State Bid

Last Updated on 20 May 2021 at 6 PM
SSA
Bellingham Washington

Bellingham International Airport Construct Taxilane Kilo AIP No.: 3-58-0005-62

Solicitation ID 95
Posted Date 20 May 2021 at 6 PM
Archive Date Not Specified
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Bid Postings • Port Of Bellingham Wa • Civicengage
Location Bellingham Washington United states
Point Of Contact Not Available
NOTICE OF BID Notice is hereby given that sealed bids for Construct Taxilane Kilo located in Bellingham, Washington will be received at the Administrative Offices of the Port of Bellingham, 1801 Roeder Avenue, Bellingham, Washington until 2:00 p.m., Thursday, June 17, 2021. The official time shall be taken from the designated clock at the Administrative Offices. Any bids received after the specified time and date will not be considered. Bids will then and there be publicly opened and read aloud. The scope of work for this project consists of furnishing all labor, materials, and equipment necessary for the project identified above including the following major work items: Demolition of existing pavements and site utility infrastructure Grading for new taxilane and infields Construction of storm drainage catch basins, pipes, culverts, headwalls, underdrains and media filter drains Construction of new taxilane and shoulder pavement sections Construction of new taxilane taxiway edge lights and signs Construction of new pavement markings Construction of temporary and permanent AOA fencing Construction storm water runoff temporary treatment facility Pre-bid Conference: A non-mandatory pre-bid conference for prospective Bidders will be held via teleconference on Thursday, June 3, 2021 at 10:00am; Bidders can join the teleconference meeting by visiting: https://portofbellingham.zoom.us/j/93084731334?pwd=M3VXbGhwNWx0cnNmTDhSVHlieCttUT09 Meeting ID: 930 8473 1334 Passcode: 838292 Once you click on the weblink (above) and if prompted, you will need to install an application on your phone or computer to attend. Alternatively, you can attend by phone by calling 253-215-8782 and entering the above Meeting ID and Password. Please do not attempt to attend this meeting in person. If you have any difficulties joining the meeting, please contact Greg Nicoll via the e-mail listed above. An in-person Site Visit will be made available for inspection by interested Bidders on Thursday, June 3, 2021 at 11:00am after the pre-bid conference. Bidders interested in attending the in-person site visit are kindly asked to RSVP to the Project Engineer, via email. During the site visit, all attendees are respectfully requested to follow strict health safety practices, including not attending if you feel ill, maintain a minimum separation of 6 feet from Port staff and all other attendees (including personnel from the same company). Your patience and understanding is greatly appreciated. No other site visits will be allowed prior to the bid due date Engineers estimate for Base Bid: $4,300,000 to $4,600,000 Each bid must be accompanied by a cashier's check, money order, or an original signed and stamped surety bid bond in an amount not less than five percent (5%) of the total bid, made payable to the Port of Bellingham. The Port of Bellingham reserves the right to reject any or all bids and to waive any irregularities or informalities. To register your company on the Plan Holders list, please contact Brian Wilson, Contracts Administrator by email at [email protected]. All bids submitted shall be considered as valid offers for a period of forty-five (45) days from the date of the bid opening during which time the Port of Bellingham will make the award or return all bids. The award of the contract is subject to approval of the Federal Aviation Administration and availability of federal funding. The proposed contract is subject to the following regulations: 1. The proposed contract is under and subject to Executive Order 11246 of September 24, 1986 and to the Equal Employment Opportunity (EEO) and Federal Labor Provisions. 2. All labor on the project shall be paid no less than the minimum wage rates established by the U.S. Department of Labor under the Davis-Bacon and Related Acts or the Washington State Department of Labor and Industries Prevailing Wage Rates for Public Work, whichever is higher. 3. Each Bidder must supply all information required by the bid documents and specifications. 4. The EEO requirements, labor provisions, and wage rates are included in the specifications and bid documents. 5. Each Bidder must complete, sign and furnish with their bid a "Certification of Nonsegregated Facilities" and a statement entitled "Bidders Statement of Previous Contracts Subject to EEO Clause," as contained in the Bid Proposal. 6. To be eligible for award each Bidder must comply with the affirmative action requirements. All contractors and subcontractors that hold any Federal or federally assisted construction contract in excess of $10,000 will be required to maintain an affirmative action program that complies with 41 CFR Part 60-4, the standards for which are contained in the specifications. 7. Disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award of any contract entered into pursuant to this advertisement. 8. Women will be afforded equal opportunity in all areas of employment. However, the employment of women shall not diminish the standards or requirements for the employment of minorities. 9. Buy American Certificate: The requirements of 49 USC § 50101 (steel and manufactured goods used in AIP funded projects) apply to this contract. The bidder must complete and submit the Buy America certification included in the Bidding Requirements with their bid. Any bid that does not include a completed Certificate of Buy American Compliance will be rejected as nonresponsive. 10. Trade Restriction Certification: The requirements of 49 U.S.C. § 50104 (products or services from a foreign country that is included in the current list of countries that discriminate against U.S. firms) apply to this contract. The bidder must complete and submit the Trade Restriction Certification found in the Bidding Requirements with their bid. 11. Certification of Offerer/Bidder Regarding Debarment: The bidder must complete and submit the Certification of Offerer/Bidder Regarding Debarment which certifies that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction. The Bidder must complete and submit the Certification of Offerer/Bidder Regarding Debarment included in the Bidding Requirements with their bid. 12. Drug-Free Workplace Certification: The requirements of 49 CFR Part 32 apply to this contract. The bidder must complete and submit the Drug-Free Workplace Certification included in the Bidding Requirements with their bid. Notice to be published: Thursday, May 27, 2021 and Saturday, June 12, 2021
Bid Protests Not Available