Randolph

BUCKHANNON UPSHUR AIRPORT AUTHORITY

BUCKHANNON UPSHUR AIRPORT AUTHORITY
UPSHUR COUNTY REGIONAL AIRPORT
BUCKHANNON, WEST VIRGINIA

OBSTRUCTION REMOVAL
(RUNWAY 11 APPROACH)

CONTRACT NO. 1

FAA AIP NO. 3-54-0039-030-2016

APRIL 2016

ADVERTISEMENT FOR BIDS

Sealed proposals will be received by the Buckhannon Upshur Airport Authority, c/o County Administrator, 38 West Main Street, Room 302, Buckhannon, West Virginia 26201 until 1:30 P.M., June 16, 2016, for the following work:

Contract No. 1 – Obstruction Removal (Runway 11 Approach)

The bid prices shall include the costs for furnishing labor and materials and performing all work set forth in the Advertisement for Bids, Information for Bidders, Form of Proposal, Standard General Conditions of the Construction Contract, Supplemental General Conditions and Detail Specifications and Drawings prepared by Chapman Technical Group. Immediately following the scheduled closing time for the reception of bids, all proposals which have been submitted in accordance with the required provisions will be publicly opened and read aloud.

The work to be bid upon is generally described as follows:

Contract No. 1 – Obstruction Removal (Runway 11 Approach)

The intent of the project is to remove trees which are currently penetrating the Runway 11 approach surface at the Upshur County Regional Airport located near Buckhannon, West Virginia. The project will consist of cutting 1.7 acres of trees. The trees designated to be cut will be cut a maximum of 12-inches from the existing ground surface, reduced into 10-foot sections and left on-site. All tree removal shall be performed in accordance with the standards and regulations set forth by the West Virginia Division of Forestry. The project will also include installing the temporary sediment and erosion controls detailed in the Best Management Practices (BMP) developed by the West Virginia Division of Forestry and West Virginia Department of Environmental Protection, mobilization and all other appurtenances required for a complete project as detailed in the construction plans and specifications prepared by Chapman Technical Group.

Construction Time Limits – The Contractor will be required to achieve Substantial Completion within 45 calendar days and final completion and readiness for final payment within 60 calendar days of the effective date of the Notice to Proceed. Liquidated damages will be $300 per day for each day after the expiration of the construction time.

Plans, Specifications and Contract Documents may be examined at the following places:

Chapman Technical Group Buckhannon Upshur Airport Authority
43 East Main Street Upshur County Administrator
Buckhannon, WV 26201 38 West Main Street
Buckhannon, WV 26201

Chapman Technical Group Contractors Association of WV
200 Sixth Avenue 2114 Kanawha Boulevard, East
St. Albans, WV 25177 Charleston, WV 25311

McGraw-Hill Dodge Reports
Virtual Plan Room: www.dodge.construction.com
Phone: (501)-321-5406, Fax: (501)-625-3544

One (1) copy each of the Plans and Specifications may be obtained by each Bidder from the office of Chapman Technical Group, 43 East Main Street, Buckhannon, West Virginia 26201, telephone (304) 472-8914, upon a non-refundable payment of $100.00. Plans and Specifications may also be requested from Chapman Technical Group’s online plan room at www.chaptech.com.

Each prospective Bidder shall be required to purchase a minimum of one copy of the Bidding Documents and be subsequently included on the Engineer’s official bid register. They consist of plans, specifications and a bid submittal packet. The bid submittal packet provides an unbound copy and listing of the items which are to be submitted with the Bid. Bids received from Bidders not included on the official bid register will be declared non-responsive and returned to the Bidder.

Bidders are advised that a two envelope system will be used. Each bid must be submitted in a sealed main envelope containing the Bid Bond, WV Contractor’s License, Contractor’s Statement of Qualifications, and all other necessary documents as required on the bid opening checklist developed by the Engineer, and a separate sealed envelope inside the main envelope marked “Bid Proposal” containing the completed and signed bid (Form of Proposal).

The main envelope will be opened first and if the required documents are included and appear to be in order, the envelope containing the bid will then be opened and publicly read aloud. If the required documents are not included as part of the bid submittal, the envelope containing the bid will not be opened and the bid will be considered non-responsive and will be returned to the Bidder.

A Bidder may not withdraw his/her bid for a period of (90) days after the date set for opening of bids.

Bids shall be accompanied by a certified check or bid bond payable to the Buckhannon Upshur Airport Authority, Buckhannon, West Virginia, in an amount not less than five percent (5{4ceb532c6f579389df471c6c1e832caf2346b74dc60fcbf6aabd4d29df3baf9c}) of the Base Bid.

Bidders must comply with the Buy American preference requirements contained in 49 USC Section 50101. Bidders are required to submit certifications of compliance with their bid.

By submitting a bid, Bidders are certifying that neither it nor its principals are presently debarred or suspended by any Federal department or agency in accordance with 2 CFR Part 180 (Subpart C), 2 CFR Part 1200 or DOT Order 4200.5.

By submitting a bid, Bidders are certifying that they are compliant with the Trade Restriction contract provisions contained in 49 CFR Part 30.

Nondiscrimination in Employment – Bidders on this work are required to comply with the President’s Executive Order Number 11246 and the provisions of executive order number 10925 as included therein. The requirements for Bidders and Contractors under this order are explained in the specifications.

Bidders must comply with the minimum rates for wages for laborers and mechanics as determined by the Secretary of Labor in accordance with the provisions of the Davis-Bacon Act.

All prospective Bidders are encouraged to attend a Pre-Bid Conference to be held at 1:30 P.M. on June 2, 2016 at the Upshur County Regional Airport, Buckhannon, West Virginia for the purpose of discussing the project and touring the site. Bidders are advised that the project tour will begin at the airport and proceed to the obstruction removal site. Bidders are also advised that access to the site will include foot travel over moderate to steep terrain and Bidders should dress accordingly.

The Authority has established a Disadvantaged Business Enterprise (DBE) Program in accordance with the requirements of the U.S. Department of Transportation (DOT). As a recipient of funding from the DOT, the Authority signed an assurance to comply with the provisions of 49 CFR Part 26, “Participation by Disadvantaged Business Enterprise in DOT Programs.”

This project, due to the amount of federal participation, requires the Contractor to meet a goal for Disadvantaged Business Enterprise participation of 3.25 percent (3.25{4ceb532c6f579389df471c6c1e832caf2346b74dc60fcbf6aabd4d29df3baf9c}). The Contractor will be required to justify the amount of DBE participation which will be utilized or that there was a good faith effort made to allow for DBE participation. It is the policy of the Authority that DBE’s, as defined in 49 CFR Part 26, shall have the maximum opportunity to participate in the performance of contracts assisted in whole or part by funds granted by the DOT.

The Owner’s award of this contract is conditioned upon Bidder or Offeror satisfying the good faith effort requirements of 49 CFR Section 26.53.

As a condition of bid responsiveness, the Bidder or Offeror must submit the following information with their 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) If Bidder or Offeror cannot meet the advertised project DBE goal; evidence good faith efforts undertaken by the Bidder or Offeror as described in appendix A to 49 CFR Part 26.

The successful Bidder or Offeror must provide written confirmation of participation from each of the DBE firms the Bidder or Offeror lists in their commitment. This Bidder or Offeror must submit the DBE’s written confirmation of participation within 5 days of receiving the Owner’s notice of award.

The Authority’s policies prohibit discrimination against any person because of race, color, sex, handicap, age, religion or national origin, in the award or performance of any contract subject to the requirements of 49 CFR Part 26. The Authority will require its employees, agents and Contractors to adhere to the provisions of this program.

The Authority is an equal opportunity employer and will require the Contractors to adhere to the provisions of this program.

The Buckhannon Upshur Airport Authority reserves the right to reject any and all bids.

BUCKHANNON UPSHUR AIRPORT AUTHORITY

BY: William Thomas, President

Chapman Technical Group
P. O. Box 229
Buckhannon, West Virginia 26201
5/18, 5/25