May 23
Bids in
14 days

1700C193 Picayune Municipal Airport Runway Rehabilitation #15651

Picayune, MS (G-NR-E)

Status

Accepting Bids

Prebid Date5/16/24 10:00am

Bid Date5/23/24 2:00pm

Company & Contacts

Dungan Engineering
Jason Ulmer, P.E.  

Sealed bids subject to the conditions and provisions presented herein will be received
until 2:00 PM on Thursday, May 23, 2024, and then publicly opened and read at City Hall of Picayune, 203 Goodyear Boulevard, Picayune, MS 39466, for furnishing all labor, materials and equipment and performing all work necessary to complete: PICAYUNE MUNICIPAL AIRPORT FY 2024 AIP PROJECT NO. 3-28-0060-025-2024 RUNWAY REHABILITATION. Bidders who wish to submit bids electronically in lieu of a sealed bid may submit their bid through www.dunganeng.com. No oral, telegraphic, telephonic, or e-mail proposals will be considered.

Copies of the Contract Documents are available for viewing and obtaining at www.dunganeng.com. Documents are nonrefundable and must be purchased through the website to be on the official plan holders list. For questions regarding website accessibility or obtaining bid documents, please contact Plan House at 662-407-0193.

A Non-Mandatory Pre-Bid Conference will be held on Thursday, May 16, 2024, at 10:00 AM local time at the office of Dungan Engineering, P.A., 925 Goodyear Blvd., Picayune, Mississippi, 39466. All interested parties are urged to attend this conference.

Contract Work Items: This project will involve the following work items and estimated quantities. Prospective bidders are hereby advised that the quantities indicated herein are approximate and are subject to change.

Contract Time
The owner has established a contract performance time of 90 consecutive calendar days from the date of the Notice-to-Proceed. All project work shall be substantially completed within the stated timeframe. This project is subject to liquidated damages as prescribed within the project manual.

Bid Security
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 City of Picayune.

Bonding Requirements
The successful bidder will be required to furnish separate performance and payment bonds each in the amount equal to 100% of the contract price at the time of contract execution.

Award of Contract
All proposals submitted in accordance with the instructions presented herein will be subject to evaluation. Bids may be held by the City of Picayune for a period not to exceed 90 days from the date of the bid opening for the purpose of conducting the bid evaluation.

Award of contract will be based on the lowest aggregate sum proposal submitted from those bidders that are confirmed as being responsive and responsible. The right is reserved, as the Picayune Memorial Airport Authority may require, to reject any and all bids and to waive any informality in the bids received.

Award of contract is contingent upon the owner receiving Federal funding assistance under the Airport Improvement Program.

Federal Provisions
This project is subject to the following Federal provisions, statutes and regulations;
Equal Employment Opportunity - Executive Order 11246 and 41 CFR Part 60: The Bidder’s attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth within the supplementary provisions. The successful Bidder shall not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, or national origin.

Goals for Minority and Female Participation – Executive Order 11246 and 41 CFR Part 60:
1. The Bidder’s attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth within the supplementary provisions.

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:

Timetables:
Goals for minority participation for each trade: 6.61%

Goals for female participation in each trade: 0%

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 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.

Certification of Nonsegregated Facilities – 41 CFR Part 60: A certification of Nonsegregated Facilities must be submitted prior to the award of a federally-assisted construction contract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity Clause.

Contractors receiving federally assisted construction contract awards exceeding $10,000, which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide for the forwarding of the notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause. The penalty for making false statements in offers in prescribed in 18 U.S.C. 1001.

Disadvantaged Business Enterprise – 49 CFR Part 26: The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of this DOT-assisted contracts. In accordance with 49 CFR Part 26.45, the sponsor has established a contract goal of 6.61 % percent participation for small business concerns owned and controlled by certified socially and economically disadvantaged enterprise (DBE). The bidder shall make and document good faith efforts, as defined in Appendix A of 49 CFR Part 26, to meet this established goal.

Davis-Bacon Act, as amended – 29 CFR Part 5: The Contractor is required to comply with wage and labor provisions and to pay minimum wages in accordance with the current schedule of wage rates established by the United States Department of Labor.

Debarment, Suspension, Ineligibility and Voluntary Exclusion – 49 CFR Part 29: The bidder certifies, by submission of a proposal or acceptance of a contract, that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. Individuals or companies listed in the General Services Administration’s “Excluded Parties Listing System” will not be considered for award of contract.

Foreign Trade Restriction – 49 CFR Part 30

The Bidder and Bidder’s subcontractors, by submission of an offer and/or execution of a contract, is required to certify that it:
a. is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms published by the Office of the United States Trade Representative (USTR);

b. has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country on said list, or is owned or controlled directly or indirectly by one or more citizens or nationals of a foreign country on said list;

c. has not procured any product nor subcontracted for the supply of any product for use on the project that is produced in a foreign country on said list.

Buy American Certificate – Aviation Safety and Capacity Act of 1990:
This contract is subject to the “Buy American Preferences” of the Aviation Safety and Capacity Act of 1990. Prospective Bidders are required to certify that steel and manufactured products have been produced in the United States and to clearly identify those items produced or manufactured outside of the United States.

Additional Provisions
Modification to the project documents may only be made by written addendum by the Owner or Owner’s authorized Representative.

The proposal must by made on the forms provided within the project manual. Bidders must supply all required information prior to the time of bid opening.

Submittal of Proposals
Additional information and instructions for submittal of a proposal are provided within the Instructions-to-Bidders. Envelopes containing bids must be sealed and addressed to:

City of Picayune – Picayune Municipal Airport
203 Goodyear Boulevard
Picayune, MS 39466
Attention: Wayne Wilson, Airport Manager 601-798-9770

The upper left-hand corner of the sealed envelope must identify the following information:
SEALED BID PROPOSAL
Bid of NAME, ADDRESSS, CERTIFICATE OF RESPONSIBITY NUMBER (COR), for construction improvements in connection with Picayune Municipal Airport, FY2024 AIP Project No. 3-28-0060-025-2024, Runway Rehabilitation.

Advertise:
April 24, 2024
May 1, 2024