|
Contact:
|
Kristel Weldon
|
PreBid Date:
|
03/11/2021
09:00 AM
|
PreBid Info:
|
A non-mandatory pre-bid conference will be held via teleconference. If you are interested in participating in the pre-bid call, please email
a request for call-in instructions Keandra Collier at kcollier@wkdickson.com.
Bidders shall contact Jackson County Airport at (706) 367-1493 to arrange for a pre-bid site
visit.
|
|
Company:
|
W. K. Dickson & Co. Inc.
|
Bid Date:
|
03/31/2021
02:00 PM
|
Bid Info:
|
See addendum #3 Sealed proposals will be received by Jackson County in the Finance Director’s Conference Room
of the Jackson County Administrative Building at 67 Athens Street, Jefferson, GA 30549, and immediately thereafter publicly opened and read
for the furnishing of labor, material and equipment to construct the Apron Pavement and
Drainage Rehabilitation, Phase 2 project at the Jackson County Airport, Jefferson, GA.
|
|
Project Location:
|
Jefferson, GA
|
|
|
|
|
|
Public Notes:
|
For information regarding this project please contact:
Jason Kennedy
W.K. Dickson & Co., Inc.
720 Corporate Center Drive, Raleigh, NC 27607
Phone: (919)-782-0495
Email: jkennedy@wkdickson.com
Bids must be submitted on the complete project and must be enclosed in a sealed envelope,
addressed to Jackson County, Attn: Myrna Yarbrough, Purchasing Manager, Jackson County
Administrative Building, 67 Athens St., Jefferson, GA 30549. Outside of the envelope must be
marked “Bid for Apron Pavement and Drainage Rehabilitation- Phase 2.” 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 (GDOT) list of prequalified contractors. Bidders must be
registered as a prequalified bidder with GDOT at the time of the Bid.
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 30 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 Jackson 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 DBE. A DBE contract goal of 7.27% 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.
|
|
Job Purchase Information:
|
Bid Closed
Copy of Final Bid Tabulation can be viewed by clicking HERE
|
|
Addenda
|
|
|
|