAY APRIL 23, 2024 AT 2:00 PM
CONTRACT ID: D12-12122507
WBS ELEMENT NO.: 12RE.100213, 12RE.200213, 12RE.101813, 12RE.201813, 12RE.102313,
12RE.202313, 12RE.103613, 12RE.203613, 12RE.104913, 12RE.204913,
12RE.105513, 12RE.205513
FEDERAL AID NO.: STATE FUNDED
COUNTY:
ALEXANDER, CATAWBA, CLEVELAND, GASTON, IREDELL &
LINCOLN
TIP NO.:
NONE
MILES:
VARIES
ROUTE NO.:
VARIOUS INTERSTATE, PRIMARY & SECONDARY
LOCATION:
DIVISONWIDE
TYPE OF WORK: LITTER / DEBRIS PICK-UP, REMOVAL AND RECYCLING, UPON
REQUEST
NOTICE:
UNDER THE PROVISIONS OF THIS PROGRAM, A N.C. GENERAL CONTRACTOR’S LICENSE IS
NOT REQUIRED AND CONTRACT PAYMENT AND CONTRACT PERFORMANCE BONDS ARE 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
D12-12122507
Division 12
PROPOSAL FOR THE CONSTRUCTION OF
CONTRACT No. D12-12122507 IN DIVISION 12, 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. D12-12122507;
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. D12-12122507 in Alexander, Catawba,
Cleveland, Gaston, Iredell & Lincoln 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.
D12-12122507
Division 12
COVER SHEET
PROPOSAL SHEET
TABLE OF CONTENTS
PROJECT SPECIAL PROVISIONS
AWARD OF CONTRACT – SMALL BUSINESS ENTERPRISE .........................................G-1
INTERESTED PARTIES LIST NOT REQUIRED: ................................................................G-1
CONTRACT TIME FOR ID/IQ:.............................................................................................G-1
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
EMERGENCY MOBILIZATION FOR ID/IQ:.......................................................................G-4
RENEWAL OF CONTRACT (CPI PRICE ADJUSTMENT) FOR ID/IQ:..............................G-4
DISPUTE RESOLUTION PROCESS FOR ID/IQ: .................................................................G-4
INTERMEDIATE CONTRACT TIME NUMBER 1 AND LIQUIDATED DAMAGES:........G-5
NO MAJOR CONTRACT ITEMS:.........................................................................................G-6
NO SPECIALTY ITEMS:.......................................................................................................G-6
FUEL PRICE ADJUSTMENT PAPER BID: ..........................................................................G-7
SCHEDULE OF ESTIMATED COMPLETION PROGRESS:..................................................G-8
MINORITY BUSINESS ENTERPRISE AND WOMEN BUSINESS ENTERPRISE
(DIVISIONS):.........................................................................................................................G-8
SMALL BUSINESS ENTERPRISE (MULTI-YEAR MAINTENANCE CONTRACTS): ....G-23
RESTRICTIONS ON ITS EQUIPMENT AND SERVICES: ................................................G-23
USE OF UNMANNED AIRCRAFT SYSTEM (UAS):.........................................................G-23
EQUIPMENT IDLING GUIDELINES: ................................................................................G-24
OUTSOURCING OUTSIDE THE USA: ..............................................................................G-25
ROADWAY ........................................................................................................................... R-1
STANDARD SPECIAL PROVISIONS
AVAILABILITY OF FUNDS – TERMINATION OF CONTRACTS ................................ SSP-1
ERRATA ............................................................................................................................ SSP-2
PLANT AND PEST QUARANTINES................................................................................ SSP-3
MINIMUM WAGES .......................................................................................................... SSP-4
TITLE VI AND NONDISCRIMINATION: ........................................................................ SSP-5
ON-THE-JOB TRAINING ............................................................................................... SSP-14
UNIT PROJECT SPECIAL PROVISIONS
SIGNATURE SHEETS AND FORMS................................................................................. S-1
BID/PAY ITEM SHEETS..................................................................................................... T-1
DOT EXECUTION SHEET .................................................................................................U-1
D12-12122507
Division 12
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 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.
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 12 OFFICE, LOCATED AT 1710 E. MARION ST., BY 2:00 PM ON
TUESDAY, APRIL 23, 2024.
12. The sealed bid must display the following statement on the front of the sealed envelope:
QUOTATION FOR – LITTER / DEBRIS REMOVAL IN DIVISION 12 TO BE OPENED AT 2:00 PM
ON, TUESDAY, APRIL 23, 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.
D12-12122507
Division 12
d. SAP Vendor Number of corporation, partnership, Limited Liability Company, joint venture,
individual or firm, submitting bid.
e. Contractor Number, if applicable, of corporation, partnership, Limited Liability Company, joint
venture, individual or firm, submitting bid.
13. 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 12
ATTN: Mark E. Stafford
1710 E. Marion St.
Shelby, NC 28151-0047
14. Questions should be emailed 7 calendar days prior to the bid opening to Gregory Brittain at
gbrittain@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 >