Posted on

Bid notices

Advertisement for Bids

For Construction at airports: Boscobel Municipal, Boscobel, WI Cable Union, Cable, WI Fond Du Lac County, Fond Du Lac, WI Oconto Municipal, Oconto, WI Platteville Municipal, Platteville, WI Prairie Du Chien Municipal, Prairie Du Chien, WI Rusk County, Ladysmith, WI Sauk Prairie, Prairie Du Sac, WI Taylor County, Medford, WI Project no. BOA20000 Sealed proposals for the work described herein will be received until 2:00 p.m., local time, Thursday, March 19, 2020, by the Wisconsin Department of Transportation, Bureau of Aeronautics, on behalf of the Secretary, authorized agent for all airports listed above, in accordance with Wis. Stat. §114.32(3) (1983), 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.

Bidders wishing to submit their bid by mail may do so at their own risk. 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, P.O. Box 7914, Madison, Wisconsin 53707-7914. The correct shipping address is: WI 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.

Building Security at Hill Farms State Transportation Building: Security procedures are in place at the Hill Farms State Transportation Building in Madison. Please allow extra time for hand delivering bids.

Description of work: Crack seal, micro-surfacing, slurry seal, and pavement marking Estimate of major quantities: Crack Seal – 43,425 lb., Micro-Surfacing-180,276 sy, White Marking-103,624 sf, Yellow Marking-17,123 sf, Mastic – 15,470 lf DBE Goal: 6.6% Contract Completion Time: November 20, 2020 Proposals: Proposal forms are included with the plans and specifications and are subject to the provisions of Wis. Stat. §66.0901(7) (1999).

Plans and specifications:

An electronic version of the plans and specifications may be obtained by emailing joshua.holbrook@ 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. Contractors electing to obtain plans & specifications via CD are still required to submit a paper bid proposal. The CD will include a blank electronic spreadsheet that is available to be used to complete the schedule of prices. The CD will be accompanied by the appropriate paper forms that need to be included with the bid submittal. The specifications and CD “readme” files will contain specifi c instructions on how to complete the 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:

1. 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 simplifi ed Bureau of Aeronautics “short form”. The proper forms can be found at: https://wisconsindot. gov/Pages/doing-bus/ contractors/hcci/prequal.aspx 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 6, 2020. 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 noncollusion 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 prebid conference will be held on March 2, 2019 at 9:00 a.m at the DOT Hill Farms Building. Please contact Josh Holbrook for further information. 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 (1st ins. February 27, 2nd ins. March 5)

85717 WNAXLP

LATEST NEWS