106-17 - NOTICE TO BIDDERS ARENS FIELD IMPROVEMENT PROJECT – 2017

NOTICE TO BIDDERS

ARENS FIELD IMPROVEMENT PROJECT – 2017

The Winamac – Pulaski County Board of Aviation Commissioners, Winamac, Indiana will receive sealed bids for the following projects until 2:00 PM, local time, on the 30th day of May, 2017, at the Arens Field administration building, Arens Field, Winamac, Indiana. All responsive bids will be publicly opened and read aloud after 2:00 PM., local time, on the 30th day of May, 2017 by a representative of the Winamac-Pulaski County Board of Aviation Commissioners. A voluntary Pre-bid conference will be held at the Arens Field administration building, at 2:00 PM, local time, on the 22nd day of May, 2017.

Bids to be mailed shall be addressed to the attention of the Winamac-Pulaski County Board of Aviation Commissioners, Arens Field, 1795 North 200 East, Winamac, Indiana, 46996, and will be clearly marked “Sealed Bids, DO NOT OPEN.”

The projects consist of:

Terminal Area Improvements which includes the removal of bituminous concrete pavement of an area of the existing auto parking lot inside the Runway Protection Zone, filling the removed pavement area with topsoil, and mulch seeding. Stripping topsoil, excavating and compacting subgrade soil, and placing and compacting crushed aggregate base course and bituminous pavement to construct a new auto parking area near the existing administration building with drainage improvements including installation of an inlet structure and drainage pipe. Additional improvements include the installation of chain link fencing and a vehicle sliding gate to control access to the aircraft parking apron, constructing a sidewalk pavement from the fuel system storage tank facility to the fuel system distribution equipment facility, excavating a grass area near the fuel system storage tank and distribution equipment facilities and placing geotextile fabric and aggregate to aid facility maintenance, installation of parking barriers, and installing a security light pole with 2 separately aimed light fixtures near the existing electrical vault building as more specifically set out in the Plans and Specifications.

The approximate quantities are as follows:

Mobilization 1 LS

8-Inch Circular Pipe 247 LF

Inlets 1 EA

Pavement Removal 535 SY

Unclassified Excavation 396 CY

Subbase Course 310 CY

Crushed Aggregate Base Course 105 CY

Maintenance Stone 65 SY

HMA Surface Course 115 TON

Joint Sealing Filler 133 LF

Concrete Walk 14 SY

Concrete Guard Post 2 EA

Chain Link Fence 37 LF

Vehicle Gates 1 EA

Security Light and Pole 1 EA

Install 3-Inch Steel Conduit, Bored 30 LF

Seeding (Undistributed) 3,120 SY

Topsoiling from Stockpile 125 CY

Mulching (Undistributed) 3,120 SY

Federal laws and regulations require that the successful bidder be contractually subject to applicable federal contract provisions and that the bidder incorporate such provisions in each subcontractor, material supplier, or service provider contract or agreement used for the proposed project. The full text of each contract provision, its source law or regulation, and its applicability to the proposed construction contract are contained in the Contract Documents. Certain contract provisions are included in this Notice to Bidders by reference while the full text is included in the proposed construction contract:

(1) Buy American Preference requires all steel and manufactured goods be produced in the United States;

(2) Foreign Trade Restriction prohibits the use of product or services from a foreign country that discriminates against the United States as published by the Office of the United States Trade Representative;

(3) Davis-Bacon Act ensures that laborers and mechanics employed receive pay no less than the prevailing wages and fringe benefits determined by the Department of Labor;

(4) Affirmative Action Requirement sets goals for minority participation in federally funded projects;

(5) Government-wide Debarment and Suspension requires that bidders must certify that they are not suspended, debarred, or excluded by any Federal department or agency;

(6) Government-wide Requirements for a Drug-free Workplace prohibits the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance in the Owner’s workplace.

The Contract Documents including the Contract Documents, Specifications and Bid Proposal are on file at the Arens Field, Winamac, Indiana and at the office of Woolpert, Inc., 7635 Interactive Way, Suite 100, Indianapolis, Indiana, 46278. Copies of the Contract Documents may be obtained at cost for the document reproduction and shipping, non-refundable from Integrity One Technologies, contact between 8:00 AM and 5:00 PM by telephone at 317-631-1000 to order. Information on the bid documents may be viewed online at:

http://www.integrityonetechnologies.com/.

A certified check or bank draft payable to the Winamac-Pulaski County Board of Aviation Commissioners, Winamac, Indiana, or a satisfactory bid bond, executed by the Bidder and an approved surety company in an amount not less than five (5) percent of the bid, shall be submitted with each bid.

(1) The bidder must supply all the information required by the bid on proposal forms.

(2) The bids shall be based upon rates of wages at least as high as the minimum rates established by the Davis-Bacon wage rate determination included in the contract documents.

The Winamac-Pulaski County Board of Aviation Commissioners, in accordance with Title VI of the Civil Rights Act of 1964, (78 Stat. 252, 42 U.S.C. §§ 2000d to 2000d-4) and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally-assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, minority 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, national origin or sex and consideration for an award. MBE’s interested in participating in the construction program and bidding upon the project, upon request, will be supplied with information or plans and specifications desired.

The Owner is cognizant of the time limitation for awarding contracts and giving Notice to Proceed pursuant to IC 36-1-12-6. However, due to the time requirements anticipated for obtaining approval of appropriate public agencies, and other required procedures, it is anticipated that the contract cannot be finally executed and Notice to Proceed be given until 90 days following the opening of the bids. Accordingly, bidders should be prepared to grant an appropriate extension of time pursuant to IC 36-1-12-6 at the time of making the tentative award to the lowest responsible bidder as determined by the Owner.

The Arens Field Winamac-Pulaski County Board of Aviation Commissioners, Winamac, Indiana, reserves the right to waive any informalities in bidding if such waiver is in the best interests of the Owner and conforms to local laws pertaining to the letting of construction contracts and to reject any and all bids.

106-17 N 05/17, 05/24

 

Pulaski County Journal

114 W. Main Street
Winamac, IN 46996

(574) 946-6628
 

Comment Here