TAXIWAY CHARLIE RECONSTRUCTION PROGRAM - PHASE 3, LIT PROJECT NO. 230800

Agency: Arkansas Democrat-Gazette
State: Arkansas
Level of Government: State & Local
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD15618249524185000
Posted Date: Apr 22, 2024
Due Date: May 23, 2024
Source: Members Only

LITTLE ROCK MUNICIPAL AIRPORT COMMISSION
Little Rock, Arkansas
TAXIWAY CHARLIE RECONSTRUCTION PROGRAM –
PHASE 3, LIT PROJECT NO. 230800
00 11 00 ADVERTISEMENT FOR BIDS
Sealed bids for TAXIWAY CHARLIE RECONSTRUCTION PROGRAM – PHASE 3, to be constructed for the LITTLE ROCK MUNICIPAL AIRPORT COMMISSION will be received at the Bill and Hillary Clinton National Airport, 1 Airport Road, Little Rock, Arkansas 72202 and addressed to the attention of David Finnie. Bids will be received until 2:00PM on THURSDAY OF MAY 23, 2024, at which time the bids shall be publicly opened and read aloud. Sealed bids submitted prior to the bid opening may be sent to the Bill and Hillary Clinton National Airport, ATTN: David Finnie, 1 Airport Road, Little Rock, Arkansas 72202. If necessary, virtual meeting information will be sent out to all plan holders prior to the bid opening.
Bids will also be received through the QuestCDN online bid interface. To access the electronic bid form, download the project document, refresh the project’s page on the online plan room, and then click the “on-line bid” button below the project name. Instructions for QuestCDN online bidding will be provided to all plan holders as an attachment to the first addendum.
An Optional Pre-Bid Conference will be held on Thursday, May 2, 2024 at 2:00PM in the Commission Meeting Room located on the 2nd floor of the Bill and Hillary Clinton National Airport Terminal Building. If necessary, information regarding the virtual meeting will be sent out to all plan holders one week prior to the meeting time. Each bidder shall be limited to three personnel per organization.
The project includes, but is not limited to, the removal of approximately 650 linear feet of taxiway pavement and the construction of approximately 1,800 linear feet of new concrete taxiway pavement. The removal includes approximately 4,650 SY of concrete pavement, 10,800 SY of asphalt pavement, 1,600 LF of drainage pipe, and the associated drainage structures, existing lighting infrastructure and pavement marking. The construction includes approximately 3,750 CY of embankment, 41,100 CY of excavation, 29,700 SY of new concrete taxiway pavement, 20,250 SY of asphalt shoulder, 850 SY of new asphalt roads, 1,600 LF of reinforced concrete pipe, 3,200 LF of concrete ditch paving, 45,000 SF of pavement marking, and the associated base course(s), underdrains, drainage structures, taxiway edge lighting, centerline lighting, guidance signs, airfield electrical lighting infrastructure, and FAA communications infrastructure as shown on the plans and indicated in the specifications.
Bids will be received for each schedule of work. Bids shall be on a unit price basis, as indicated in the Bid Form.
Digital copies of the bid documents are available at http://Planroom.GarverUSA.com for a fee of $42 These documents may be downloaded by selecting this Project from the “Plan Room” link, and by entering Quest Project Number 9086558 on the “Browse Projects” page. For assistance and free membership registration, contact QuestCDN at 952.233.1632 or info@questcdn.com . Addendums to the bid package will be issued through the Garver online Plan Holders List; therefore, all Bidders shall be responsible for downloading the bid documents from the Garver online plan room in order to be included in the Plan Holders List. Bidders must enter the addenda numbers in Article 3.01 of the Bid Form to verify receipt.
Bids shall be accompanied by a bid security in accordance with the Instructions to Bidders. The successful Bidder must furnish Performance and Payment Bonds in accordance with the Contract Documents.
All Bidders shall make good faith efforts, as defined by Appendix A of 49 CFR Part 26, Regulations of the Office of the Secretary of Transportation, to subcontract a minimum of 12% of the dollar value of the prime contract to small business concerns owned and controlled by socially and economically disadvantaged individuals DBE).
Bidders must be licensed to perform work within the state of Arkansas.
Federal Requirements for Federally Funded Projects. This Project is being partially funded under the Federal Aviation Administration (FAA) Airport Improvement Program (AIP). Contractors must comply with specific federally required provisions as listed herein and contained in the contract documents. The following federal provisions are incorporated in this solicitation by reference:
• Buy American Preference (49 USC § 50101)
• Davis-Bacon Requirements (2 CFR § 200, Appendix II(D), 29 CFR Part 5)
• Procurement of Recovered Materials (2 CFR § 200.322, 40 CFR part 247, Solid Waste Disposal Act)
• Debarment and Suspension (2 CFR part 180 (Subpart C), 2 CFR part 1200, DOT Order 4200.5)
• Lobbying and Influencing Federal Employees (31 USC § 1352, 2 CFR part 200 Appendix II(J), 49 CFR part 20 Appendix A)
Affirmative Action Requirement.
1. The 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: 15.7%
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.
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 the state of Arkansas, Pulaski County, City of Little Rock.
Civil Rights Title VI Assurance
The LITTLE ROCK MUNICIPAL AIRPORT COMMISSION, 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 that it will affirmatively ensure that any Contract entered into pursuant to this advertisement, disadvantaged business 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.
Disadvantaged Business Enterprise
Bid Information Submitted as a matter of responsiveness:
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 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
5) Written confirmation from each listed DBE firm that it is participating in the contract in the kind and amount of work provided in the prime contractor’s commitment; and
6) 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 documentation of good faith efforts must include copies of each DBE and non-DBE subcontractor quote submitted to the bidder when a non-DBE subcontractor was selected over a DBE for work on the contract.
Bid Information submitted as a matter of responsibility:
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 responsibility, every Bidder or Offeror must submit the following information on the forms provided herein within five days after bid opening.
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;
5) Written confirmation from each listed DBE firm that it is participating in the contract in the kind and amount of work provided in the prime contractor’s commitment; and
6) 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 documentation of good faith efforts must include copies of each DBE and non-DBE subcontractor quote submitted to the bidder when a non-DBE subcontractor was selected over a DBE for work on the contract.
Federal Fair Labor Standards Act
All contracts and subcontracts that result from this solicitation incorporate by reference the provisions of 29 CFR part 201, et seq, 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 Certification
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 § 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.
Bids must remain in effect for 90 days after the bid opening date. Within 90 days from the bid date, the Owner may award the contract to the lowest responsive, responsible Bidder or reject any or all Bids for the Project.
The LITTLE ROCK MUNICIPAL AIRPORT COMMISSION reserves the right to reject any or all Bids, to waive irregularities in the Bids and bidding deemed to be in the best interests of the LITTLE ROCK MUNICIPAL AIRPORT COMMISSION, and to reject nonconforming, nonresponsive, or conditional bids.
Owner: LITTLE ROCK MUNICIPAL AIRPORT COMMISSION
By: David Finnie
Title: Manager of Design and Construction
Date: April 21, 2024
This publication was paid for by the Little Rock Municipal Airport Commission. The amount to be paid for this publication is $2,062.98.
395704f

Bids/Requests |
Post Date: 04/21 12:00 AM

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >