Custodial Operations and Maintenance of Rest Area/Welcome Center

Agency: Division of Highways
State: North Carolina
Type of Government: State & Local
Category:
  • S - Utilities and Training Services
  • Z - Maintenance, Repair or Alteration of Real Property
Posted: Mar 27, 2024
Due: Apr 17, 2024
Publication URL: To access bid details, please log in.

Attachment Preview

STATE OF NORTH CAROLINA
DEPARTMENT OF TRANSPORTATION
HIGHWAY DIVISION 11
PROPOSAL
DATE AND TIME OF BID OPENING: APRIL 18, 2024 AT 2:00 PM
CONTRACT ID: DK00385
WBS ELEMENT NO.: R-5912
FEDERAL AID NO.: STATE FUNDED
COUNTY:
YADKIN COUNTY
TIP NO.:
48467.3.1
MILES:
0.212
ROUTE NO.:
SR 1605 (OLD US 421)/SR 1600 (FALCON ROAD)
LOCATION:
CONSTRUCT ROUNDABOUT AT SR 1605
(OLD US 421)/SR 1600 (FALCON RD) INTERSECTION
TYPE OF WORK: GRADING, DRAINAGE, PAVEMENT, AND CURB & GUTTER
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 REQUIRED.
NAME OF BIDDER
ADDRESS OF BIDDER
PROPOSAL FOR THE CONSTRUCTION OF
CONTRACT No. DK00385 IN YADKIN 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. DK00385; 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 the forms of contract payment bond and contract performance bond; and thoroughly
understands the stipulations, requirements and provisions. The undersigned bidder agrees to bound upon his execution of
the bid and subsequent award to him by the Department of Transportation in accordance with this proposal to provide the
necessary contract payment bond and contract performance bond within fourteen days after the written notice of award is
received by him. 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. DK00385 in Yadkin 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.
Accompanying this bid is a bid bond secured by a corporate surety, or certified check payable to the order of the
Department of Transportation, for five percent of the total bid price, which deposit is to be forfeited as liquidated damages
in case this bid is accepted and the Bidder shall fail to provide the required payment and performance bonds with the
Department of Transportation, under the condition of this proposal, within 14 calendar days after the written notice of
award is received by him, as provided in the Standard Specifications; otherwise said deposit will be returned to the Bidder.
COVER SHEET
PROPOSAL SHEET
TABLE OF CONTENTS
PROJECT SPECIAL PROVISIONS
BOND REQUIREMENTS: ........................................................................................................ G-1
CONTRACT TIME AND LIQUIDATED DAMAGES: ........................................................... G-1
INTERMEDIATE CONTRACT TIME NUMBER 01 AND LIQUIDATED DAMAGES: ..... G-1
INTERMEDIATE CONTRACT TIME NUMBER 02 AND LIQUIDATED DAMAGES: ..... G-2
PERMANENT VEGETATION ESTABLISHMENT:............................................................... G-3
MAJOR CONTRACT ITEMS: .................................................................................................. G-4
SPECIALTY ITEMS: ................................................................................................................. G-4
FUEL PRICE ADJUSTMENT:.................................................................................................. G-4
SCHEDULE OF ESTIMATED COMPLETION PROGRESS:................................................. G-6
MINORITY BUSINESS ENTERPRISE AND WOMEN BUSINESS ENTERPRISE:............ G-6
RESTRICTIONS ON ITS EQUIPMENT AND SERVICES:.................................................. G-21
USE OF UNMANNED AIRCRAFT SYSTEM (UAS): .......................................................... G-22
EQUIPMENT IDLING GUIDELINES:................................................................................... G-22
TWELVE MONTH GUARANTEE: ........................................................................................ G-23
OUTSOURCING OUTSIDE THE USA: ................................................................................. G-23
EROSION AND SEDIMENT CONTROL/STORMWATER CERTIFICATION: ................. G-24
PROCEDURE FOR MONITORING BORROW PIT DISCHARGE:..................................... G-29
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
UNIT PROJECT SPECIAL PROVISIONS
UTILITY BY OTHERS.........................................................................................................UBO-1
EROSION CONTROL ............................................................................................................. EC-1
PROPOSAL ITEM SHEET
ITEM SHEET(S)
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.
For preparing and submitting the bid electronically, refer to Article 102-8(B) of the Standard
Specifications.
Bidders that bid electronically on Raleigh Central-Let projects will need a separate Digital
Signature from the approved electronic bidding provider for Division Contracts.
ELECTRONIC ON-LINE BID:
1. Download entire proposal from Connect NCDOT website. Download the electronic
submittal file from the approved electronic bidding provider website.
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. Prepare and submit the electronic submittal file using the approved electronic bidding
provider software.
4. Electronic bidding software necessary for electronic bid preparation may be downloaded
from the Bid Express website following the directions at:
https://connect.ncdot.gov/letting/Pages/Electronic-Bidding.aspx.
5. Questions should be emailed 7 calendar days prior to the bid opening to Bethany Elmore at
belmore@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.
DK00385 R-5912
G-1
Yadkin County
PROJECT SPECIAL PROVISIONS
GENERAL
BOND REQUIREMENTS:
(6-1-16)(Rev.1-16-24)
102-8, 102-10
SPD 01-420A
A Bid Bond is required in accordance with Article 102-10 of the Standard Specifications for
Roads and Structures.
Contract Payment and Performance Bonds are required in accordance with Article 103-7 of the
Standard Specifications.
CONTRACT TIME AND LIQUIDATED DAMAGES:
(4-17-12)(Rev. 5-16-23)
108
The date of availability for this contract is July 16, 2024.
SP1 G08 C
The completion date for this contract is September 29, 2025.
Except where otherwise provided by the contract, observation periods required by the contract
will not be a part of the work to be completed by the completion date and/or intermediate
contract times stated in the contract. The acceptable completion of the observation periods that
extend beyond the final completion date shall be a part of the work covered by the performance
and payment bonds.
The liquidated damages for this contract are Two Hundred Dollars ($ 200.00) per calendar day.
These liquidated damages will not be cumulative with any liquidated damages which may
become chargeable under Intermediate Contract Time Number 1.
INTERMEDIATE CONTRACT TIME NUMBER 01 AND LIQUIDATED DAMAGES:
(7-1-95) (Rev. 2-21-12)
108
SP1 G13 A
Except for that work required under the Project Special Provisions entitled Planting,
Reforestation and/or Permanent Vegetation Establishment, included elsewhere in this proposal,
the Contractor will be required to complete all work included in this contract and shall place and
maintain traffic on same.
The date of availability for this intermediate contract time is July 16, 2024.
The completion date for this intermediate contract time is April 1, 2025.
The liquidated damages for this intermediate contract time are Nine Hundred Dollars
($ 900.00) per calendar day.
Upon apparent completion of all the work required to be completed by this intermediate date, a
final inspection will be held in accordance with Article 105-17 and upon acceptance, the
Department will assume responsibility for the maintenance of all work except Planting,
Reforestation and/or Permanent Vegetation Establishment. The Contractor will be responsible
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.
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Format for Printing Bid Title: RFQ - NHC Northside Grocery Store Design Category:

New Hanover County

Bid Due: 5/01/2024

Solicitation Number Project Title Description Opening Date Posted Date Status Department SCO-SCO-22-24777-01A University

State Government of North Carolina

Bid Due: 4/30/2024

Solicitation Number Project Title Description Opening Date Posted Date Status Department 274-ES-FO-FY24-FivePointsCoolingTowerReplacement Five

State Government of North Carolina

Bid Due: 4/30/2024

Greenfield Terrace Park Improvements Project Department: Recreation & Parks Category: Formal Construction RFP

City of Greenville

Bid Due: 5/15/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.