Planroom Options

Bidroom Homepage

Public Jobs
Invitation Only Projects
Calendar

Log In
Version 6.0.11.11

 
 
   Information  
 
 
   Plan Holders  
 
 
   View Plans  
 
 
   Addenda  
 
 
   Spec Sheets  
 
REBID - Laurinburg-Maxton Airport Rehabilitation of Connector Taxiway E (20160035.00.CL)

Project includes removal of the existing concrete pavement (about 4,700 SY) on connector taxiway "E" to be replaced with a new asphalt pavement section including 1,250 tons of asphalt and 1,350 cubic yards of crushed aggregate base course. In addition to the paving, the project includes about 800 linear feet of underdrain, relocation of taxiway edge lights, a new 2-way duct bank, and pavement marking.
            

 

    

Contact:   Nicole Kasey
PreBid Date:   08/09/2016 02:00 PM
PreBid Info:   A Non-Mandatory Pre-Bid Conference has been scheduled at the Laurinburg-Maxton Airport Terminal. Attendance at this Pre-Bid Conference is not mandatory. All interested parties including, but not limited to, contractors, subcontractors, suppliers, and vendors are encouraged to attend.

Company:   W. K. Dickson & Co. Inc.
Bid Date:   09/06/2016 02:00 PM
Bid Info:   Bid Date has been changed by Addendum #2/REBID
Sealed proposals will be received by the Laurinburg-Maxton Airport Commission in the Laurinburg-Maxton Airport Terminal, 16701 Airport Road, Maxton, North Carolina 28364, and immediately thereafter publicly opened and read for the furnishing of labor, material and equipment for the Rehabilitation of Connector Taxiway “E” at the Laurinburg-Maxton Airport.

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:

Laurinburg-Maxton Airport Commission, 16701 Airport Road, Maxton, North Carolina 28364

Proposals submitted without the prescribed information may be rejected.

Project Location: Maxton, 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

It is anticipated that the contract award will be made to the lowest responsive and responsible bidder if an award is made.

All Bidders should be aware that the date, time, and location for Proposal Submittal and Opening may be modified by Addendum.

Plans, Specifications and Contract Documents may be examined at: W.K. Dickson & Co., Inc. 616 Colonnade Drive, Charlotte, NC 28205.

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 North Carolina Department of Transportation has 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.

Certain mandatory federal and state 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 Minority and Women Owned Business Enterprise (NCDOT SP1 G67);
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 (SP1 G67) of the North Carolina Department of Transportation apply to this contract. It is the policy of the Laurinburg-Maxton Airport Commission 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 MBE/WBE. An MBE contract goal of Two percent (2%) and a WBE contract goal of Three percent (3%) have been established for this contract. The bidder/offeror shall make good faith efforts, as defined in SP1 G67 to meet the contract goal by utilizing MBE/WBE 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 MBE/WBE that will participate in this contract. This information will include: (1) the names, addresses and telephone numbers of MBE/WBE firms that will participate in the contract, and the certifying agency documentation of current status as a bona fide MBE/WBE; (2) a description of the work that each MBE/WBE firm will perform; (3) the dollar amount of the participation of each MBE/WBE firm participating (4) written documentation of the bidder/offeror’s commitment to use a MBE/WBE subcontractor whose participation it submits to meet the contract goal; and (5) written confirmation from the MBE/WBE 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 SP1 G67.

The Owner reserves the right to reject any or all bids and to waive informalities and minor irregularities.



Job Purchase Information:
Bid Closed


Addenda