Loading Events

« All Events

  • This event has passed.

WK Dickson/ LaFayette, GA – Runway Pavement Rehabilitation and Realignment

June 23, 2023

LaFayette, GA – Runway Pavement Rehabilitation and Realignment (20220797.00.RA)

The work shall consist of the furnishing of labor, material, and equipment for the Runway Pavement Rehabilitation and Realignment.

Address any questions regarding this Notice in writing to Jason Elliott of WK Dickson at jelliott@wkdickson.com. Questions and answers will be distributed to all plan holders via an addendum. All questions must be received by WK Dickson by Monday, June 12, 2023 at 5:00 PM local time. Questions received after this date and time may not receive responses before the bid opening.

Prequalification of contractors and subcontractors must confirm with the requirements of Chapter 672-5 of the Rules and Regulations of the State of Georgia from the Office of the Georgia Secretary of State. All Bidders must possess a valid Certificate of Qualification as defined in Chapter 672-5 prior to submitting a bid on any project greater than $2 million or a Certificate of Registration prior to submitting a bid on any project less than $2 million. All Contractors and Subcontractors must possess a Certificate of Registration prior to beginning work on any project.

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 90 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 City of LaFayette 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 8.9% 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.

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

Vendors, Manufacturers and Subcontractors may purchase specific plan sheets and/or specification sections by emailing constech@duncan-parnell.com with a list of desired sheets and/or sections. A Table of Contents is available under the Spec Sheets tab in the project posting. Please note that partial purchasers will not be considered plan holders and will not receive notifications of Addendum. However, Addenda will be available for viewing in the project posting.

Please note that only registered plan holders may bid as a General Contractor.

A printed bid set is $313.00 plus applicable sales tax.

A printed bid set & USB Drive with PDF files for $338.00 plus applicable sales tax.

A set is also available for download from this site in PDF for $235.00 plus applicable sales tax. Downloads do not include addenda, they are all available on the “Addenda” tab of this page. Once payment is secured, you will receive an email that your files are ready to be downloaded from your account.

To place an order click on “PLACE ORDER” at the upper right of this page.

Payment can be made by either:
1.Credit Card
2.Check made payable to Duncan-Parnell – mail check to: PO Box 35649, Charlotte, NC 28235 ATTENTION: MICHAELA. To expedite your order you can email copy of your check to michaela.bruinius@duncan-parnell.com. Printing will not begin until a copy of the check OR the check is received
3.Duncan-Parnell Account

Purchase of entire bid set includes all plans and specifications, including any addenda released at time of order. Planholders will be notified by email when future addenda are issued and it will be the responsibility of each plan holder to download the addenda. Shipping, if required, will be charged to each order.

Online orders are filled within 1-2 business days.

ADDENDA DISTRIBUTION

Existing planholders will be notified by email upon the release of any addenda. Failure to order bid sets through Duncan-Parnell may prevent you from being notified of issued addenda. Printed copies of addendum will be available at no additional charge. Shipping, if required will be charged. Contact your local Duncan-Parnell office to request a printed set of addenda files. Click here to find the location nearest you.

Addenda notifications are sent via email from the mail account of “addendaNotification@dpibidroom.com” and could be flagged as spam by your company network firewall. To prevent not receiving timely notification of these addenda, please contact your company Information Technology Manager and ask that he “white list” the domain of dpibidroom.com to prevent emails from being captured.

For Project Details Click Here

Details

Date:
June 23, 2023
Event Category: