ADVERTISEMENT FOR BID Section Page 1 of 6

Similar documents
Attachment 1 Federal Requirements for Procurements in Excess of $150,000 Not Including Construction or Rolling Stock Contracts

Attachment C Federal Clauses & Certifications

2 C.F.R and 2 C.F.R. Part 200, Appendix II, Required Contract Clauses

BROCKTON AREA TRANSIT AUTHORITY

FEDERAL TRANSIT ADMINISTRATION REQUIREMENTS FOR PROFESSIONAL SERVICES CONTRACTS > $10,000

SECTION ADVERTISEMENT FOR BIDS

BATS Title VI Policies and Procedures

NEW YORK CITY TRANSIT AUTHORITY. Division of Materiel. Schedule F

Bid & Contract Provisions CDBG/HOME Guidebook

MARCH 27, 2019 INVITATION FOR BIDS

X. FEDERAL TRANSIT ADMINISTRATION REQUIREMENTS

Minority Business Participation Outreach Plan. The following definitions, conforming to N.C.G.S apply to this policy:

FIRST AMENDMENT TO AGREEMENT. Between BROWARD COUNTY. and S&L SPECIAL TY CONTRACTING, INC. for CONSTRUCTION SERVICES. In connection with the

TRAFFIC SIGNAL CONTROLLER UPGRADE/RETIMING PROJECT NO FEDERAL PROJECT NO. CML-5008(098) FEDERAL AID CONTRACT BIDDERS CHECKLIST CITY OF STOCKTON

DES MOINES AIRPORT AUTHORITY TITLE VI PLAN. Phone: (515) Phone: (515)

HILLSBOROUGH COUNTY AVIATION AUTHORITY AMENDMENT NO. 3 TO LEASE AGREEMENT EXHIBIT A TAMPA INTERNATIONAL AIRPORT UNITED STATES POSTAL SERVICE

FOURTH AMENDMENT TO THE AGREEMENT TO PROVIDE PLAYGROUND AND OUTDOOR FITNESS EQUIPMENT, SITE ACCESSORIES, SURFACING, AND RELATED PRODUCTS AND SERVICES

GUIDELINES FOR RECRUITMENT AND SELECTION OF MINORITY BUSINESSES FOR PARTICIPATION IN STATE CONSTRUCTION CONTRACTS

EDGAR CERTIFICATIONS ADDENDUM FOR PROCUREMENT CONTRACTS

TITLE VI PLAN Adopted April 4, 2014

REQUEST FOR QUALIFICATIONS ENGINEERING SERVICES Town of Robbins, North Carolina FEMA Public Assistance Project Cost Opinions

6. Bidder - Any person, firm, partnership, corporation, association, or joint venture bidding on a public contract or subcontract.

AGREEMENT FOR ADVERTISING SERVICES I. GENERAL

GENERAL TERMS AND CONDITIONS FOR REQUEST FOR BEST VALUE PROPOSALS (RFP) #852G002

SPECIAL CONDITIONS PROGRAM REGULATIONS

ARTICLE 1. GRANT OF PERMIT

General Conditions for Non-Construction Contracts Section I (With or without Maintenance Work)

Deadline to receive Sealed Bids is Thursday, September 21, 2017 at 9:00 a.m. EST.

INSTRUCTIONS TO BIDDERS Medical Center

NOW, THEREFORE, THE BOARD OF COMMISSIONER FOR THE COUNTY OF ALAMANCE DOTH ORDAIN: SECTION A: INTENT

Required Federal Forms

ALL AGENCY PROCUREMENT GUIDELINES

REQUEST FOR PROPOSALS FOR INDEPENDENT ENGINEER SERVICES FOR POST CLOSURE CARE AT ORDOT CLOSURE FACILITY PROJECT NO.: RECEIVER-RFP ADDENDUM NO.

General Conditions for Non-Construction Contracts Section I (With or without Maintenance Work)

EDGAR CERTIFICATIONS ADDENDUM FOR AGREEMENT FUNDED BY U.S. FEDERAL GRANT

b. On the basis of race, color or national origin, in Executive Order as implemented by Department of Labor regulations at 41 CFR Chapter 60.

Invitation for Bid Caustic Soda 50% T. F. Green Airport, Warwick, RI

4. Public Entity means State and all public subdivisions and local government units. 5. Owner Cape Fear Public Utility Authority.

RFQ REQUEST FOR QUOTES ON DEMAND FACILITIES ELECTRICAL MAINTENANCE SERVICES JANUARY 2008

Appendix 1 Terms for Federal Aid Contracts / Florida Department of Transportation

Invitation For Bid. Filters, Brake Drums & Brake Shoes IFB B

Request for Vendor Contract Update

Contract Assurances Attachment 4. Contract Assurances

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCES

Notice to Interested Parties

CITY OF CULVER CITY 9770 CULVER BOULEVARD, CULVER CITY, CALIFORNIA

Diesel Engine Replacement for. Gillig Low Floor Buses

FLORIDA INLAND NAVIGATION DISTRICT INTRACOASTAL WATERWAY MAINTENANCE DREDGING SOUTH OF PORT OF PALM BEACH PALM BEACH COUNTY, FLORIDA

DEPARTMENT OF PUBLIC WORKS BID FORMS FOR

OFFEROR S ASSERTION OF COMMERCIALITY. Part No(s) and Description(s) Supplier s Name:

Subcontract Checklist

CERTIFICATION OF PROSPECTIVE CONTRACTOR REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION

Notice to Interested Parties

AGREEMENT FOR CONSULTING SERVICES FOR PORT ARTHUR INDEPENDENT SCHOOL DISTRICT

MANOR ISD VENDOR CERTIFICATION FORM

BACKGROUND: THE STATE AND THE GRANTEE AGREE AS FOLLOWS:

EVERYTHING YOU WANTED TO KNOW ABOUT TITLE VI NON DISCRIMINATION

DESIGN - BUILD PROPOSAL OF

ATTACHMENT U.3. Representations, Certifications and Other Statements of Offerors/Bidders

REQUEST FOR QUOTATION SUBMIT BID TO PURCHASING DIVISION SHAWNEE COUNTY COURTHOUSE Room 201 Topeka, Kansas 66603

00400 BID FORMS AND SUPPLEMENTS

SAFE ROUTES TO SCHOOL PROJECT AGREEMENT FY2011 Between the Wyoming Department of Transportation and the City of Cheyenne

1911/1936 & Turner Creek Districts Sanitary Sewer I&I Abatement Project Phase 2

Telemetry and SCADA Upgrades

THE SCHOOL DISTRICT OF LEE COUNTY

City of Covington CCE Project No Roadway Improvement and Overlay Program August 1, 2012 SECTION INSTRUCTIONS TO BIDDERS

PURCHASING ORDINANCE

BID FORM EAST LINCOLN COUNTY SEWER IMPROVEMENTS WSP # I

PUBLIC WORKS DEPARTMENT POLICE DEPARTMENT UNDER FREEWAY PARKING LOT IMPROVEMENTS PROJECT NO. PW1621

INTERGOVERNMENTAL AGREEMENT

PROVISO TOWNSHIP HIGH SCHOOLS DISTRICT W. Roosevelt Road Forest Park, IL

SAMPLE. It is agreed that this proposal may not be withdrawn within a period of thirty (30) days after the date set for the opening thereof.

Standard DOT Title VI Assurances

COVER PAGE. Bid Proposal # 2151 PETROLEUM PRODUCTS

CLOUD SOLUTIONS STATE OF MONTANA. Master Agreement Terms and Conditions: NASPO ValuePoint PARTICIPATING ADDENDUM. Led by the State of Utah

HAZARD MITIGATION GRANT PROGRAM SUPPLEMENTAL CONDITIONS

Winston-Salem Urban Area Metropolitan Planning Organization Transportation Advisory Committee Action Request

Office of Public Transit Signature of Authorization Form REQUIRED OF ALL APPLICANTS

INVITATION FOR BIDS: Maintenance Repairs FY Bristol Warren Regional School District

12-Inch Water Line Replacement Across Panther Branch SJRA Project No. WDPR N001 SECTION PROPOSAL FORM

CIRCUIT COURT CLERK S OFFICE CONVERSION OF LAND RECORD INDEXING, IMAGING, AND PLAT RECORDS (SCANNING, INDEXING & SOFTWARE TO FACILITATE IMPROVED

REQUEST FOR STATEMENT OF QUALIFICATIONS (SOQ) FLORIDA DEPARTMENT OF AGRICULTURE AND CONSUMER SERVICES DIVISION OF ADMINISTRATION

FILM PRODUCTION AGREEMENT

EXECUTIVE ORDER No

TITLE VI NON-DISCRIMINATION AGREEMENT between. The Wisconsin Department of Transportation (WisDOT) and. Sub-Recipient Title VI Coordinator:

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

DOCUMENT INSTRUCTIONS TO BIDDERS

Notice to Interested Parties

Butte School District #1 Request for Proposal (RFP)

BRISTOL VIRGINIA CITY COUNCIL 300 Lee Street Bristol, Virginia March 24, :00 p.m.

PUBLIC WORKS DEPARTMENT POLICE DEPARTMENT UNDER FREEWAY PARKING LOT IMPROVEMENTS PROJECT NO. PW1621

AGENDA ITEM # 7B. AGENDA ITEM EXECUTIVE SUMMARY Village Board Meeting December 11, 2017

CONTRACT FORM CONTRACT #

RULES OF THE RHODE ISLAND HEALTH AND EDUCATIONAL BUILDING CORPORATION FOR THE PROCUREMENT OF SUPPLIES. SERVICES, BOND COUNSEL AND LEGAL COUNSEL

FOURTH AMENDMENT TO THE AGREEMENT TO PROVIDE AUTOMOTIVE PARTS AND ACCESSORIES AND RELATED PRODUCTS AND SERVICES

ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT

Bidders shall execute the following forms and return the signed original with their proposal.

ALL AGENCY GENERAL CONTRACT PROCUREMENT GUIDELINES Adopted by the Board on December 13, 2017

Cherokee County Board of Commissioners

1. Purpose. 2. Scope of Procurement Authority.

Transcription:

Section 00 0010 - Page 1 of 6 Sealed bids will be received by the Connecticut Airport Authority (CAA) by submitting a bid electronically through www.ebidexchange.com/ctairports. The CAA will not accept bids in any other manner. Vendors must be registered to access the bid in its entirety and to submit a bid. Due date for bids is no later than 1:00 pm, April 10, 2018, at which time they will be publicly displayed for the following project: RECONSTRUCT, MARK, LIGHT & SIGN TW C & TW R CAA Construction Contract No. 2018-013 Vendors who wish to view the bids may do so by logging into www.ebidexchange.com/ctairports or in attendance at, Terminal A, Third Floor, Windsor Locks, CT. at the date and time noted above. Bids must be uploaded to www.ebidexchange.com/ctairports. The official time is the ebidexchange time indicator. No bids will be able to be posted after the time noted above. The project work consists of: A Base Bid which includes the reconstruction of Taxiway C from its intersection with Taxiway S to the Runway 6 End which will include, but not limited to: excavation and disposal of existing pavement materials (asphalt and portions of Portland Cement), base materials, and subbase materials; removal and disposal/salvage of existing taxiway edge lighting systems, guidance signs, and elevated runway guard lights; removal and replacement of drainage pipes and catch basins; installation and maintenance of construction erosion and sedimentation control best management practices; installation of new subbase materials, base materials, asphalt pavement and pavement markings; rehabilitation for a section of Portland Cement concrete pavement at the Taxiway S/Taxiway C intersection with new joint materials and crack/spall repairs; installation of new taxiway edge light systems (conduits, lights, & cabling), guidance signs, and elevated runway guard lights; water line relocation to an existing sleeve under Runway 6-24; restoration of growth to disturbed areas; and all other incidental items for a completed project. An Add Alternate which includes the reconstruction of Taxiway R from the Runway 6 End to its intersection with Taxiway J and the Connecticut Air National Guard Apron which will include, but not limited to: excavation and disposal of existing pavement materials (asphalt and portions of Portland Cement), base materials, and subbase materials; removal and disposal/salvage of existing taxiway edge lighting systems, guidance signs, and elevated runway guard lights; removal and replacement of drainage pipes and catch basins; installation and maintenance of construction erosion and sedimentation control best management practices; installation of new subbase materials, base materials, asphalt pavement and pavement markings; installation of new taxiway edge light systems (conduits, lights, & cabling), guidance signs, and elevated runway guard lights; water line and hydrant relocation near the Air Guard Apron; restoration of growth to disturbed areas; and all other incidental items for a completed project. The contract time for completion of the Base Bid work is within Eighty-five (85) calendar days from the date speci. An additional Fifty-five (55) calendar days is specified for completion, if the Add Alternate scope of work is added to the project.

Section 00 0010 - Page 2 of 6 The work performed under this Contract shall be governed by Federal Contract Provisions, set forth in the Contract Documents, which include, but are not restricted to: Disadvantaged Business Enterprise (DBE) Subcontractor participation, Equal Employment Opportunity requirements, and compliance with State of Connecticut Wage requirements and Federal Wage and Hour requirements (Davis-Bacon Act). All requirements of the Federal funding and the State of Connecticut procurement process, as well as all administrative regulations shall apply to this project, as if herein written out in full. The attention of prospective bidders is called to the fact that this project is to be bid upon and the contract executed, under the Federal Funding Rules and Regulations for carrying out the provisions of: Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246, as amended, and DOL Regulation 41 CFR Part 60) Buy American Preferences (Title 49 United States Code, 50101) Civil Rights General Provisions (Title 49 United States Code, 47123) Title VI Provisions of the Civil Rights Act of 1964, as amended and supplemented, Davis-Bacon Act (DOL Regulation 29 CFR Part 5) Disadvantaged Business Enterprise Foreign Trade Restriction: Denial of Public Works Contracts on Suppliers of Goods and Services of Countries that Deny Contracts to Suppliers of Goods and Services of Countries that Deny Procurement Market Access to U.S. Contractors (DOT Regulation 49 CFR Part 30) Lobbying Federal Employees (31 USC 1352, 2 CFR Part 200-Appendix II(J), 49 CFR Part 20, Appendix A) Procurement of Recovered Materials (2 CFR 200.322, 40 CFR Part 247, & Solid Waste Disposal Act) Government-wide Debarment and Suspension (2 CFR Part 180 (Subpart C), 2 CFR part 1200, & DOT Order 4200.5 DOT Suspension & Debarment Procedures & Ineligibility) Government-wide Requirements for Drug-free Workplace (49 CFR Part 32 & 41 USC 701) NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY 1. 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. 2. 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: 6.9% 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

Section 00 0010 - Page 3 of 6 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. 3. 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. 4. As used in this notice and in the contract resulting from this solicitation, the covered area is State of Connecticut, Hartford-Bristol-New Britain, Town of Windsor Locks. The CAA, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises 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. It is the policy of the CAA to practice nondiscrimination based on race, color, sex, or national origin in the award or performance of this contract. All disadvantaged business enterprise firms qualifying under this solicitation are encouraged to submit bids/proposals. The provisions of State of Connecticut non-discrimination requirement pursuant to Connecticut General Statutes 4a-60 and 4a-60a will also apply. Award of this contract will be conditioned upon satisfying the requirements of this section. 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 CAA 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 section. These requirements apply to all bidders/offerors, including those who qualify as a DBE. A DBE contract goal of Fourteen and seven-tenths percent (14.7%) has been established for this contract. The bidder/offeror shall make good faith efforts, as defined in Appendix A, 49 CFR Part 26, to subcontract Fourteen

Section 00 0010 - Page 4 of 6 and seven-tenths percent (14.7 %) of the dollar value of the prime contract to Disadvantaged Business Enterprises (DBE), as defined in 49 CFR Part 26. 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 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. All requirements of the State of Connecticut procurement process, as well as all State of Connecticut administrative regulations, shall apply to this project, as if herein written out in full. In addition, the State of Connecticut general provisions and prosecution of work requirements will apply, including compliance with State of Connecticut Wage requirements. Each sealed bid shall be accompanied by a satisfactory Bid Bond, in an amount equal to five percent (5%) of the bid, payable to the Connecticut Airport Authority. The successful bidder will be required to execute and furnish a Performance Bond, and Labor and Materials Payment Bond as security for faithful performance and payment of all bills and obligations arising from the performance of the work. Each security shall be in an amount of not less than one hundred percent (100%) of the contract price and shall be in a form acceptable to the Owner. Contract Documents will be available on March 13, 2018 and may be downloaded at: www.ebidexchange.com/ctairports. Vendors must be registered to access the contract documents in their entirety and to submit a bid. A Mandatory Pre-Bid Conference for bidders will be conducted at Connecticut Airport Authority Offices at Connecticut Airport Authority Wellness Center Conference Room, 334 Ella Grasso Turnpike, Suite 100, Windsor Locks, CT 06096 at 11:00 am March 27, 2018. local time. Neither the Owner, nor the Architect/Engineer, shall be responsible for disseminating information discussed at this meeting, except as issued by Addendum. All questions shall be directed through www.ebidexchange.com/ctairports. A site visit will also be held immediately following the Pre-Bid Conference. It is strongly recommended that Bidders attend the site visit to familiarize themselves with the Scope of Work and site restrictions. CAA will not be obligated to schedule site visits after the site visit. No claims for extra costs shall be allowed because of lack of full knowledge of verifiable conditions.

Section 00 0010 - Page 5 of 6 The site tour includes areas that are located post screening; therefore, individuals planning on attending the site tour must upload the following information to www.ebidexchange.com/ctairports.com no later than 1:00 pm, March 20, 2018, full legal name, name of firm your representing, phone number, date of birth, place of birth, and an screening prior to admittance to the proposed site. The site tour will be limited to two (2) representatives from each firm. Attendees that arrive more than ten (10) minutes late will not be considered as having attended the conference. No bidder may withdraw his bid within one hundred eighty (180) days after the actual date of opening hereof. Award of the contract shall be made to the lowest responsible and responsive bidder, whose responsive bid conforms to written requirements of the Owner. END OF SECTION

Section 00 0010 - Page 6 of 6 PAGE LEFT BLANK INTENTIONALLY