|
Contact:
|
Nicole Kasey
|
PreBid Date:
|
Held
00:00 PM
|
PreBid Info:
|
|
|
Company:
|
W. K. Dickson & Co. Inc.
|
Bid Date:
|
05/24/2016
02:00 PM
|
Bid Info:
|
See Addendum #3
Sealed proposals will be received by the Macon County Airport Authority in the Conference
Room of the Airport Terminal Building, Macon County Airport, 1241 Airport Road,
Franklin, NC 28734, and immediately thereafter
publicly opened and read for the furnishing of labor, material and equipment for Parallel
Taxiway Rehabilitation.
|
|
Project Location:
|
Franklin, North Carolina
|
|
|
|
|
|
Public Notes:
|
For information regarding this project please contact:
Greg Kershaw
W.K. Dickson & Co., Inc.
616 Colonnade Drive, Charlotte, NC 28205
Phone: 704-334-5348
Email: gkershaw@wkdickson.com
If an award is made, the contract award will be made to the lowest responsive and responsible
bidder.
Proposals must be submitted in sealed envelopes with the Bidder’s name, full mailing address,
and General Contractor License Number shown as the return address. Sealed envelopes shall be
addressed to:
Macon County Airport Authority
1241 Airport Road
Franklin, North Carolina 28734
Proposals submitted without the prescribed information may be rejected.
All Bidders should be aware that the date, time, and location for Proposal Submittal and Opening
may be modified by Addendum.
All Contractors are hereby notified that they must have proper licenses under the state law for
their trades. General Contractors are notified that applicable statues of North Carolina will be
observed in receiving and awarding general contracts.
The NC Department of Transportation and the United States Government have agreed to
reimburse the Owner for portions of the project costs. The Owner will not accept or consider
proposals from any contractor whose name, at the time of opening of bids or award, appears on
the current list of ineligible contractors published by the Comptroller General of the United States
under Section 5.6 (b) of the Regulations of the Secretary of Labor (29) CFR nor a proposal from
any firm, corporation, partnership, or proprietorship in which an ineligible contractor who, at the
time of the opening of bids or the award, is removed from the North Carolina Department of
Transportation’s list of prequalified contractors.
Contractors desiring to perform work on NCDOT projects shall pre-qualify with the Department.
Upon pre-qualification, Contractors will be placed on the Department’s Prequalified Bidders List
and/or the Approved Subcontractors List, depending on the application submitted. The
requirements for pre-qualification are listed in section 102-2 of the Standard Specifications for
Roads and Structures, July, 2006. For more information please refer to the NCDOT website at
http://www.ncdot.org/business/ocs/prequalabout.html.
Bidders must be prequalified by the NCDOT prior to submitting a bid. Subcontractors
performing work on this project must be prequalified prior to performing any work on this
project.
Each proposal shall be accompanied by a cash deposit or a certified check drawn on a bank or
trust company insured by the Federal Deposit Insurance Corporation in an amount equal to not
less than 5% of the proposal or a bid bond of 5% of the bid executed by a surety company
licensed under the laws of North Carolina to execute such bonds. The deposits shall be made
payable to the Owner and shall be retained by the Owner as liquidated damages in the event of
the successful bidder fails to properly execute the contract within ten (10) days after award and to
give satisfactory surety as required by law.
By submitting a bid the Contractor certifies that he has under his direct control or at his disposal
the men, equipment, and materials required to execute this work as specified. Lack of such
control or availability of men, equipment or materials shall constitute failure to properly execute
the Contract. Performance and Labor and Material Payment Bonds will be required for 100% of
the Contract price, with a surety or sureties legally authorized to do business in the State of North
Carolina.
A bid may be withdrawn only as provided by the applicable statues of North Carolina. If a bid is
withdrawn within 120 days of the bid opening, the Bid Guarantee shall be forfeited; provided
that, if the request to withdraw is made not later than 72 hours after the opening of bids, and if the
withdrawal is allowed, the Owner may return the bid guarantee.
The project is conditioned upon the receipt of federal funding under provisions of the Airport and
Airways Safety and Capacity Expansion Act of 1987 and most recently Wendell H. Ford
Aviation Investment and Reform Act for 21st Century (AIR-21). Certain mandatory federal
requirements apply to this solicitation and will be made part of any contract awarded.
1. Buy American Preference (Title 49 United States Code, Chap 501);
2. Foreign Trade Restriction (49 CFR Part 30);
3. Disadvantaged Business Enterprise (49 CFR Part 26);
4. Davis-Bacon Act (29 CFR Part 5);
5. Equal Employment Opportunity (Executive Order 11246 and 41 CFR Part 60);
6. Goals for Minority and Female Participation (41 CFR Part 60-4.2);
7. Certification of Non-Segregated Facilities (41 CFR Part 60-1.8);
8. Debarment, Suspension, Ineligibility and Voluntary Exclusion (49 CFR Part 29).
NON-DISCRIMINATION CLAUSE: The Special Provisions (SPIG61) of the North Carolina
Department of Transportation, apply to this contract. It is the policy of the County of Macon to
practice nondiscrimination based on race, color, sex, or national origin in the award or performance
of this contract. All firms qualifying under this solicitation are encouraged to submit bids/proposals.
Award of this contract will be conditioned upon satisfying the requirements of this bid specification.
These requirements apply to all bidders/offerors, including those who qualify as DBE. A DBE
contract goal of three (3%) percent has been established for this contract. The bidder/offeror shall
make good faith efforts, as defined in SPIG61 to meet the contract goal by utilizing DBE’s in the
performance of this contract.
The apparent successful bidder will be required to submit in the “Proposal” section of his bid the
information concerning the DBE(s) that will participate in this contract. This information will
include: (1) the names, addresses and telephone numbers of DBE firms that will participate in the
contract, and the certifying agency documentation of current status as a bona fide DBE; (2) a
description of the work that each DBE firm will perform; (3) the dollar amount of the participation of
each DBE firm participating (4) written documentation of the bidder/offeror’s commitment to use a
DBE subcontractor whose participation it submits to meet the contract goal; and (5) written
confirmation from the DBE that is participating in the contract as provided in the commitment made
under (4).
If the bidder fails to achieve the contract goal stated herein, he will be required to provide
documentation demonstrating that he made a good faith effort. The bidder’s documentation shall be
submitted in accordance with the provisions of SPIG61.
The Owner reserves the right to reject any or all bids and to waive informalities and minor
irregularities.
|
|
Job Purchase Information:
|
Bid Closed
A copy of Final Bid Tabulation can be viewed by clicking HERE
|
|
Addenda
|
|
|
|