Airport bids

Posted

Invitation to Bid
Airport Improvements
Powell Municipal Airport
Powell, Wyoming
Sealed Bids, entitled “Taxiway A to Runway 13 Project” addressed to the City of Powell, Wyoming, (hereafter referred to as the “Sponsor” or “Owner”) 270 N. Clark Street, Powell, Wyoming, 82435 will be received until 2:00 p.m. local time, Tuesday, June 30, 2020, at which time they will be publicly opened and read aloud.
No bids will be received after the above specified hour and date, and bids which are not prepared and filed in accordance with proposal requirements and conditions of the specifications may be rejected. The Owner further reserves the right to reject any and all bids and to waive irregularities.
The work is generally described as:
Pavement removal, grading, drainage, crushed base, bituminous plant mix paving, pavement marking, medium-intensity taxiway lighting, guidance sign installation, and reclamation.
Plans and specifications are available by download from the Engineer’s website, www.sagecivilengineering.com for a fee of $20.00. Contract documents are also available for inspection at Powell City Hall, and the office of Sage Civil Engineering, 2824 Big Horn Avenue, Cody, WY.
All bids must be accompanied by a Bid Bond in the amount equal to not less than five percent (5%) of the total bid amount for all schedules, payable to the order of the City of Powell, Wyoming as liquidated damages in the event said successful bidder shall fail or refuse to execute the contract in accordance with the terms of his bid. After a contract is awarded, the successful bidder will be required to furnish a separate Performance Bond and a Payment Bond, each in the amount of one hundred percent (100%) of the contract amount.
The City of Powell, Wyoming, 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.
Buy American preference requirements found in 49 USC § 50101 shall be met by first tier contractors, who are responsible for ensuring that lower tier contractors and subcontractors are in compliance.
The trade restriction clause referenced in 49 CFR Part 30 applies to this project and must be included in all contracts and subcontracts.
Bidders must certify at the time they submit their proposal that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction, and further agrees to comply with Title 2 CFR Part 1200 and Part 180, Subpart C by administering each lower tier subcontract that exceeds $25,000 as a “covered transaction.”
The Contractor will be required to comply with the wage and labor requirements and to pay minimum wages in accordance with the schedule of wage rates established by the United States Department of Labor as referenced in the Contract.
Bidders are required to submit a Certification of Non-Segregated Facilities prior to award of the proposed contract, including any subcontracts in excess of $10,000.
The proposed contract is under and subject to Executive Order 11246 of September 24, 1965 as amended, to the equal opportunity clause and the Standard Federal Equal Employment Opportunity Construction Contract Specifications including the goals and timetables for minority and female participation.
Bidders must supply all the information required by the bid documents and specifications.
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:
Timetable: Until further notice
Goals for minority participation for each trade 3.3%
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 State of Wyoming, County of Park, City of Powell.
A pre-bid conference will be held beginning at 10:00 a.m. local time on Thursday, June 18, beginning at the Powell Municipal Airport.
BY ORDER OF THE CITY OF POWELL, WYOMING
John F. Wetzel - Mayor

First Publ., Tues., June 9, 2020
Final Publ., Tues., June 23, 2020

Comments