General Aviation Apron Reconstruction

expired opportunity(Expired)
From: Minot(City)
General Aviation Apron Reconstruction

Basic Details

started - 07 Feb, 2020 (about 4 years ago)

Start Date

07 Feb, 2020 (about 4 years ago)
due - 28 Feb, 2020 (about 4 years ago)

Due Date

28 Feb, 2020 (about 4 years ago)
Bid Notification

Type

Bid Notification
General Aviation Apron Reconstruction

Identifier

General Aviation Apron Reconstruction
City of Minot

Customer / Agency

City of Minot
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Description: Separate sealed bids for the construction of General Aviation Apron Reconstruction, according to the drawings and specifications on file at the office of the Minot Airport will be re­ceived by the Minot City Clerk at City of Minot, 515 2 nd Ave SW, Minot, North Dakota until 10:30 AM, February 28, 2020 and then at said office publicly opened and read aloud. The Contract Docu­ments may be examined during business hours at the following loca­tions: Ulteig Engineers, Inc. 3350 - 38th Avenue South, Fargo, ND 58104-7079 Copies of the Contract Documents may be obtained through QuestCDN.com #6697956 for $25.00 or at the office of Ulteig Engineers, Inc. located at 3350 38th Avenue South, Fargo, ND, upon payment of $250.00 for each set. Payment will not be refunded. Bids shall be upon the basis of cash payment for the reconstruction of the general aviation apron at the Minot International Airport. Each Bid shall be accompanied by a separate envelope con­taining a Bidder's
Bond in a sum equal to five percent of the full amount of the Bid, executed by the Bidder as prin­cipal and by a surety company authorized to do business in this state, conditioned that if the principal's Bid be accepted and the contract awarded to him, he, within -ten days after Notice of Award, will execute and effect a con­tract in accordance with the terms of his Bid and a Contractor's Bond as required by law and the regulations and determinations of the governing board. If the successful bidder does not execute a contract within the fifteen days allowed, the bidder’s bond must be forfeited to the governing body and the project awarded to the next lowest responsible bidder. The Bid Bond of the three lowest Bidders will be retained until the contract has been awarded and executed, but no longer than sixty (60) days. The Bid security is a guarantee that the Bidder will enter into contract for the work described in the Proposal. All Bidders shall hold a valid North Dakota Contractor's license of the proper class and shall enclose a copy of the license or Certificate of Renewal of the license in the same envelope as the Bidder's Bond. A Contractor must be the holder of a license at least ten days prior to the date set for receiving Bids to be a qualified Bidder. The successful Bidder will be required to furnish Contract Performance and Payment Bonds in the full amount of the contract. No Bid will be read or considered which does not fully comply with the above provisions as to Bond and licenses, and any deficient Bid submitted will be resealed and re­turned to the Bidder immediately. The governing body reserves the right to reject any and all bids and rebid the project until a satisfactory bid is received. Required Federal Provisions: Requirement for Affirmative Action to Ensure Equal Employment Opportunity: The Offeror’s or Bidder’s attention is called to the “Equal Opportunity Clause” and the “Standard Federal Equal Employment Opportunity Construction Contract Specifications” set forth herein. The goals and timetables for minority and female participation, expressed in percentage terms for the Contractor’s aggregate workforce in each trade on all construction work in the covered area, are as follows: Timetables Goals for minority participation for each trade: 4.4% Goals for female participation in each trade: 6.9% These goals are applicable to all of the Contractor’s construction work (whether or not it is Federal or federally assisted) performed in the covered area. If the Contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, the Contractor also is subject to the goals for both its federally involved and non-federally involved construction. The Contractor’s compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a) and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor’s goals shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. The Contractor shall provide written notification to the Director of the Office of Federal Contract Compliance Programs (OFCCP) within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address, and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the subcontract is to be performed. As used in this notice and in the contract resulting from this solicitation, the “covered area” is Minot, North Dakota, Ward County . Buy American Preference The Contractor agrees to comply with 49 USC § 50101, which provides that Federal funds may not be obligated unless all steel and manufactured goods used in AIP funded projects are produced in the United States, unless the Federal Aviation Administration has issued a waiver for the product; the product is listed as an Excepted Article, Material Or Supply in Federal Acquisition Regulation subpart 25.108; or is included in the FAA Nationwide Buy American Waivers Issued list. A bidder or offeror must complete and submit the Buy America certification included in the bid proposal with their bid or offer. The Owner will reject as nonresponsive any bid or offer that does not include a completed Certificate of Buy American Compliance. Civil Rights – Title VI Assurance The Minot Airport, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 USC §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders or offerors that it will affirmatively ensure that any contract entered into pursuant to this advertisement will be afforded full and fair 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. Debarment and Suspension By submitting a bid/proposal under this solicitation, the bidder or offeror certifies that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction . Disadvantaged Business Enterprise The Owner’s award of this contract is conditioned upon Bidder or Offeror satisfying the good faith effort requirements of 49 CFR §26.53. As a condition of bid responsiveness, the Bidder or Offeror must submit the following information with its proposal on the forms provided herein: 1) The names and addresses of Disadvantaged Business Enterprise (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 listed under (1) 4) Written statement from Bidder or Offeror that attests their commitment to use the DBE firm(s) listed under (1) to meet the Owner’s project goal; and 5) If Bidder or Offeror cannot meet the advertised project DBE goal, evidence of good faith efforts undertaken by the Bidder or Offeror as described in appendix A to 49 CFR part 26. The requirements of 49 CFR part 26 apply to this contract. It is the policy of the Minot Airport to practice nondiscrimination based on race, color, sex, or national origin in the award or performance of this contract. The Owner encourages participation by all firms qualifying under this solicitation regardless of business size or ownership. Federal Fair Labor Standards Act (Federal Minimum Wage) All contracts and subcontracts that result from this solicitation incorporate by reference the provisions of 29 CFR part 201, the Federal Fair Labor Standards Act (FLSA), with the same force and effect as if given in full text. The FLSA sets minimum wage, overtime pay, recordkeeping, and child labor standards for full and part-time workers. The Contractor has full responsibility to monitor compliance to the referenced statute or regulation. The Contractor must address any claims or disputes that arise from this requirement directly with the U.S. Department of Labor – Wage and Hour Division. Trade Restriction By submission of an offer, the Offeror certifies that with respect to this solicitation and any resultant contract, the Offeror – 1) is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms as published by the Office of the United States Trade Representative (USTR); 2) has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country included on the list of countries that discriminate against U.S. firms as published by the USTR; and 3) has not entered into any subcontract for any product to be used on the Federal project that is produced in a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18 USC Section 1001. The Offeror/Contractor must provide immediate written notice to the Owner if the Offeror/Contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The Contractor must require subcontractors provide immediate written notice to the Contractor if at any time it learns that its certification was erroneous by reason of changed circumstances. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to an Offeror or subcontractor: 1) who is owned or controlled by one or more citizens or nationals of a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR or 2) whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such USTR list or 3) who incorporates in the public works project any product of a foreign country on such USTR list. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. The Offeror agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in all lower tier subcontracts. The Contractor may rely on the certification of a prospective subcontractor that it is not a firm from a foreign country included on the list of countries that discriminate against U.S. firms as published by USTR, unless the Offeror has knowledge that the certification is erroneous. This certification is a material representation of fact upon which reliance was placed when making an award. If it is later determined that the Contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration (FAA) may direct through the Owner cancellation of the contract or subcontract for default at no cost to the Owner or the FAA. The work on the improvement is to be entirely completed within the working days allotted. Publication Date/Time: 2/7/2020 12:00 AM Publication Information: Minot Daily News Closing Date/Time: 2/28/2020 10:30 AM Submittal Information: Submit to City Clerk Contact Person: Chris Dumont 701-280-8611

515 2nd Avenue SW Minot, ND 58702Location

Address: 515 2nd Avenue SW Minot, ND 58702

Country : United StatesState : North Dakota

You may also like

General Contracting Services for Kinsmen Hall Upgrades

Due: 01 May, 2024 (in 6 days)Agency: City of Mississauga

GENERAL CONSTRUCTIONMEDIUM PROJECTS

Due: 21 Mar, 2042 (in about 18 years)Agency: New York City Department of Design and Construction

GENERAL CONTRACTOR SERVICES - VENDOR OF RECORD

Due: 26 Apr, 2024 (Tomorrow)Agency: McMaster University

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.