News-Herald, NOTICE TO CONTRACTORS The Lake County Ohio Port and Economic Development Authority will receive proposals for Improvements to Lost Nation Airport, Willoughby, Ohio. Proposals will be received by the Lake County Ohio Port and Economic Development Authority until 1:00 p.m. prevailing time on June 24, 2015, and will be opened and read publicly at their offices at One Victoria Place, Suite 265A, Painesville, Ohio 44077. Bids may be mailed to the Lake County Ohio Port and Economic Development Authority at One Victoria Place, Suite 265A, Painesville, Ohio 44077 between the hours of 9:00 a.m. and 4:00 p.m. Monday through Friday. The work generally consists of Crack Sealing, Crack Repair & Marking of Runway 5/23: BASE BID – Crack seal entire runway; partial depth asphalt pavement replacement (crack repair) on northeasterly 3,500’ x 100’ of runway; re-mark entire runway. ADD ALTERNATE 1 – Partial depth asphalt pavement replacement (crack repair) on 800’ x 100’ runway intersection area. ADD ALTERNATE 2 - Partial depth asphalt pavement replacement (crack repair) on southwesterly 1,050’ x 100’ of runway. The Drawings, Specifications and other Contract Documents may be examined at the following locations: 1. Office of Lake County Ohio Port and Economic Development Authority, One Victoria Place, Suite 265A, Painesville, Ohio 44077 2. F.W. Dodge Plan Room, 1175 Dublin Rd., Columbus, OH 43251-1073 3. GA Consultants, LTD., 2340 Detroit Ave., 2nd Floor, Maumee, Ohio 43537 4. Lake County Administration Offices, 4th Floor, Commissioners Office, 105 Main Street, Painesville, OH 44077 Copies of the Contract Drawings, Specifications and proposal forms may be obtained at the office of the Engineer, GA Consultants, LTD., 2340 Detroit Ave., 2nd Floor, Maumee, Ohio 43537, (419)887-1720, or donyager@gaconsultants.org, upon payment of $100.00 for each set requested. No fees will be refunded. Checks should be made payable to GA CONSULTANTS, LTD. Bids shall be on the prescribed form furnished with the Specifications and shall be in accordance with the Instructions to Bidders. The Lake County Ohio Port and Economic Development Authority reserves the right to waive any informalities in or reject any or all bids. Proposals shall be considered irregular if the proposal is on a form not furnished by the Owner. Proposals submitted on forms downloaded from the internet or copied from a set on display will not be accepted. Each bidder must submit with his proposal a bid security in the form of a bond in an amount equal to not less than 100% of the bid, or a certified check in an amount equal to not less than 10% of the bid. Said security shall be in the form and subject to the conditions given in the Instruction to Bidders. No bidder may withdraw his bid within ninety (90) days after the actual date of the opening. The successful bidder will be required to start work within five (5) calendar days after Notice to Proceed and to complete the work within seven (7) consecutive calendar days for BASE BID, one (1) calendar day for ADD ALTERNATE 1, and two (2) consecutive calendar days for ADD ALTERNATE 2, with liquidated damages of $700.00 per calendar day for failure to complete the work on time, applicable to each area. The successful bidder will be required to pay his employees at wage rates not less than the prevailing rate of wages contained in the wage determination decisions of the United States Secretary of Labor for BASE BID; and of the United States Secretary of Labor or Chapter 4115 of the Ohio Revised Code for ADD ALTERNATE 1 and ADD ALTERNATE 2 as applicable. The following requirements apply to this project: a. Buy American Preference (Reference: 49 USC §50101) b. Foreign Trade Restriction (Reference: 49CFR part 30) c. Davis Bacon (Reference: 2 CFR §200 Appendix II (D)) d. Affirmative Action (Reference: 41CFR part 60-4, Executive Order 11246) e. Governmentwide Debarment and Suspension (Reference: 2 CFR part 180 (Subpart C), 2 CFR part 1200, DOT Order 4200.5 DOT Suspension & Disbarment Procedures & Ineligibility) f. Governmentwide Requirements for Drug-free Workplace The work covered herein for BASE BID is to be accomplished with the aid of Federal funds from the Department of Transportation, Federal Aviation Administration. The work covered herein for ADD ALTERNATE 1 and ADD ALTERNATE 2 is to be accomplished with the aid of Federal funds from the Department of Transportation, Federal Aviation Administration and/or the Ohio Department of Transportation (ODOT) Office of Aviation funds. All contracts, award of contract, work accomplished thereunder, etc., will be subject to the review and approval of the Federal Aviation Administration and/or ODOT as applicable. The Bidder (Proposer) must supply all the information required by the bid or proposal form. The Bidder shall make good faith efforts, as defined in Appendix A of 49 CFR Part 23, Regulations of the Office of the Secretary of Transportation, to subcontract 14.8% percent of the dollar value of the prime contract to small business concerns owned and controlled by socially and economically disadvantaged individuals (DBE). Individuals who are rebuttably presumed to be socially and economically disadvantaged include women, Blacks, Hispanics, Native Americans, Asian-Pacific Americans, and Asian-Indian Americans. The apparent successful bidder will be required to submit information concerning the DBE’s that will participate in the contract. The information will include the name and address of each DBE, a description of the work to be performed by each named firm, and the dollar value of the contract. If the bidder fails to achieve the contract goal stated herein, it will be required to provide documentation demonstrating that it made good faith efforts in attempting to do so. In the event that the apparent successful bidder for this solicitation qualifies as a DBE, the contract goal shall be deemed to have been met. A bid that fails to meet these requirements will be considered nonresponsive. Within 30 days after award of this contract, the contractor shall file a compliance report (Standard Form 100) if: a. The contractor has not submitted a complete compliance report within 12 months preceding the date of award; and b. The contractor is within the definition “employer” in Paragraph 2c(3) of the instructions included in Standard Form 100. The contractor shall require the subcontractor on any first-tier subcontract, irrespective of dollar amount, to file Standard Form 100 within 30 days after award of the subcontract if the above two conditions apply. Standard Form 100 will be furnished upon request. The Lake County Ohio Port and Economic Development Authority reserves the right to reject any or all bids. Lake County Ohio Port and Economic Development Authority Mark Rantala, Executive Director • BID OPENING: June 24, 2015 at 12:00 p.m. 619159/June 3, 10 and 17, 2015
↧