ADVERTISEMENT

Advertisement for Bids For Construction at airports: Project #1 Capitol Airport Brookfield, WI; John F Kennedy Memorial Ashland, WI; Lancaster Municipal Lancaster, WI; Lakeland Airport Woodruff, WI; Solon Springs Municipal Solon Springs, WI; Waukesha County Waukesha, WI; Wausau Downtown Wausau, WI Project #2 Bloyer Field Tomah, WI; Southern Wisconsin Regional Janesville, WI Project no.

Advertisement for Bids
For Construction at airports: Project #1 Capitol Airport Brookfield, WI; John F Kennedy Memorial Ashland, WI; Lancaster Municipal Lancaster, WI; Lakeland Airport Woodruff, WI; Solon Springs Municipal Solon Springs, WI; Waukesha County Waukesha, WI; Wausau Downtown Wausau, WI Project #2 Bloyer Field Tomah, WI; Southern Wisconsin Regional Janesville, WI Project no. BOA20001 Sealed proposals for the work described herein will be received until 2:00 p.m., local time, Thursday, March 18, 2021, by the Wisconsin Department of Transportation, Bureau of Aeronautics, on behalf of the Secretary, authorized agent for the airport listed above, in accordance with Wis. Stat. §114.32(3), at the office of the Bureau of Aeronautics, 4822 Madison Yards Way, 5th floor South, Madison, Wisconsin 53705; whereupon the sealed proposals received as provided above will be publicly opened and read via teleconference. The bid results will be posted as soon as practicable to the bureau of Aeronautics website here: https://wisconsindot.gov/Pages/do ing-bus/aeronautics/airports/arpt-bi dinfo.aspx COVID19 impact to bid submittal/delivery: Please be aware that bid submittal for this project will ONLY be accepted by mail through the United States Postal Service (USPS), as well as delivery services including, but not limited to, FedEx, UPS, DHL, and other similar delivery/courier services. No hand delivery of bids will be allowed or accepted. Mail and delivery services are generally delivered once a day to the state building and all parcels and mail are distributed once per day throughout the building. Please allow sufficient time for your bid to be received by the Bureau of Aeronautics prior to the bid deadline. Bids received by the Bureau of Aeronautics later than the time set forth above will be returned unopened. The correct mailing address is: Wisconsin Department of Transportation, Bureau of Aeronautics, 4822 Madison Yards Way, 5th Floor South, Madison, Wisconsin 53705. Sending bid documents by Priority Mail may not guarantee timely delivery to our office. Description of work: Crack seal, micro-surfacing, slurry seal, and pavement marking Estimate of major quantities: Micro-Surfacing 92,930 SY, Crack Sealing 141,00 LB, Pavement Marking 110,675 SF DBE Goal: 6.25% (project #1 only) Contract Completion Time: November 19, 2021 Proposals: Proposal forms are included with the plans and specifications and are subject to the provisions of Wis. Stat. §66.0901(7). Plans and specifications: An electronic version of the plans and specifications may be obtained by emailing joshua.hol brook@dot.wi.gov Plans and specifications which govern the work are on file and available for office examination at the office of the Wisconsin Bureau of Aeronautics 4822 Madison Yards Way, 5th floor South, Madison, Wisconsin 53707. Proposal Submittal: This contract is NOT electronically bid. A paper bid submittal is required. COVID19 impact to bid submittal/delivery: Please be aware that bid submittal for this project will ONLY be accepted by United States Postal Service (USPS), as well as delivery services including, but not limited to, FedEx, UPS, DHL, and other similar delivery/courier services. No hand delivery of bids will be allowed or accepted. Mail and delivery services are generally delivered once a day to the state building and all parcels and mail are distributed once per day throughout the building. Please allow sufficient time for your bid to be received by the Bureau of Aeronautics prior to the bid deadline. Contractors electing to obtain plans & specifications via CD or any electronic method are still required to submit a paper bid proposal. Proposal guaranty: Each proposal must be accompanied by a bid bond, certificate of annual bid bond, a certified check, bank's draft, bank's check, or postal money order made payable to the Wisconsin Department of Transportation Secretary for 5% of the total amount bid. Certified checks may be drawn on the account of the bidder submitting the proposal. Qualification of bidders: TWO prequalification methods are acceptable for this project. EITHER Bureau of Aeronautics "Statement of Bidder's Qualifications and Experience" (AKA: “Short form”) will apply. OR the Bureau of Project Development "Prequalification Statement" (AKA: “Highways”). If your firm does not already hold a valid WisDOT highways prequalification and you do not expect to bid WisDOT highways projects in the future, please complete the simplified Bureau of Aeronautics “short form”. Bid proposals will be opened only from those who have established their qualifications for the work being bid upon. If a prospective bidder has submitted a current statement and received approval from the department, a re-submittal for this project is not required. Any prospective bidder who has not previously established their qualifications must file a pre-qualification statement on the proper forms and be received by the department no later than 12:00 noon, local time, Friday, March 5, 2021. Only prime or general contractors submitting the bid need to be prequalified; subcontractors do not need to be prequalified. The qualification statement is a sworn statement and consist of information relating to financial ability, equipment, and experience in the work prescribed in this proposal. The statement shall be in writing on the proper standard form furnished by the department. The department will evaluate the statement and determine acceptability prior to bid allowance. Each bidder is required to submit a “Bidder's Request to Bid/Current Workload” form for this project, and it should be received by the bureau no later than 24 hours prior to the bid opening. Bidders are urged to submit this form as early as possible to determine eligibility prior to preparing the bidding proposal. Failure to submit the request to bid/current workload form may result in the rejection of the bid. Federal Requirements: This project is federally funded, and federal provisions and requirements apply. Federal provisions made part of, but not limited to this contract include: Buy American Preference, Foreign Trade Restriction, Davis Bacon, Affirmative Action, Governmentwide Debarment and Suspension, Governmentwide Requirements for Drug-free Workplace. Hours of labor and minimum wage rates: Pursuant to regulations provided by applicable federal and/or state laws, the hours of labor and minimum wage rates are set forth in the proposal. Affirmative action: The department hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, or national origin in consideration for an award. Affidavit of non-collusion: A required affidavit of non-collusion will be incorporated as part of the proposal cover provided to each prospective bidder. Failure to complete the sworn statement makes the bid non-responsive and ineligible for award consideration. By signing the proposal cover each bidder by or on behalf of the person, firm, association, or corporation submitting the bid, certifies that such person, firm, association, or corporation has not, either directly or indirectly, entered into agreement, participated in any collusion, or otherwise taken any action, in restraint of free competitive bidding in connection with the submitted bid. This sworn statement shall be executed and sworn to by the bidder before a person who is authorized by the laws of the state to administer oaths. Pre-bid conference: A pre-bid conference will be held on March 1, 2021 at 9:00am. The pre-bid will be conducted by teleconference in accordance with best practices for COVID19 social distancing recommendations. The teleconference information will be sent to all plan holders approximately 3 days prior to the pre-bid date. A physical visit of the site may be authorized by the airport on a case by case basis. Questions arising from site visits shall be submitted by email to the contact person below. Answers will be provided to all plan holders via a subsequent addendum. The purpose of the meeting will be to familiarize all concerned persons with the project and conditions at the airport. For further information, contact Josh Holbrook at 608-267-2143, email joshua.holbrook@dot.wi.gov.
Represented by
Craig Thompson, Secretary
Department of Transportation
Sponsor's Authorized Agent
(Feb. 26; March 5, 2021) WNAXLP 2877287