Cabell

Legal Notices

NOTICE TO BIDDERS TRI-STATE AIRPORT AUTHORITY 1) PROJECT NAME: Bid Package No. 1 Hangar 13 Envelope Renovations (Marshall University) 2) BID DATE: Thursday June 17, 2021 BID OPENING TIME: 1:00 P.M. Local Time The Tri-State Airport Authority (Owner) will receive sealed bids at Tri-State Airport, 1449 Airport Road, Huntington, West Virginia 25704-9043, until 1:00 p.m. local time, on the bid date at which time all bids will be publicly opened and read aloud. The bid opening will be held in the Private Aircraft Terminal Conference Room. Bids received after the bid opening time will not be accepted. Project work includes: Bid Package No. 1 – Hangar 13 Envelope Renovations (Marshall University) Renovations to existing Hangar 13 include replacement of the metal hangar roof, repair and rehabilitation of the metal siding, utility improvements and expansion, and various internal architectural upgrades. The existing hangar is approximately 14,520 SF. 3) PLAN and CONTRACT DOCUMENT AVAILABILITY: Project Documents will be available via electronic download. Email document requests to Michael Kramer – Michael.Kramer@kimley- horn.com – RE: Bid Package No.1 Hangar 13 Envelope Renovations. Contractor request must include; Company Name, Contact Name, email address, company address, and phone numbers. Bid documents may be examined at Kimley-Horn’s Denver office (303) 228-2300 or the Administrative office of Tri-State Airport (304) 453-6165. Project Documents will be available Wednesday May 26, 2021. 4) PRE-BID CONFERENCE (Voluntary): Prime contractors and major sub-contractors are strongly urged to attend. The Pre-Bid conference will be held Thursday, June 3, 2021 at 1:00 p.m. local time at the Tri-State Airport Conference Room located in the Private Aircraft Terminal, 1449 Airport Road, Huntington, West Virginia 25704-9043. Immediately following the meeting, a tour of the project site will be conducted, weather permitting. 5) CONTRACTOR QUALIFICATIONS: All bidders shall submit evidence of competency and evidence of financial responsibility with their bid. Subcontractor experience documentation is also required to be submitted with the bid documents. Failure to provide this documentation may be grounds for determining the bid non-responsive. 6) AIRPORT AND STATE REQUIREMENTS: All bidders are responsible for compliance with Airport and State requirements for preparation and submission of the proposal. The successful bidder shall be responsible for compliance with Requirements in the Contract Agreement. 7) LICENSING: Each bid must be by a contractor properly licensed under “West Virginia Contractor Licensing Act”. The bidders shall certify, by submission of a proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in this transaction by any Federal department or agency or the State of West Virginia. 8) BID GUARANTY AND CONTRACT BONDS: A bid guaranty made payable to the Tri-State Airport Authority in the form of either a certified or cashier’s check or in the form of a bid bond for no less than 5% of the total bid is required with each bid. The successful bidder shall execute a Performance Bond and a Payment Bond, each in the amount of 100% of the Contract Price. 9) AWARD: No Bidder may withdraw an opened bid for a period of 90 days following the bid opening without Tri-State Airport Authority’s consent. Award for the project will be made to the lowest responsible qualified Bidder, if awarded. The Owner reserves the right to reject any or all bids and to waive any informalities, technicalities or omissions therein. See Instructions to Bidders for further reservations or rights. End of Notice LH-110786 5/21; 5/28/2021