Contact Us

|
   Call A Sales Rep Today!
888-814-0513
official.bids@construction.com

Proposal & Bid Notice Details:


BURBANK-GLENDALE-PASADENA AIRPORT AUTHORITY

BURBANK-GLENDALE-PASADENA AIRPORT AUTHORITY-NIB-FOR,E17-08 TAXIWAY C AND D WEST END GEN AVIATION RAMP REHAB PROJECT


Project Specs:

Notice ID #: 3778

Bid Date: 04/30/2018

Type Of Notice: Invitation to Bid
Location: CA: Burbank

BDOQ: DVBE, DBE

Contact: See Notice Summary for details on how to respond to this notice.


Notice Summary:

BURBANK-GLENDALE-PASADENA AIRPORT AUTHORITY

NOTICE INVITING BIDS FOR

E17-08 TAXIWAY C AND D WEST END AND GENERAL AVIATION RAMP REHABILITATION [“Project”]

 

NOTICE IS HEREBY GIVEN that the Burbank-Glendale-Pasadena Airport Authority (“Authority”) invites bids for the Project. The Authority will receive such bids via its e-procurement site, PlanetBids, up to 4:00 p.m. on April 30, 2018. Bid prices shall be made publicly available through PlanetBids.

 

All bids must be made on the form(s) furnished by the Authority and on the Line Item tab as indicated in PlanetBids. Bids must remain valid and shall not be subject to withdrawal for 90 days after the bid opening date.

 

INCORPORATION OF STANDARD SPECIFICATIONS. The 2015 edition of “Standard

Specifications for Public Works Construction” (“Standard Specifications”) is incorporated into the Contract Documents by reference, as amended by the Contract Documents.

 

FEDERAL AIRPORT CONSTRUCTION STANDARDS. The Project is funded with federal grant monies through the Airport Improvement Program (“AIP”) or with revenue from the Passenger Facility Charge (“PFC”) Program, or with monies and revenue from both the AIP and PFC Program. Therefore, the Project and the Contractor shall comply with all applicable standards contained in Advisory Circular No. 150/5370-10G issued and amended by the Federal Aviation Administration (FAA), as set forth in the Special Federal Provisions.

 

SCOPE OF WORK. The Project includes furnishing all necessary labor, materials, equipment and other incidental and appurtenant work necessary to rehabilitate portions of Taxiways C and D West End and Shoulders and the General Aviation Ramp area as more specifically described in the Contract Documents. The work will be performed in strict conformance with the Contract Documents, permits from regulatory agencies with jurisdiction, and applicable laws. The quantities of work to be performed and materials to be furnished that are specified in the bid form are approximations only, such amounts being given as a basis for the comparison of bids. Actual quantities of work to be performed and materials to be furnished may vary at the discretion of the Authority.

 

DISADVANTAGED BUSINESS ENTERPRISE CONTRACT GOAL. In accordance with 49 CFR

Part 26, and the FAA’s Required Contract Provisions for Airport Improvement Program and for Obligated Sponsors (revised January 29, 2016), the Authority has established a Disadvantaged Business Enterprise (DBE) participation goal of 24.86% for this contract. The Authority’s award of this contract is conditioned upon the bidder meeting the DBE goal or demonstrating that it has made Good Faith Efforts to meet the established DBE goal. Good Faith Efforts will be evaluated by the Authority in accordance with the requirements of 49 CFR § 26.53 and Appendix A. Prime bidders who do not meet the DBE goal or make Good Faith Efforts to meet the goal will be deemed nonresponsive.

 

OBTAINING BID DOCUMENTS. Plans and Specifications can be obtained from PlanetBids through the following link http://planetbids.com/portal/portal.cfm?CompanyID=21910. All bidders shall register for the Project through PlanetBids directly or the bid may be rejected as non-responsive.

 

MANDATORY PRE-BID MEETING AND SITE VISIT. A mandatory pre-bid meeting will be held on April 12, 2018 at 10:00 a.m. in the Glendale Room at the Airport, followed by a project site visit. DBE

contractors, vendors, suppliers are encouraged to attend this meeting as it represents an opportunity to meet prospective “prime” bidders. Failure of a bidder to attend will render that bidder’s bid nonresponsive. No allowances for cost adjustments will be made if a bidder fails to adequately examine the project site before submitting a bid.

 

PARKING. Free parking will be provided in the Airport’s Covered Parking Lot G for attendance at the pre-bid meeting. This parking lot is within walking distance of the terminal and its location is shown on the attached map. Parking in any other Airport parking lot will not be reimbursed and will be subject to the posted rate for that lot.

 

PREVAILING WAGES. In accordance with the Prevailing Wage Law (Labor Code Section 1720 et seq.), the Project is a “public works project.” The selected bidder (“Contractor”) and any subcontractors shall pay wages in accordance with the determination of the Director of the California Department of Industrial Relations (“DIR”) regarding the prevailing rate of per diem wages. Copies of those rates are on file with the Engineering Department, and are available to any interested party upon request. The Contractor shall post a copy of the DIR’s determination of the prevailing rate of per diem wages at each job site. The Project is subject to compliance monitoring and enforcement by the DIR.

 

BID SECURITY. Each bid must be accompanied by a cash deposit, cashier’s check, certified check or bidder’s bond issued by a surety insurer, each of which must be made payable to the Authority and in an amount not less than 5% of the total bid submitted. Personal or company checks are not acceptable. Failure to enter into a valid contract with the Authority within 15 days after the date of delivery of the Contract Documents to the Contractor, including failure to submit all required bonds and insurance coverages, shall subject the bid security to forfeiture to the extent provided by law. The bid security must be physically delivered to the Authority by the bid deadline or the bid will be deemed nonresponsive.

 

BONDS. Upon contract award, the Contractor shall provide faithful performance and payment bonds, each in a sum equal to the contract price. Before acceptance of the Project, the Contractor shall submit proof from the surety that the performance bond has been extended for one year from the project acceptance date. All bonds must be issued by a California admitted surety insurer having a rating of not less than A-X in A.M. Best’s Insurance Guide and must be on the forms set forth in the Contract Documents, unless otherwise acceptable to the Authority.

 

REGISTRATION WITH THE DEPARTMENT OF INDUSTRIAL RELATIONS. In accordance

with Labor Code Sections 1725.5 and 1771.1, no contractor or subcontractor shall be qualified to bid on, be listed in a bid proposal, subject to the requirements of Public Contract Code Section 4104, or engage in the performance of any contract for public work, unless currently registered and qualified to perform public work pursuant to Section 1725.5 [with limited exceptions for bid purposes only under Labor Code Section 1771.1(a)].

 

CSLB LICENSE. At the time of contract award, the Contractor shall possess a valid Class A contractor’s license issued by the California State Contractors License Board (“CSLB”).

 

RETENTION SUBSTITUTION. Five (5%) percent of any progress payment will be withheld as retention. In accordance with Public Contract Code Section 22300, and at the request and expense of the Contractor, securities equivalent to the amount withheld may be deposited with the Authority or with a state or federally chartered bank as escrow agent, which shall then pay such moneys to the Contractor. Upon satisfactory completion of the Project, the securities shall be returned to the Contractor. Alternatively, the Contractor may request that the Authority make payments of earned retentions directly to an escrow agent at the Contractor’s expense. No such substitutions shall be accepted until all related documents are approved by Authority counsel.

 

TRADE NAMES OR EQUALS. Requests to substitute an equivalent item for a brand or trade name item must be made by written request submitted no later than 10 days after the contract award. Requests received after this time shall not be considered. Requests shall clearly describe the product for which approval is requested, including all data necessary to demonstrate acceptability.

 

LIQUIDATED DAMAGES. All work shall be completed within 120 calendar days following the date specified in the written Notice to Proceed from the Authority. There will be a $1,000 liquidated damages assessment for each calendar day that work remains incomplete beyond the project completion deadline specified in the Contract Documents.

 

BIDDING PROCESS. The Authority reserves the right to reject any or all bids, and to waive any irregularities or informalities in any bid or in the bidding, as deemed to be in its best interest.



----- Advertising -----



Click Here
click Here

----- Advertising -----
Click Here
Click Here

Want To Advertise On This Page? Contact Us