8. #24-1013 - Invitation for Bids - The Knolls Subdivision Road Improvement Project

Agency: Catawba County
State: North Carolina
Type of Government: State & Local
NAICS Category:
  • 237310 - Highway, Street, and Bridge Construction
Posted Date: Dec 28, 2023
Due Date: Jan 23, 2024
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page

8. #24-1013 - Invitation for Bids - The Knolls Subdivision Road Improvement Project


Attachment Preview

INVITATION FOR BIDS
THE KNOLLS SUBDIVISION
ROAD IMPROVEMENT PROJECT
IFB NO: 24-1013
Date of Issue: December 28, 2023
Pre-Bid Meeting: January 10, 2024
Bid Due Date: January 23, 2024
Time: 3:00 PM ET
Issued for:
Catawba County Utilities & Engineering Department
25 Government Drive
Newton, North Carolina 28658
Issued by:
Catawba County Purchasing Manager
25 Government Drive
Newton, North Carolina 28658
(828) 465-8224
SCOPE OF WORK
Catawba County (hereinafter “County”) is requesting bids from qualified Contractor(s) to
provide road repairs to Wind Bluff Court located within The Knolls Subdivision in
Catawba County. The Knolls Subdivision Road Improvement Project Map is attached to
this Invitation for Bids as Attachment A.
Project Summary:
The Knolls is a subdivision located off of Rome Jones Road, in Newton North Carolina.
The roads in the subdivision were constructed in or about 1986 and some are privately
maintained. The subdivision residents have petitioned the County to finance road repairs
to bring the neighborhood roads up to North Carolina Department of Transportation
(NCDOT) standards with the goal that the roads will be accepted into NCDOT’s secondary
road maintenance program. The main access road into the subdivision is Knolls Drive.
Wind Bluff Court is a small loop off of Knolls Drive that is approximately 490 feet in length
and consists of 5 homes or lots.
Road Improvements:
The majority of the subdivision roads surface will require milling 1.5 inches down and
overlaying 1.5 inches of Asphalt (Design mix S9.5C). Some sections will require additional
milling and the gravel base will have to be reconditioned, which consists of grading to
establish a crown and compacting, where wheel ruts and pot holes will be filled with gravel
(type ABC) and the entire base will be compacted and must pass a proof roll before being
overlaid with 1.5 inches of asphalt (Design mix S9.5C). From station marks 0+00 to 1+88
and 2+86 to 4+90 recondition base. From 1+88 to 2+86 there is a previous patch that
may require additional milling.
Tree limbs will be trimmed as needed. When trimming tree limbs, the cut will be made at
the trunk. Tree limbs can be disposed of by cutting them into small pieces and placing
them in the wooded island in the middle of Wind Bluff Court loop.
The contractor will be responsible for providing all tools, equipment and materials to
complete the work. Proper traffic control measures and signage will be necessary to
control access. Access to all houses and active construction sites will be maintained
throughout the duration of the project. The contractor is responsible for pulling asphalt
cores every 1,000 feet of travel lane and tested per NCDOT specifications as presented in
NCDOT Quality Control Manual (NCDOT QMS Manual Section 10).
Drainage Improvements:
The drainage system associated with Wind Bluff Court will have to be modified to meet
NCDOT standards. The shoulder will need to be graded at station marks 1+50 to 1+88
to establish positive grade, away from the road surface. The shoulder will require grassing
and straw after it is graded to provide soil stabilization.
Road Improvements (Section by Section look at needed road and drainage
improvements:
Wind Bluff Court
0+00 1+88 Milling 1.5 inches and overlaying 1.5 inches of Asphalt (design mix S9.5C).
Recondition Base.
1+88 2+86 Additional milling may be required and overlay with 1.5 inches of Asphalt
(design mix S9.5C).
2+86 4+90 Milling 1.5 inches and overlaying 1.5 inches of Asphalt (design mix S9.5C).
Recondition Base.
Drainage Improvements
1+50 1+88 Grade Shoulder. Will require grassing and straw.
IFB SCHEDULE
The table below shows the intended schedule for this IFB. Catawba County will make
every effort to adhere to this schedule.
Event
Issue IFB
Pre-Bid Meeting
Submit Written Questions
Provide Responses to Questions
Submit Bid Response
Contract Award
Contract Effective Date
Responsibility
County
County/Contractor
Contractor
County
Contractor
County
County
Date and Time
December 28, 2023
January 10, 2024 at 10:00 AM
January 12, 2024 at 5:00 PM
January 16, 2024 at 5:00 PM
January 23, 2024 at 3:00 PM
TBA
Upon Execution
Informal bid responses shall be submitted no later than 3:00 p.m. on January 23,
2024. No submittals will be accepted after the deadline.
BID QUESTIONS AND ADDENDA
Upon review of the IFB documents, Contractors may have questions to clarify or interpret
the scope of work in order to submit the best bid response possible. To accommodate the
Bid Questions process, Contractors shall submit any such questions by the above due
date. Written questions shall be emailed to tinawright@catawbacountync.gov by the date
and time specified above. Contractor should enter “IFB #: 24-1013 – Questions” as the
subject for the email. Questions received prior to the submission deadline date, the
County’s response, and any additional terms deemed necessary by the County will be
posted in the form of an addendum to the Catawba County website,
https://www.catawbacountync.gov/county-services/purchasing/bid-notices/ and shall
become an Addendum to this IFB. No information, instruction or advice provided orally
or informally by any County personnel, whether made in response to a question or
otherwise in connection with this IFB, shall be considered authoritative or binding. Firms
shall rely only on written material contained in an Addendum to this IFB.
PRE-BID MEETING / SITE INSPECTIONS
A non-mandatory pre-bid meeting will be held on January 10, 2024 at 10:00 AM ET.
Interested Contractors should meet County at the Wind Bluff Court Cul-De-Sac within
The Knolls Subdivision. The purpose of this visit is for prospective Contractors to apprise
themselves with the conditions and requirements which will affect the performance of
work called for in this IFB.
SUBMISSION OF BIDS
The Bid Form attached hereto as Attachment C shall be used for the bid submission and
shall not be altered. A Total Bid shall be entered in the Bid Form for every item on which
a unit price has been submitted. The Total Bid for each item other than lump sum items
shall be determined by multiplying each unit price bid by the quantity for that item and
shall be written in the "Total Bid" column in the Bid Form. In case of a discrepancy
between the unit price bid for a Contract Item and the Total Bid for that item, the unit
price bid shall govern. The Total Contract Bid Amount shall be determined by adding the
Total Bid for each item.
Informal bid responses must be submitted no later than 3:00 p.m., on January 23, 2024.
Bid submissions may be hand-delivered to the address below, mailed to the address
below, faxed to (828) 548-2378 or e-mailed to Tina Wright at
tinawright@catawbacountync.gov. Bids received will remain confidential until awarded.
Mailing address for delivery of bid via
US Postal Service
IFB No: 24-1013
Catawba County Government Center
Attn: Purchasing Department
Post Office Box 389
Newton, North Carolina 28658
Office Address of delivery by any other
method (hand delivery, overnight, or
any other carrier)
IFB No: 24-1013
Catawba County Government Center
Attn: Purchasing Department
25 Government Drive
Newton, North Carolina 28658
Catawba County reserves the right to reject any and all Bid responses and to waive
informalities as may be permitted by law.
PAYMENT AND PERFORMANCE BONDS
No Payment and Performance Bonds will be required for this project.
WITHDRAWAL OR REVISION OF BIDS
A Bidder may, without prejudice to himself, withdraw a Bid after it has been delivered to
the County provided the request for such withdrawal is made in writing to Tina Wright,
Catawba County Purchasing Manager. The Bidder may then submit a revised Bid
provided it is received prior to the time set for opening of Bids. Any withdrawal of a Bid
after the opening of Bids shall be inaccordance with N.C. General Statute Section 143-
129.1. Only those persons authorized to sign Bids shall be recognized as being qualified
to withdraw a Bid.
QUALIFICATION OF BIDDERS
The County may make such investigation as it deems necessary to determine the
qualifications of the Bidder to perform the work and the Bidder shall furnish to the County
all such information and data for this purpose as the County may request. The County
reserves the right to reject any Bid if the evidence submitted by, or investigation of, such
Bidder fails to satisfy the County that such Bidder is properly qualified to carry out the
obligations of the contract, and to complete the work contemplated therein. Conditional
Bids will not be accepted.
Bidders shall comply with all applicable laws regulating the practice of General
Contracting ascontained in Chapter 87 of the General Statutes of North Carolina.
RESPONSIBILITIES OF BIDDERS
Each Bidder shall, by careful examination, satisfy himself as to the nature and location
of the work, the configuration of the ground, the character quality and quantity of the
facilities needed preliminary to and during the prosecution of the work, the general and
local conditions, and all other matters which can in any way affect the work or the cost
thereof under the Contract.
The Contractor shall make their own determination as to the nature and extent of the
utility facilities, including proposed adjustments, new facilities, or temporary work to be
performed by the utility owner or their representative; and as to whether or not any utility
work is planned by the County in conjunction with the project construction. The
Contractor shall consider in their Bid all of the permanent and temporary utility facilities
in their present or relocated positions, whether or not specifically shown on the plans or
covered in the project Special Conditions. It will be the Contractor's responsibility to
anticipate any additional costs to him resulting from such utility work to reflect these
costs in their Bid for the various items in the Contract.
The failure or omission of any Bidder to thoroughly examine and familiarize himself with
the Contract Documents or to receive or examine any form, instrument or document or
to visit the site and acquaint himself with the conditions there existing shall in no way
relieve any Bidder from any obligation in respect to their Bid.
No verbal agreement or conversation with any officer, agent or employee of the County,
either before or after the execution of the Contract, shall affect or modify any of the terms
or obligations therein.
TAXES
The Contractor shall include in his Bid the cost of all sales and use taxes and furnish to
the County at the end of each month and upon completion of his Contract, a statement
setting forth all such taxes paid. This statement shall indicate the amount paid to each
firm and be adequate for audit by the State Department of Revenue.
AWARD OF CONTRACT
The award of the Contract will be made to the lowest responsive, and responsible bidder,
who, in the opinion of the County, is qualified to perform the work required and is
responsible and reliable. These Bids are asked for in good faith, and awards will be made
as soon as practicable, provided satisfactory Bids are received.
The County may consider informal and reject any Bid not prepared and submitted in
accordance with the provisions hereof. The right is reserved to waive informalities in
bidding, to reject any or all Bids, or to accept a Bid other than the lowest submitted if
such action is deemed to be in the best interest of the County.
COMMENCEMENT OF WORK
Upon execution and delivery of the Contract, sample of which is attached hereto as
Attachment D, a project schedule, and the required insurance certificates and policies

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

QuoteID Description Bids Closed Scope of Work 6655 Bond Jamestown ES Roof Replacement

Guilford County Schools

Bid Due: 5/21/2024

Follow CFLD Security Fence Installation Active Contract Opportunity Notice ID W912PM24Q0024 Related Notice

Federal Agency

Follow BLRI-FY24 CARRIAGE TRAILS GRAVEL Active Contract Opportunity Notice ID 140P5324Q0022 Related Notice

INTERIOR, DEPARTMENT OF THE

Bid Due: 5/08/2024

QuoteID Description Bids Closed Scope of Work 6652 Sound Walls TLPD Sound Walls

Guilford County Schools

Bid Due: 5/10/2024