Bus Shelter & Equipment & Installation

Agency: Davidson County
State: North Carolina
Type of Government: State & Local
NAICS Category:
  • 238210 - Electrical Contractors and Other Wiring Installation Contractors
  • 238990 - All Other Specialty Trade Contractors
  • 332311 - Prefabricated Metal Building and Component Manufacturing
Posted Date: Jan 3, 2024
Due Date: Jan 18, 2024
Solicitation No: 2311003
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Bid Number: 2311003
Bid Title: Bus Shelter & Equipment & Installation
Category: RFP's
Status: Open

Description:

Sealed Proposals subject to the conditions made a part hereof will be received until 3:00 p.m., on January 18, 2024 for furnishing services described herein. In the event the County is closed due to inclement weather, this opening will take place on the next business day.

SEND ALL PROPOSALS DIRECTLY TO THE ISSUING AGENCY ADDRESS AS SHOWN BELOW:

DELIVERED BY US POSTAL SERVICE

DELIVERED BY ANY OTHER MEANS

RFP #2311003

RFP #2311003

County of Davidson

County of Davidson

Support Services Department

Support Services Department

PO Box 1067

925 North Main St

Lexington NC 27293

Lexington NC 27292

Note: The County recommends using an over-night service or hand delivering the RFP response.

Note: The period to end questions shall be January 12, 2024 at noon.

IMPORTANT NOTE: Indicate firm name, which is County of Davidson. The RFP number, which is above, on the front of each sealed proposal envelope or package, along with the date for receipt of proposals specified above.

Direct all inquiries concerning this RFP to:

Dwayne Childress Support Services Director (336) 242-2030

or

Richard Jones Transportation Director (336) 242-2925

It is the offeror's responsibility to assure that all addenda have been reviewed.


Publication Date/Time:
1/3/2024 10:00 AM
Closing Date/Time:
1/18/2024 3:00 PM
Submittal Information:
SEND ALL PROPOSALS DIRECTLY TO THE ISSUING AGENCY ADDRESS
Bid Opening Information:
3:00 p.m., on January 18, 2024
Pre-bid Meeting:
None
Contact Person:
Direct all inquiries concerning this RFP to:

Dwayne Childress Support Services Director (336) 242-2030
or
Richard Jones Transportation Director (336) 242-2925

Business Hours:
M-F 8AM - 5PM
Miscellaneous:
there is no prebid for this proposal.
Related Documents:

Attachment Preview

COUNTY OF DAVIDSON, NC
REQUEST FOR PROPOSALS
RFP #2311003
TITLE: Bus Shelter & Equipment & Installation
USING AGENCY: Transportation Office
ISSUE DATE: January 3, 2024
ISSUING AGENCY: Support Services Department
Sealed Proposals subject to the conditions made a part hereof will be received until 3:00 p.m., on
January 18, 2024 for furnishing services described herein. In the event the County is closed due to
inclement weather, this opening will take place on the next business day.
SEND ALL PROPOSALS DIRECTLY TO THE ISSUING AGENCY ADDRESS AS SHOWN
BELOW:
DELIVERED BY US POSTAL SERVICE
RFP #2311003
County of Davidson
Support Services Department
PO Box 1067
Lexington NC 27293
DELIVERED BY ANY OTHER MEANS
RFP #2311003
County of Davidson
Support Services Department
925 North Main St
Lexington NC 27292
Note: The County recommends using an over-night service or hand delivering the RFP response.
Note: The period to end questions shall be January 12, 2024 at noon.
IMPORTANT NOTE: Indicate firm name, which is County of Davidson. The RFP number, which is
above, on the front of each sealed proposal envelope or package, along with the date for receipt of
proposals specified above.
Direct all inquiries concerning this RFP to:
Dwayne Childress Support Services Director
or
Richard Jones
Transportation Director
(336) 242-2030
(336) 242-2925
It is the offeror's responsibility to assure that all addenda have been reviewed.
1. Overview:
The Transportation Department is seeking qualified firms to provide bus shelters, installation, other
needed equipment, and repair/replacement parts. This bid is to set a framework to determine the cost
of each shelter installation. Each installation will be perceived as its own project.
1.1 Important Items:
1.1.2 Write the bid number on the outside of the sealed envelope.
DAVIDSON COUNTY INFORMATION
County Seat:
Lexington, NC
Land Area:
567 sq. miles
Population:
168,930 (2020 Census)
Other municipalities: Thomasville, Denton, Midway, Wallburg
2. Terms & Conditions:
Notice: The Contract with the successful offeror will contain the following Contract Terms and
Conditions. Offerors intending to require additional or different language must include such language
with their proposal. Failure to provide offerors additional Contract terms may result in rejection of
the proposal.
2.1 Procedures
The extent and character of the services to be performed by the Contractor shall be subject to the
general control and approval of the Director or his/her authorized representative(s). The Contractor
shall not comply with requests and/or orders issued by other than the Director or his/her authorized
representative(s) acting within their authority for the County. Any change to the Contract must be
approved in writing by the Purchasing Agent and the Contractor.
2.2 Contract Period
The Contract shall cover the period from 7/1/2024 to 6/30/2025.
2.3 Delays
If delay is foreseen, the Contractor shall give immediate written notice to the Division of Procurement.
The Contractor must keep the County advised at all times of the status of the order. Default in
promised delivery (without accepted reasons) or failure to meet specifications, authorizes the Division
of Procurement to purchase supplies or services elsewhere and charge full increase in cost and
handling to defaulting Contractor.
2.4 Delivery Failures
Time is of the essence. Should the Contractor fail to deliver the proper services or item(s) at the time
and place(s) specified, or within a reasonable period of time thereafter as determined by the Purchasing
Agent, or should the Contractor fail to make a timely replacement of rejected items when so requested,
the County may purchase services or items of comparable quality in the open market to replace the
rejected or undelivered services or items. The Contractor shall reimburse the County for all costs in
excess of the Contract price when purchases are made in the open market; or, in the event that there is
a balance the County owes to the Contractor from prior transactions, an amount equal to the additional
expense incurred by the County as a result of the Contractors nonperformance shall be deducted from
the balance as payment.
2.5 Payment of Taxes
All Contractors located or owning property in Davidson County shall assure that all real and personal
property taxes are paid. The County will verify payment of all real and personal property taxes by the
Contractor prior to the award of any Contract or Contract renewal.
2.6 Insurance
A. The Contractor shall be responsible for its work and every part thereof, and for all materials, tools,
equipment, appliances, and property of any and all description used in connection therewith. The
Contractor assumes all risk of direct and indirect damage or injury to the property or persons used or
employed on or in connection with the work contracted for, and of all damage or injury to any person
or property wherever located, resulting from any action, omission, commission or operation under the
Contract.
B. The Contractor and all subcontractors shall, during the continuance of all work under the Contract
provide the following:
1. Workers' compensation and Employer's Liability to protect the Contractor from any liability or
damages for any injuries (including death and disability) to any and all of its employees, including any
and all liability or damage which may arise by virtue of any statute or law in force within the State of
North Carolina.
2. Comprehensive General Liability insurance to protect the Contractor, and the interest of the County,
its officers, employees, and agents against any and all injuries to third parties, including bodily injury
and personal injury, wherever located, resulting from any action or operation under the Contract or in
connection with the contracted work. The General Liability insurance shall also include the Broad
Form Property Damage endorsement, in addition to coverage for explosion, collapse, and underground
hazards, where required.
3. Automobile Liability insurance, covering all owned, non-owned, borrowed, leased, or rented
vehicles operated by the Contractor.
C. The Contractor agrees to provide the above referenced policies with the following limits. Liability
insurance limits may be arranged by General Liability and Automobile policies for the full limits
required, or by a combination of underlying policies for lesser limits with the remaining limits
provided by an Excess or Umbrella Liability policy.
1. WorkersCompensation:
Coverage A:
Statutory
Coverage B:
$100,000
2. General Liability:
Per Occurrence:
$1,000,000
Personal/Advertising Injury:
$1,000,000
General Aggregate:
$2,000,000
Products/Completed Operations:
$2,000,000 aggregate
Fire Damage Legal Liability:
$100,000
GL Coverage, excluding Products and Completed Operations, should be on a Per Project Basis
3. Automobile Liability:
Combined Single Limit:
$1,000,000
D. The following provisions shall be agreed to by the Contractor:
1. No change, cancellation, or non-renewal shall be made in any insurance coverage without a forty-
five (45) day written notice to the County. The Contractor shall furnish a new certificate prior to any
change or cancellation date. The failure of the Contractor to deliver a new and valid certificate will
result in suspension of all payments until the new certificate is furnished.
2. Liability Insurance "Claims Made" basis:
If the liability insurance purchased by the Contractor has been issued on a "claims made" basis, the
Contractor must comply with the following additional conditions. The limits of liability and the
extensions to be included as described previously in these provisions, remain the same. The
Contractor must either:
a. Agree to provide certificates of insurance evidencing the above coverage for a period of two (2)
years after final payment for the Contract for General Liability policies. This certificate shall evidence
a "retroactive date" no later than the beginning of the Contractor's work under this Contract, or
b. Purchase the extended reporting period endorsement for the policy or policies in force during the
term of this Contract and evidence the purchase of this extended reporting period endorsement by
means of a certificate of insurance or a copy of the endorsement itself.
3. The Contractor must disclose the amount of deductible/self-insured retention applicable to the
General Liability and Automobile Liability. The County reserves the right to request additional
information to determine if the Contractor has the financial capacity to meet its obligations under a
deductible/self-insured plan. If this provision is utilized, the Contractor will be permitted to provide
evidence of its ability to fund the deductible/self-insured retention.
4. The Contractor agrees to provide insurance issued by companies admitted within the State of North
Carolina.
5. a. The Contractor will provide an original signed Certificate of Insurance and such endorsements as
prescribed herein.
b. The Contractor will provide on request certified copies of all insurance coverage related to the
Contract within ten (10) business days of request by the County. These certified copies will be sent to
the County from the Contractor's insurance agent or representative.
c. Any certificates provided shall indicate the Contract name and number.
6. The County, shall be named as an "additional insured" on the Automobile and General Liability
policies and it shall be stated on the Insurance Certificate with the provision that this coverage "is
primary to all other coverage the County may possess." (Use "loss payee" where there is an insurable
interest).
7. Compliance by the Contractor with the foregoing requirements as to carrying insurance shall not
relieve the Contractor of their liabilitys provisions of the Contract.
E. Precaution shall be exercised at all times for the protection of persons (including employees) and
property.
F. The Contractor is to comply with the Occupational Safety and Health Act of 1970, Public Law 91
956, as it may apply to this Contract.
G. If an "ACORD" Insurance Certificate form is used by the Contractor's insurance agent, the words
"endeavor to" and ". . . but failure to mail such notice shall impose no obligation or liability of any
kind upon the company" in the "Cancellation" paragraph of the form shall be deleted.
H. The Contractor agrees to waive all rights of subrogation against the County, its officers, employees,
and agents.
2.7 Hold Harmless Clause
The Contractor shall, indemnify, defend, and hold harmless the County from loss from all suits,
actions, or claims of any kind brought as a consequence of any negligent act or omission by the
Contractor. The Contractor agrees that this clause shall include claims involving infringement of
patent or copyright. For purposes of this paragraph, Countyand Contractorincludes their
employees, officials, agents, and representatives. Contractoralso includes subcontractors and
suppliers to the Contractor. The word defendmeans to provide legal counsel for the County or to
reimburse the County for its attorneys' fees and costs related to the claim. This section shall survive
the Contract.
2.8 Safety
All Contractors and subcontractors performing services for the County are required to and shall
comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and
Occupational Health Standards and any other applicable rules and regulations. Also, all Contractors
and subcontractors shall be held responsible for the safety of their employees and any unsafe acts or
conditions that may cause injury or damage to any persons or property within and around the work site
area under this Contract.
2.9 Permits
It shall be the responsibility of the Contractor to comply with County ordinances by securing any
necessary permits. The County not shall waive any fees involved in securing County permits. Permits
should be included in the cost proposal, if necessary.
2.10 Drug-free Workplace
During the performance of this Contract, the Contractor agrees to:
(i) provide a drug-free workplace for the Contractors employees;
(ii) post in conspicuous places, available to employees and applicants for employment, a statement
notifying employees that the unlawful manufacture, sale, distribution, dispensation, possession, or use
of a controlled substance or marijuana is prohibited in the Contractors workplace and specifying the
actions that will be taken against employees for violations of such prohibition;
(iii) state in all solicitations or advertisements for employees placed by or behalf of the Contractor that
the Contractor maintains a drug-free workplace; and
For the purposes of this section, drug-free workplacemeans a site for the performance of work done
in connection with a specific Contract awarded to a Contractor in accordance with this chapter, the
employees of whom are prohibited from engaging in the unlawful manufacture, sale, distribution,
dispensation, possession, or use of a controlled substance or marijuana during the performance of the
Contract.
Local Government Conflict of Interests Act.

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Follow Walk-In Cooler Circuit Installation Active Contract Opportunity Notice ID 12405B24Q0128 Related Notice

AGRICULTURE, DEPARTMENT OF

Bid Due: 5/16/2024

Follow VTEC ROOM UPGRADE Active Contract Opportunity Notice ID H9225724R0015 Related Notice Department/Ind.

DEPT OF DEFENSE

Bid Due: 5/10/2024

Follow N045--Replace and Upgrade Chilled Water System Active Contract Opportunity Notice ID 36C24624B0008

VETERANS AFFAIRS, DEPARTMENT OF

Bid Due: 5/15/2024

Bid Number/Title/Description Pre-Bid Requirements/Special Instructions Deadline Buyer 251-25-81 WCPSS INFRASTRUCTURE CABLING SERVICES TECHNOLOGY

Wake County Public School System

Bid Due: 5/06/2024