Raton Sealed Solicitation

Title: Raton Municipal Airport Taxiway A Rehabilitation

Deadline: 7/20/2017 2:00 PM   (UTC-07:00) Mountain Time (US & Canada)

Status: Awarded

Description: Sealed bids on forms prepared by the Engineer will be received by: City of Raton, 224 Savage Avenue, P.O. Box 910, Raton NM 87740 for: Raton Municipal Airport Taxiway A Rehabilitation, AIP 3-35-0033-17-2017; NMAD Grant RTN-17-02 in accordance with the Drawings, Specifications, and other Contract Documents prepared by Molzen Corbin, 2701 Miles Rd., Albuquerque, New Mexico, Phone (505) 242-5700. BIDS WILL BE PUBLICLY OPENED AND READ AT 2:00 p.m. (Mountain time), July 20, 2017 at the Raton City Hall Commission Chambers. OBTAINING CONTRACT DOCUMENTS: Drawings, Specifications, and other Contract Documents may be obtained upon application at the office of Molzen Corbin & Associates, 2701 Miles Rd., Albuquerque New Mexico, upon payment of $100 as a deposit for the Contract Documents. All checks shall be made payable to the OWNER, as follows: City of Raton. Cash will not be accepted. The deposit is fully refundable to any PLANHOLDER who returns the CONTRACT DOCUMENTS in good condition within 10 calendar days of the Bid Opening. The Bidder's attention is called to the "Special Notice to Contractors (Wage, Labor, EEO, and Safety Requirements)" bound with the Special Provisions of the Contract Documents. U.S. DEPARTMENT OF TRANSPORTATION POLICY - It is the policy of the Department of Transportation (DOT) that disadvantaged business enterprises as defined in 49 CFR Part 23 shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds. The contract is subject to the Buy American provision under Section 9129 of the Aviation Safety and Capacity Expansion Act of 1990. Details of such requirements are contained in the Special Provisions. All bidders 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 6.48 percent of the dollar value of the prime contract to small business concerns owned and controlled by socially and economically disadvantaged individuals (DBE). In the event that the bidder for this solicitation qualifies as a DBE, the contract goal shall be deemed to have been met. Individuals who are reputably 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 this contract. The information will include the name and address for each DBE, a description of the work to be performed by each named firm, and the dollar value of the contract (subcontract). If the bidder fails to achieve the contract goal as stated herein, it will be required to provide documentation demonstrating that it made good faith efforts in attempting to do so. A bid that fails to meet these requirements will be considered non-responsive. SPECIAL NOTICE REGARDING EEO - The contract is under and subject to Executive Order 11246 of September 24, 1965, and to the Equal Opportunity Clause. The Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth in the Special Provisions. The Bidder must supply all the information required by the bid form. The successful bidder will be required to submit a Certification of Non-segregated Facilities prior to award of the contract , and to notify prospective subcontractors of the requirement for such a Certification where the amount of the subcontract exceeds $10,000. Samples of the Certification and Notice to Subcontractors appear in the specifications. Women will be afforded equal opportunity in all areas of employment. However, the employment of women shall not diminish the standards or requirements for the employment of minorities. For contracts of $50,000 or more, a contractor having 50 or more employees, and his subcontractors having 50 or more employees and who may be awarded a subcontract of $50,000 or more, will be required to maintain an affirmative action program within 120 days of the commencement of the contract. PRE-WARD EQUAL OPPORTUNITY COMPLIANCE REVIEWS - Where the bid of the apparent low responsible bidder is in the amount of $1 million or more, the bidder and his known all-tier subcontractors which will be awarded subcontracts of $1 million or more will be subject to full on-site, pre-award equal opportunity compliance reviews before the award of the contract for the purpose of determining whether the bidder and his subcontractors are able to comply with the provisions of the equal opportunity clause. COMPLIANCE REPORTS - 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 of "employer" in Paragraphs 2e(3) of the instructions included in Standard Form 100. The Contractor shall require the subcontractor on all-tier subcontracts, 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.


Addition 1

Posted: 7/12/2017

Type of Addition: Addendum No. 1

Overview: To: All Planholders RE: Raton Municipal/Crews Field Airport Taxiway A Reconstruction A.I.P. 3-35-0033-17-2017; NMDOT AD RTN-13-01 The following Addendum shall be incorporated into the Contract Documents for the above referenced project. A. CLARIFICATIONS 1. The Geotechnical Investigation Report is attached hereto and made part of this Addendum. All other provisions of the Contract Documents shall remain unchanged. This Addendum is herby made a part of the Contract Documents to the same extent as those contained in the original documents and all itemized listings thereof. Each Bidder shall acknowledge receipt of this Addendum on the Bid Proposal form in the space provided.

Documents:

Addition 2

Posted: 9/5/2017

Type of Addition: Award Information

Overview: One (1) bid submitted and awarded to Northern Mountain Constructors, Inc. Amount includes NMGRT at 6.0833%

Amount: $722,501.53

Posted: 7/12/2017

Type of Addition: Addendum No. 1

Overview: To: All Planholders RE: Raton Municipal/Crews Field Airport Taxiway A Reconstruction A.I.P. 3-35-0033-17-2017; NMDOT AD RTN-13-01 The following Addendum shall be incorporated into the Contract Documents for the above referenced project. A. CLARIFICATIONS 1. The Geotechnical Investigation Report is attached hereto and made part of this Addendum. All other provisions of the Contract Documents shall remain unchanged. This Addendum is herby made a part of the Contract Documents to the same extent as those contained in the original documents and all itemized listings thereof. Each Bidder shall acknowledge receipt of this Addendum on the Bid Proposal form in the space provided.

Documents:

Posted: 9/5/2017

Type of Addition: Award Information

Overview: One (1) bid submitted and awarded to Northern Mountain Constructors, Inc. Amount includes NMGRT at 6.0833%

Amount: $722,501.53