|
Contact:
|
Nicole Kasey
|
PreBid Date:
|
07/14/2020
02:00 PM
|
PreBid Info:
|
A Pre-Bid Conference has been scheduled at the Airport
Terminal Building. Attendance at this Pre-Bid Conference is NON-MANDATORY. All interested
parties including, but not limited to, subcontractors, suppliers, and vendors are welcome to attend.
|
|
Company:
|
W. K. Dickson & Co. Inc.
|
Bid Date:
|
07/23/2020
02:00 PM
|
Bid Info:
|
Sealed proposals will be received by the Wilkes County in the Conference Room, of Airport Terminal
Building, 640 Wood Wallace Drive, North Wilkesboro, NC 28659, and
immediately thereafter publicly opened and read for the furnishing of labor, material and equipment for
North Hangar Development project.
It is anticipated that the contract award will be made to the lowest responsive and responsible bidder if an
award is made.
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:
Wilkes County,
John Yates, County Manager,
Airport Terminal Building,
640 Wood Wallace Drive,
North Wilkesboro, NC 28659.
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.
|
|
|
Public Notes:
|
For information regarding this project please contact:
Greg Kershaw
W.K. Dickson & Co., Inc.
1213 W. Morehead St., Suite 300, Charlotte, NC 28208
Phone: 704-334-5348
Email: gkershaw@wkdickson.com
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 prequalification
are listed in section 102-2 of the Standard Specifications for Roads and Structures, January
2018. For more information please refer to the NCDOT website at
https://connect.ncdot.gov/business/Prequal/Pages/default.aspx
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 90 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).
9. Drug-Free Workplace Act of 1988 (41 USC 702-706).
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 Wilkes County 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. A combined MBE/WBE contract goal of
8% percent has 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.
Wilkes County,
John Yates, County Manager,
Airport Terminal Building,
640 Wood Wallace Drive,
North Wilkesboro, NC 28659
|
|
Job Purchase Information:
|
Bid Closed
Copy of Final Bid Tabulation can be viewed by clicking HERE
|
|
Addenda
|
|
|
|