|
Contact:
|
Nicole Kasey
|
PreBid Date:
|
05/04/2021
11:00 AM
|
PreBid Info:
|
A Pre-Bid Conference has been scheduled at the
Airport Terminal Building, 626 Airport Rd Sylva, NC 28779. Attendance at this Pre-Bid Conference is
not 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:
|
05/20/2021
02:00 PM
|
Bid Info:
|
Sealed proposals will be received by the Jackson County Airport Authority in the Jackson County
Administration and Justice Center, 401 Grindstaff Cove Road, Sylva, NC 28779, and immediately thereafter publicly opened and read for the furnishing of labor, material and
equipment for the Terminal Parking Lot Project.
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:
Jackson County Airport Authority,
Mark Jones, Airport Authority Chairman,
401 Grindstaff Cove Road.
Sylva, NC 28779.
Proposals submitted without the prescribed information may be rejected.
|
|
Project Location:
|
Jackson County, NC
|
|
|
|
|
|
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
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.
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 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 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, 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 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.
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).
9. Drug-Free Workplace Act of 1988 (41 USC 702-706).
NON-DISCRIMINATION CLAUSE: The Special Provisions (SPIG61) of the North Carolina Department
of Transportation, apply to this contract. It is the policy of Jackson County 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 0% 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
|
|
Addenda
|
|
|
|