City of Arlington
Taxiway A Improvements Project
139
Category
Closed
Description
TAXIWAY A IMPROVEMENTS PROJECT CITY PROJECT NO. AP24.1.1 The work to be performed under this contract includes asphalt pavement milling, asphalt pavement demolition, new asphalt overlay, new pavement section construction, taxiway edge lighting and signing demolition and installation, and application of new paint markings, topsoiling, and seeding. The City will not sell bid packages. Plans, specifications, bid documents, and addenda may be viewed and obtained online at http://www.bxwa.com. Click on “Posted Projects”, “Public Works”, “City of Arlington”. The Bidders List is maintained by the Builder’s Exchange of Washington, Inc. Bidders are encouraged to “Register as a Bidder”, in order to receive automatic email notifications of future addenda and to be placed on the “Bidders List”. Contact Builder’s Exchange of Washington at (425) 258-1303 if you require further assistance. Informational copies of any available plans and specifications are on file for inspection at Arlington Municipal Airport, 18204 59th Drive NE, Suite A, Arlington, WA 98223, (360) 403-3470. A non-mandatory pre-bid meeting will be held on Wednesday, April 24, 2024 at 10:00 AM at the airport. All interested bidders should plan on meeting at the airport office, 18204 59th Drive NE, Arlington, WA 98223. A site visit will follow. All bids must be submitted using the forms contained in the Bidding Documents and must be filed with the City of Arlington, Arlington Municipal Airport, 18204 59th Drive NE, Suite A, Arlington, WA 98223, by 1:00 PM on Wednesday, May 1, 2024, at which time and place bids will be opened, publicly read and tabulated. Faxed proposals will not be accepted. Bids must be in a sealed envelope clearly marked as a bid proposal for the TAXIWAY A IMPROVEMENTS PROJECT. Bids received later than 1:00 PM on Wednesday, May 1, 2024, will not be considered. Notice of Rejection of All Bids 5/2/2024. The City of Arlington reserves the right to reject any and all bids and to waive irregularities and informalities in the bidding process. No bidder may withdraw his/her bid for a period of one hundred twenty (120) days after the date and time set for the opening thereof. The City of Arlington also reserves the right to delete portions of the project or reject all of the bids subject to budgetary limitations. Each bid proposal shall be accompanied by a bid proposal deposit in cash, certified check, cashier’s check, or surety bond in an amount equal to at least 5% of the amount of such bid proposal, payable to the City of Arlington. Should the successful bidder fail to enter into such contract and furnish satisfactory performance bond within the time stated in the specifications, the bid proposal deposit shall be forfeited to the City of Arlington. This project is subject to the higher of Washington State Labor & Industry wage rates or Federal Davis-Bacon Prevailing Wage rates. Additional Davis-Bacon requirements are included in the Contract Documents.Bidders are subject to federal Debarment and Suspensions requirements as detailed in the Contract Documents.TITLE VI SOLICITATION NOTICE(49 USC § 47123, FAA Order 1400.11)The City of Arlington, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 USC §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders or offerors that it will affirmatively ensure that for any contract entered into pursuant to this advertisement, [select businesses, or disadvantaged business enterprises or airport concession disadvantaged business enterprises] will be afforded full and fair opportunity to submit bids in response to this invitation and no businesses will be discriminated against on the grounds of race, color, national origin (including limited English proficiency), creed, sex (including sexual orientation and gender identity), age, or disability in consideration for an award.NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY (41 CFR Part 60-4)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:TimetablesGoals for minority participation for each trade: 7.2% 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 nonfederally 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 Washington, Snohomish County, Arlington.DISADVANTAGED BUSINESS ENTERPRISE(49 CFR Part 26)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 responsiveness, the Bidder or Offeror must submit the following information with its proposal on the forms provided herein: The names and addresses of Disadvantaged Business Enterprise (DBE) firms that will participate in the contract; A description of the work that each DBE firm will perform; The dollar amount of the participation of each DBE firm listed under (1); 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 goalWritten confirmation from each listed DBE firm that it is participating in the contract in the kind and amount of work provided in the prime contractor's commitment; andIf 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. The documentation of good faith efforts must include copies of each DBE and non-DBE subcontractor quote submitted to the bidder when a non-DBE subcontractor was selected over a DBE for work on the contract.FEDERAL FAIR LABOR STANDARDS ACT(29 USC § 201, et seq, 2 CFR § 200.430) All contracts and subcontracts that result from this solicitation incorporate by reference the provisions of 29 CFR part 201, et seq, the Federal Fair Labor Standards Act (FLSA), with the same force and effect as if given in full text. The FLSA sets minimum wage, overtime pay, recordkeeping, and child labor standards for full and part-time workers.The Contractor has full responsibility to monitor compliance to the referenced statute or regulation. The Contractor must address any claims or disputes that arise from this requirement directly with the U.S. Department of Labor – Wage and Hour Division.TRADE RESTRICTION CERTIFICATION(49 USC § 50104, 49 CFR Part 30) By submission of an offer, the Offeror certifies that with respect to this solicitation and any resultant contract, the Offeror –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 as published by the Office of the United States Trade Representative (USTR);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 included on the list of countries that discriminate against U.S. firms as published by the USTR; and has not entered into any subcontract for any product to be used on the Federal project that is produced in a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR.This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18 USC § 1001.The Offeror/Contractor must provide immediate written notice to the Owner if the Offeror/Contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The Contractor must require subcontractors provide immediate written notice to the Contractor if at any time it learns that its certification was erroneous by reason of changed circumstances.Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR § 30.17, no contract shall be awarded to an Offeror or subcontractor: who is owned or controlled by one or more citizens or nationals of a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR; or whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such USTR list; or who incorporates in the public works project any product of a foreign country on such USTR list.Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.The Offeror agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in all lower tier subcontracts. The Contractor may rely on the certification of a prospective subcontractor that it is not a firm from a foreign country included on the list of countries that discriminate against U.S. firms as published by USTR, unless the Offeror has knowledge that the certification is erroneous.This certification is a material representation of fact upon which reliance was placed when making an award. If it is later determined that the Contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration (FAA) may direct through the Owner cancellation of the contract or subcontract for default at no cost to the Owner or the FAA.END OF CLAUSES Buy American Preferences, Civil Rights – Title VI Assurances, Davis Bacon Requirements, Debarment and Suspension, and Recovered Materials certifications are hereby incorporated by references. These certifications are included in the Contract Document Marty Wray, Airport Director mwray@arlingtonwa.gov () Publication Date/Time: 4/9/2024 12:00 AM Closing Date/Time: 5/1/2024 11:59 PM
Important Dates
Publication Date
4/9/2024
Closing Date
5/1/2024
Bid Opening Date
5/1/2024
Timeline
Publication date4/9/2024
Non-mandatory pre-bid meeting4/24/2024
Bid deadline5/1/2024
Bid opening5/1/2024
Notice of rejection of all bids5/2/2024
Closing date/time (as posted)5/1/2024
Location
Arlington Municipal Airport, 18204 59th Drive NE, Suite A, Arlington, WA 98223
Arlington, WA
Submission Requirements
All bids must be submitted using the forms contained in the Bidding Documents and must be filed with the City of Arlington, Arlington Municipal Airport, 18204 59th Drive NE, Suite A, Arlington, WA 98223, by 1:00 PM on Wednesday, May 1, 2024, at which time and place bids will be opened, publicly read and tabulated. Faxed proposals will not be accepted. Bids must be in a sealed envelope clearly marked as a bid proposal for the TAXIWAY A IMPROVEMENTS PROJECT.
Submission Deadline: 5/1/2024
Eligibility Criteria
TITLE VI SOLICITATION NOTICE; NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY; DISADVANTAGED BUSINESS ENTERPRISE; FEDERAL FAIR LABOR STANDARDS ACT; TRADE RESTRICTION CERTIFICATION; Buy American; DEBARMENT and SUSPENSION; and related clauses are incorporated by reference in the contract documents. The project requires compliance with 49 CFR Part 26 (DBE), 29 CFR part 201 (FLSA), Title VI, OFCCP notification, and Davis-Bacon wage requirements, among others.
Contact Information
Bid Information Contact
Builder’s Exchange of Washington
(425) 258-1303
Additional Information
Bidder responsibilities and security
Bid proposal deposit in cash, certified check, cashier’s check, or surety bond in an amount equal to at least 5% of the bid proposal, payable to the City of Arlington; forfeiture if the bidder fails to enter into the contract or furnish satisfactory performance bond.
Wage rates and labor standards
The project is subject to the higher of Washington State Labor & Industry wage rates or Federal Davis-Bacon Prevailing Wage rates; FLSA applies.
Affirmative action / equal employment opportunity
Title VI and 41 CFR Part 60-4 requirements; goals for minority and female participation; OFCCP notification; applicable to the covered area.
Disadvantaged Business Enterprise
DBE participation goals and documentation; good faith efforts required; DBE involvement to meet project goals.
Federal certifications
Trade Restriction Certification; Buy American; Debarment and Suspension; and related certifications incorporated by reference.