OMAHA AIRPORT AUTHORITY PUBLIC NOTICES 12/23/20
REQUESTS FOR BIDS /
INVITATION FOR BIDS
(Advertisement)
Airport Authority of the
City of Omaha, Nebraska
EPPLEY AIRFIELD TERMINAL DRIVE AND GARAGE RAMP
AIP Project No.:
FAA AIP 3-31-0062-071/073
Eppley Airfield, Omaha, Nebraska
Sealed bids will be received until 2:00 pm Central Time, January 21st, 2021, and then publicly opened and read at the Airport Authority Office, Second Level, Eppley Airfield Terminal Building, Omaha, Nebraska, for furnishing all labor, materials and equipment and performing all work necessary for construction of EPPLEY AIRFIELD TERMINAL DRIVE AND GARAGE RAMP, AIP 3- 31-0062-071/073.
Project Description: The anticipated work includes roadway pavement, storm sewer, grading, marking, bridge, landscaping, walls, area lighting and other miscellaneous work.
Copies of the bid documents including project drawings and technical specifications are on file and may be inspected at:
OMAHA AIRPORT AUTHORITY
4501 Abbott Drive, Suite 2300
Omaha, Nebraska 68110
OMAHA BUILDERS EXCHANGE
4159 S. 94th Street
Omaha, Nebraska 68127
LINCOLN BUILDERS BUREAU
5910 S. 58th St., Suite C
Lincoln, Nebraska 68516
An electronic set of bid documents may be obtained from the following website: https://www.questcdn.com/ -eBidDoc#7447420
A non-mandatory prebid conference for this project will be held virtually on January 7th, 2021 at 10:00 a.m. The prebid conference access information is given below. Additional Site inspections may be arranged and are encouraged between the dates of January 11th, 2021 to January 15th, 2021, but only by appointment before the visit. For more information or scheduling site inspection, contact Daniel B. Owens, Director of Planning and Engineering Services, Omaha Airport Authority at the phone number (402) 661-8000. WebEx information for the virtual prebid meeting is as follows:
Join by phone:
+1-408-418-9388 United States Toll
Meeting number
(access code): 146 645 3879
Meeting password: mJArPAaQ577
Join from a video system or application:
Dial 1466453879@meethdr.webex.com
You can also dial 173.243.2.68
and enter your meeting number
Join using Microsoft Lync or Microsoft Skype for Business:
Dial 1466453879.meethdr@Iync.webex.com
Prequalification of Bidders. Contractor must be listed as “Qualified to Submit Bids” in Work Classes (3) Concrete Pavement or (10) General on the Nebraska Department of Transportation (NDOT) qualification list prior to the bid date. As evidence of meeting these requirements, the Contractor shall submit, if requested, a copy of the letter from NDOT which states that he has been approved for the “Qualified To Submit Bids List” and which also lists the approved work categories and approved amount of work allowed to be under contract.
Each proposal must be accompanied by a bid guaranty in the amount of five (5) percent of the total amount of the bid. The bid guaranty may be by certified check or bid bond made payable to Omaha Airport Authority.
The successful bidder will be required to furnish SEPARATE Performance and Payment bonds— each equal to one hundred percent (100%) of the Contract.
Bids may be held by the Omaha Airport Authority until 120 days after the bid opening date for the purpose of evaluating bids prior to award of contract. In accordance with Department of Labor regulations, if the project is awarded within 90 days after the bid opening the wage rate determinations included in Section 200 shall be used. If the project is awarded between 91 and 120 days after the bid opening, any published revisions to the wage rate determinations shall be used. The Contractor will not be eligible for any additional payment should the wage rates be revised.
The successful bidder will have to work in the security controlled area of the Airport. Coordination with the Owner for access to the security-controlled area of the Airport is required. The Owner will provide an escort to the Contractor during the duration of Work within the security-controlled area.. An unlawful entry to parts of the airport is a criminal offense. Prospective bidders need to be aware of this requirement in bidding this project.
The right is reserved by the Omaha Airport Authority to delay or cancel the bid opening, to reject any and all bids, and to waive any informality in the bids received. Only prequalified bidder’s bids will be opened.
The successful bidder will be required to submit a Certification of Non-segregated Facilities and to notify perspective subcontractors of the requirements for such certification where the subcontract exceeds $10,000.
This project is subject to the requirements of the Davis-Bacon Act, as amended. The Contractor is required to comply with wage and labor provisions and to pay minimum wages in accordance with the schedule of wage rates established by the United States Department of Labor.
This project is subject to the requirements of 49 CFR Part 26 Disadvantaged Business Enterprise Participation. The owner has established a contract goal of 5.00 percent participation for small business concerns owned and controlled by qualified disadvantaged business enterprises (DBE). The bidder shall make and document good faith efforts, as defined in Appendix A of 49 CFR Part 26, to meet the established goal.
Award of contract is also subject to the following Federal provisions:
Buy American Preference
(Reference: 49 USC § 50101)
Civil Rights — Title VI Assurances
Foreign Trade Restriction
(Reference: 49 CFR part 30)
Davis Bacon
(Reference: 2 CFR § 200 Appendix II(D))
Affirmative Action
(Reference: 41 CFR part 60-4,
Executive Order 11246)
Government wide Debarment and
Suspension (Reference: 2 CFR part 180 (Subpart C), 2 CFR part 1200, DOT Order 4200.5 DOT Suspension & Debarment
Procedures & Ineligibility)
Government wide Requirements for Drug-free Workplace (DOT Regulation 49 CFR part 29)Lobbying and Influencing Federal Employees (31 USC § 1352)
Procurement of Recovered Materials (2 CFR § 200.322)
12/23, 12/28, 12/30
––––––––––––––––––––––––––––––––
Category:
Omaha Daily Record
The Daily Record
222 South 72nd Street, Suite 302
Omaha, Nebraska
68114
United States
Tele (402) 345-1303
Fax (402) 345-2351