NEW CASTLE COUNTY
Department of Administration
Notice & Invitation to Bid
COMMONS BOULEVARD PATHWAY PHASE 2
Sealed bids are invited for the construction of the Commons Boulevard Pathway Phase 2 as summarized
below.
Project description: To construct a one-mile section of shared-use path along the north side of SR 37 (Commons
Blvd) from the intersection of SR 141 and Commons Blvd to the intersection of Airport Road and Commons Blvd
in New Castle County, Delaware.
Bids addressed to the New Castle County Purchasing Division will be received by the Purchasing Division,
New Castle County Government Center, 87 Reads Way, New Castle, DE, 19720, telephone
(302) 395-5250 until 2:00 p.m. May 12, 2026, when they will be opened and read publicly.
Bid envelopes shall carry a clear notation "Commons Boulevard Pathway Phase 2," Contract No.:
2026-06, Bid No.: 26-2601. Plans and Specifications may be obtained on and after April 7, 2026. Please call
(302) 395-5749 or (302) 395-5751, or e-mail john.wolos@newcastlede.gov or
Monnica.Brutus@newcastlede.gov to arrange for digital copies.
Bids shall be accompanied by a bidder's bond or certified check in an amount equal to 10 percent of the
bid price, payable to New Castle County and conditioned to be forfeited to said County for failure to enter
into a contract, if awarded.
Awards, if any, will be made to the lowest responsible bidder. The County reserves the right to reject all bids
and to waive minor irregularities. Bidders are required to submit all Proposal pages with their bid. The
Proposal must be signed and sealed. A bid bond must be included with the Proposal. The CRC form, if not
already submitted, the Alcohol & Drug Testing Affidavit, the Small Business Enterprise Program forms and
all other Proposal forms must be included with your submission. Any deviation from these instructions may
result in the rejection of your bid. The successful Bidder will be required to give bond of a surety company,
acceptable to the County, and licensed to do business in the State of Delaware, in the amount of the
contract price.
PREVAILING WAGES
Contractors and subcontractors are required to pay the minimum wages to laborers and mechanics as
determined by the US Dept of Labor and/or the State of Delaware Department of Labor and report payroll
information to the US Department of Labor and New Castle County. The applicable wage rate decisions are
contained in the specification. Payroll information must be reported electronically to New Castle County.
Contractors must also comply with 40 U.S.C §3702 and 3704 (the Contract Work Hours and Safety Standards
Act) as supplemented by the Department of Labor Regulations at 29 CFR, Part 5.
CONTRACTOR/SUBCONTRACTOR RESPONSIBILITY CERTIFICATION
Contractors proposing to submit a bid to New Castle County for a Public Works contract expected to exceed
$500,000 are required to complete and submit a signed original Contractor Responsibility Certification (CRC)
form. The New Castle County Department of Public Works Contracts Officer must receive this executed form
no later than the advertised deadline for bid submittals. Failure to submit the form by that time shall result in
the County's inability to consider your bid for award. CRC forms submitted by facsimile will not be accepted.
Bidders are encouraged to submit the form in advance of the bid. The form is printed in the specification and
also available at: https://newcastlede.qov/documentcenter/view/46791. Please see New Castle County Code
Section 2.05.303.(D) for additional requirements and information.
ALCOHOL & DRUG TESTING
New Castle County Code, Section 2.05.305 requires contractors and subcontractors to implement a
mandatory alcohol & drug testing program for their employees who work pursuant to a Public Works
contract. Included in the specifications for this project is an affidavit certifying compliance with the
Ordinance. This affidavit must be executed and submitted with the bid. Failure to submit the affidavit by that
time shall result in the County's inability to consider your bid for award. Forms submitted by facsimile will
not be accepted.
SMALL BUSINESS ENTERPRISE PROGRAM
This contract will be awarded pursuant to New Castle County's Small Business Enterprise ("SBE")
Program. All bidders must comply with the SBE Program by either (i) satisfying the Project Goal through
utilization of one or more SB E's to perform the work under the contract: or (ii) demonstrate their good faith
effort to obtain SBE participation in the contract. SBE Program forms are available on New Castle County's
website and are included in the project specification. These forms must be included with your bid. Further
information regarding the SBE Program, including guidance for compliance with the Project Goal, can be
found by contacting the SBE Program Coordinator, Helen Foster, at helen.foster@newcastlede.gov or
(302) 395-5198. The SBE participation goal for this contract is 2 %.
BUY AMERICA REQUIREMENT
The Build America, Buy America Act (BABA), enacted as part of the Bipartisan Infrastructure Law (BIL)
requires iron, steel, manufactured products, and construction materials used in infrastructure projects
funded by Federal financial assistance to be produced in the United States (U.S.).
In accordance with 23 U.S.C. 313 and 23 CFR 635.41 O, all iron and steel materials permanently
incorporated into this project will be produced in the U.S. and all manufacturing processes involving these
materials will occur in the U.S., except that a minimal amount of foreign steel or iron materials may be used,
provided the cost of the foreign materials does not exceed 0.1 percent of the total Contract cost or
$2,500.00, whichever is greater. If such minimal amount of foreign steel is used, the Contractor shall
maintain a record of the costs to ensure that the allowable limit is not exceeded.
In accordance with 23 CFR 635.41 O, the final manufacturing process of all manufactured products that will
be permanently incorporated into this project will be performed in the U.S. Iron or steel components of
precast concrete products and cabinets or enclosures of any intelligent transportation systems and other
electronic hardware systems classified as a manufactured product which is permanently incorporated into
this project will be produced in the U.S. and all manufacturing processes involving the iron and steel will
occur in the U.S., except that a minimal amount of foreign steel or iron materials may be used, provided the
cost of the foreign materials does not exceed 0.1 percent of the total Contract cost or $2,500.00, whichever
is greater. If such minimal amount of foreign steel is used, the Contractor shall maintain a record of the
costs to ensure that the allowable limit is not exceeded.
In accordance with 2 CFR 184, all non-ferrous metals, plastic and polymer-based products, glass, fiber
optic cable, optical fiber, lumber, drywall, and engineered wood construction material permanently
incorporated into this project will be produced in the U.S.
DelDOT maintains a list of all pay items, the applicable BABA category designation, and additional guidance
at the following address: https//deldot.gov/Business/prodlists/index.shtml?dc=buyAmerica.
By signing and submitting this proposal, the bidder certifies that:
'·All materials that will be permanently incorporated into this project will meet the Buy America material
requirements. At the Department's request, l/we will provide manufacturer's/supplier's documentation
verifying domestic origin as defined in the Contract. All Materials accepted on the basis of such
Certificate of Compliance may be sampled by the Department and tested at any time. Use of Material
on the basis of Certificate of Compliance shall not relieve the Contractor of responsibility for
incorporating Material in the Project conforming to the requirements of the Contract. Any Material not
conforming to such requirements will be subject to rejection whether in place or not. The Department
reserves the right to refuse to permit the use of Material on the basis of Certificate of Compliance."
MANDATORY PREBID MEETING
There will be pre-bid meeting at 9:00 a.m. on April 22, 2026 in the William J. Conner Building, 187-A Old
Churchmans Road, New Castle, DE. Interested bidders will be sent a Teams meeting invitation for virtual
attendance. Attendance at the meeting is mandatory.
Jon Yearly
Acting Chief ofîechnology and Administrative Services
Bid # 26-2601
April 8, 15 2026
LDOV0494031