Legals for March 16

 

Last updated 3/16/2022 at 12:13pm



CALL FOR BIDS

Town of Coulee Dam

Park Maintenance

Landscape Services

The Town of Coulee Dam will receive sealed bids for Coulee Dam Park Maintenance Landscape Services. Bid Package and Specifications may be obtained by contacting Town Hall at 509-633-0320 or cdclerk@couleedam.org. Sealed Bids should be mailed to the Town of Coulee Dam, 300 Lincoln Ave, Coulee Dam, WA 99116, or hand delivered to the Clerk’s Office, by 11:00 a.m. on March 30, 2022. The Town of Coulee Dam reserves the right to reject any and all bids.

(Publish March 16 & 23, 2022)

NOTICE INVITING BIDS

OWNER: Grant County Port District #7

P.O. Box 616

Grand Coulee, Washington 99133

Separate sealed BIDS for the construction of:

Install Automated Weather Observation System III P/T (Re-bid)

Grand Coulee Dam Airport, Electric City, Washington

FAA/AIP 3-53-0025-011-2021

will be received at the Office of the Airport Manager, Grand Coulee Dam Airport, Ludolph Road, Electric City, Washington 99123 until 2:30 p.m., Thursday, March 24, 2022 and then at said location and time, publicly opened and read aloud. Bids submitted by mail should be sent to: Grant County Port District #7, P.O. Box 616, Grand Coulee, Washington 99133. It shall be the duty of each Bidder to submit his/her bid on or before the hour and date specified. Any bids received after the time for opening will not be considered.

Work associated with proposed improvements is generally described as follows:

Schedule A: Install Automated Weather Observation System

Schedule B: Antenna Relocation (Alternate Bid)

Work generally consists of furnishing and installing an FAA-certified Automated Weather Observing System (AWOS) III P/T with a VHF or UHF radio transmission by omnidirectional antenna as directed by the FCC, with additional antennas for wireless communication between the AWOS and CDP, and telephone dial-up voice and remote maintenance monitoring. The system is to meet Weather Message Switching Center Replacement (WMSCR) system requirements for dissemination of current aviation-meteorological data. The AWOS shall be installed by the manufacturer or manufacturer-approved contractor. Work includes extension of power to the site, FCC license applications, and approval for ground-to-air VHF transmitter.

All questions should be directed to the Engineer, Trey Dail (208) 762-3644 or adail@to-engineers.com.

Interested bidders may view and obtain bid documents at http://www.to-engineersplanroom.com. Electronic documents in PDF format may be downloaded at no cost. Bid documents may be ordered in hard copy format for purchase at cost (nonrefundable). Bidders must register at http://www.to-engineersplanroom.com to be placed on the planholders list.

A Prebid Conference will not be held.

A Bid Guaranty, payable in cash, by cashiers check, certified check or bid bond, of 5 percent of the BID AMOUNT is required. Separate Performance and Payment Bonds each in the amount of 100 percent of the CONTRACT AMOUNT will be required. Each bidder must supply all the information required by the Bid Documents and Specifications.

The Grant County Port District, 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.

Prospective Contractors are notified that the work under this Contract is funded in part by a grant from the Federal Aviation Administration and as such this solicitation and any resulting contract are subject to the requirements of the Buy America Preference; Civil Rights – Title VI Assurance; Davis Bacon; Debarment and Suspension; Disadvantage Business Enterprise; Foreign Trade Restriction; Lobby Federal Employee; and Recovered Materials contract provisions.

The following Disadvantaged Business Enterprise (DBE) goal is established for this contract:

DBE: 0.4%

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

As a condition of bid responsiveness, the Bidder or Offeror must submit the following information with its 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; and

5) If Bidder or Offeror cannot meet the advertised project DBE goal, evidence of good faith efforts undertaken by the Bidder or Offeror as described in appendix A to 49 CFR part 26.

By submitting a bid/proposal under this solicitation, the bidder or offeror certifies that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction.

This project is a public improvement subject to the prevailing wage requirements of the State of Washington Prevailing Wages, affidavit of wages paid, and retainage requirements.

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:

Goals for minority participation for each trade 2.8%

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 the State of Washington, Grant County, and Electric City.

All prospective bidders are directed to the Instructions for Bidders for discussion of Bid policies, procedures, and requirements. The Owner reserves the right to reject any and all Bids, to waive any and all informalities, and to negotiate contract terms with the successful Bidder, and the right to disregard all non-conforming, non-responsive, or conditional Bids.

By: Grant County Port District #7

NOTICE DATES:

March 9 & 16, 2022

Published Online at: https://www.to-engineersplanroom.com/

(Publish March 9 & 16)

 

Reader Comments(0)

 
 

Powered by ROAR Online Publication Software from Lions Light Corporation
© Copyright 2024

Rendered 04/08/2024 19:13