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  
 
McRae GA - Telfair-Wheeler Airfield Lighting Rehabilitation & Replacement (20180199.00.AT)

The work shall consist of the furnishing of labor, material, and equipment for the Airfield Lighting Rehabilitation & Replacement project.
            

 

    

Contact:   Rafael Lawrence
PreBid Date:   02/26/2019 10:00 AM
PreBid Info:   SEE ADDENDUM #1
A Pre-Bid Meeting has been scheduled in the Telfair-Wheeler Airport terminal building conference room. Attendance at this Pre-Bid Meeting is encouraged, but NOT mandatory for all bidders intending to submit a prime bid on this project. A sign-in sheet shall be completed by each attendee at the Pre-Bid Meeting as evidence of attendance. All other interested parties including, but not limited to, subcontractors, suppliers, and vendors are welcome to attend.

Company:   W. K. Dickson & Co. Inc.
Bid Date:   03/14/2019 03:00 PM
Bid Info:   Sealed proposals will be received by the Telfair-Wheeler Airport Authority in the Commissioners Meeting Room, Wheeler County Board of Commissioners, 20 West Forest Ave, and immediately thereafter publicly opened and read.

Project Location: McRae, GA

Public Notes:
For information regarding this project please email:

Michael Joseph, PE, Project Manager
W.K. Dickson & Co., Inc.
2120 Powers Ferry Road, Suite 100, Atlanta, GA 30339
Email: mjoseph@wkdickson.com

Bids must be submitted on the complete project and must be enclosed in a sealed envelope, addressed to Telfair-Wheeler Airport Authority, Attn: Jimmy Ray, Chairman, P.O. Box 192, McRae, GA 31055. Outside of the envelope must be marked “Bid for Airfield Lighting Rehabilitation & Replacement.” Envelope must also bear, on the outside, the name of the bidder, bidder’s address, and bidder’s license number. All bids must be made on blank forms provided and included in the bound document or as provided by Addendum prior to bid.

Each proposal shall be accompanied by a cash deposit or certified check, drawn on some bank or trust company insured by the Federal Deposit Insurance Corporation, in an amount equal to not less than five percent of the proposal. In lieu thereof, the bidder may offer a bid bond of five percent of the bid prepared on the Bid Bond form contained within the Contract Documents or a Surety Company's Standard Bid Bond form, duly executed by the Bidder as principal and executed by a surety company licensed under the laws of Georgia to execute such bonds and listed in the latest issue of U. S. Treasury Circular 570, conditioned that the surety will, upon demand, forthwith make payment to the obligee upon said bond if the bidder fails to execute the contract in accordance with the bid bond. Said deposit shall be retained by the Owner as liquidated damages in event of failure of the successful bidder to execute the contract within ten days after the award or to give satisfactory surety as required by law.

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 Georgia will be observed in receiving and awarding general contracts.

The State 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 then-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 Georgia Department of Transportation’s list of prequalified contractors.

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 Georgia.

A bid may be withdrawn only as provided by the applicable Georgia General Statutes. If a bid is withdrawn within 120 days of the bid opening, the Bid Guaranty shall be forfeited; provided that, if the request to withdraw is made pursuant to G.S. 143-129.1 not later than 72 hours after the opening of bids and if the withdrawal is allowed, the owner may return the Bid Guaranty.

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.

The project is conditioned upon the receipt of federal funding under provisions of the Airport and Airways Safety and Capacity Expansion Act of 1987. 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 DOL Regulation 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)
9. Drug-Free Workplace Act of 1988 (41 USC 702-706).

The requirements of 49 CFR Part 26, Regulations of the U.S. Department of Transportation, apply to this contract. It is the policy of the Telfair-Wheeler Airport Authority 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 4.87% has been established for this contract. The bidder/offeror shall make good faith efforts, as defined in Appendix A, 49 CFR Part 26 (Attachment 1), to meet the contract goal by utilizing DBEs 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 that will participate in this contract. This information will include: (1) the names, addresses and telephone numbers of Georgia licensed DBE firms that will participate in the contract; (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 it 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 outlined in the Proposal.

All questions must be received (in writing) by WK Dickson by Tuesday, March 5, 2019 at 5:00 PM EST. Questions received after this date and time may or may not receive responses before the bid opening.

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



Job Purchase Information:
Bid Closed



Addenda