About The Savannah tribune. (Savannah, Ga.) 1973-current | View Entire Issue (March 25, 2009)
6 - The Savannah Tribune • Wednesday, March 25, 2009 CLASSIFIEDS ADS — RIAL ESTATE To Place Your Classified Ad in The Savannah Tribune Call (912) 233-6128 • Fax (912) 233-6140 • Email: tanya@savannahtribune.com Sealed proposals, in duplicate, will be received by the Mayor and Aldermen of the City ol Savannah and the Savannah Airport Commission in the office of the City Purchasing Agent, 3rd Floor, City Hall, P.O. Box 1027, Savannah, Georgia 31402 until April 7, 2009, 1.30 PM local time, at which time and place all proposals received will be publicly opened and read aloud. Bidders are invited to submit proposals for: SAVANNAH AIRPORT COMMISSION NOTICE TO BIDDERS \ r Sealed proposals, in duplicate, will be received by the Mayor and Aldermen of the City ol Savannah and the Savannah Airport Commission in the office of the City Purchasing Agent, 3rd Floor, City Hall, P.O. Box 1027, Savannah, Georgia 31402 until April 7, 2009, 1:30 PM local time, at which time and place all proposals received will be publicly opened and read aloud. SAVANNAH AIRPORT COMMISSION NOTICE TO BIDDERS TAXIWAY "A" EXTENSION CITY OF SAVANNAH BID NO.: 09.040-4-7 The scope of work for this project includes grading, drainage, airfield lighting and marking, construction of a flexible paved shoulder, taxi way construction with 15" concrete pavement, turfing and other associated items. Bidders are invited to submit Proposals for this work on the Proposal Forms provided. Other proposal forms will not be accepted. The complete examination and understanding of the contract documents consisting of the plans and specifications, and all addenda or other revisions, and site of the proposed work is necessary to properly submit a Proposal. Contract documents consisting of the plans and specifications, and all addenda or other revisions are available for examination or may be obtained from the offices of the Savannah Airport Commission, 400 Airways Avenue, Savannah/Hilton Head International Airport, Savannah, Georgia 31408, Phone (912) 964- OS 14. There is a charge of $150.00 for the plans and specifications. Please make checks payable to Savannah Airport Commission. This cost is non-reftindable. A pre-bid conference for bidders will be conducted in the Savannah Airport Commission Conference Room, Third Floor, Savannah/Hilton Head International Airport, Savannah, Georgia on March 24, 2009, at 9:30 a.m. A Bid Bond in the form as bound in the Contract Documents or Certified Check in the amount of not less than five percent (5% ) of the total amount bid must accompany each Bid. Successful Bidder shall be required to execute and to provide a Payment Bond and Performance Bond each in an Amount of not less than one hundred percent (100%) of the total value of the Contract awarded to him with a satisfactory surety or sureties for the full and faithful performance of the work. This Project is a Federal Aid Project under the provisions of the Airport and Airways Safety and Capacity Expansion Act of 1987. Certain mandatory Federal requirements are included in the Contract Documents. The Bidder's attention is also invited to the General Conditions, Section 120 - CONSTRUCTION CONTRACT CLAUSES AIRPORT DEVELOPMENT PROGRAM pertaining to Federal requirements regarding labor provisions, minimum wage rates, Equal Employment Opportunity (EEO) and Disadvantaged Business Enterprise (DBE) requirements. The Savannah Airport Commission, in accordance with Title VI of the Civil Rights Act ol 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all Bidders that it will affirmatively ensure that, in any contract entered into pursuant to this advertisement, minority business enterprises will be afforded full oppor tunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. It is the policy of the Savannah Airport Commission that Disadvantaged Business Enterprises (DBEs) as defined in 49 CFR Part 26 shall have an equal opportunity to participate in the per formance of contracts and subcontracts financed in whole or in part with Federal funds. Consequently, the DBE requirements of 49 CFR Part 26 apply to this Contract. Bidders are invited to submit proposals for: RUNWAYS IMPROVEMENTS CITY OF SAVANNAH BID NO.: 09.042-4-7 The scope of work for this project includes grading, asphalt milling, concrete and asphalt pavement removal, asphalt paving, marking, turfing and other associated items. Bidders are invited to submit Proposals for this work on the Proposal Forms provided. Other proposal forms will not be accepted. The complete examination and understanding of the contract documents consisting of the plans and specifications, and all addenda or other revisions, and site of the proposed work is necessary to properly submit a Proposal. Contract documents consisting of the plans and specifications, and all addenda or other revisions are available for examination or may be obtained from the offices of the Savannah Airport Commission, 400 Airways Avenue, Savannah/Hilton Head International Airport, Savannah, Georgia 31408, Phone (912) 964- OS 14. There is a charge of $75.00 for the plans and specifications. Please make checks payable to Savannah Airport Commission. This cost is non-refundable. A pre-bid conference for bidders will be conducted in the Savannah Airport Commission Conference Room, Third Floor, Savannah/Hilton Head International Airport, Savannah, Georgia on March 24, 2009, at 11:00 a.m. A Bid Bond in the form as bound in the Contract Documents or Certified Check in the amount of not less than five percent (5%) of the total amount bid must accompany each Bid. Successful Bidder shall be required to execute and to provide a Payment Bond and Performance Bond each in an Amount of not less than one hundred percent (100%) of the total value of the Contract awarded to him with a satisfactory surety or sureties for the full and faithful performance of the work. This Project is a Federal Aid Project under the provisions of the Airport and Airways Safety and Capacity Expansion Act of 1987. Certain mandatory Federal requirements are included in the Contract Documents. The Bidder's attention is also invited to the General Conditions, Section 120 - CONSTRUCTION CONTRACT CLAUSES AIRPORT DEVELOPMENT PROGRAM pertaining to Federal requirements regarding labor provisions, minimum wage rates, Equal Employment Opportunity (EEO) and Disadvantaged Business Enterprise (DBE) requirements. The Savannah Airport Commission, in accordance with Title VI of the Civil Rights Act ol 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all Bidders that it will affirmatively ensure that, in any contract entered into pursuant to this advertisement, minority business enterprises will be afforded full oppor tunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. It is the policy ol the Savannah Airport Commission that Disadvantaged Business Enterprises (DBEs) as defined in 49 CFR Part 26 shall have an equal opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with Federal funds. Consequently, the DBE requirements of 49 CFR Part 26 apply to this Contract. The Contractor agrees to ensure that Disadvantaged Business Enterprises as defined in 49 CFR Part 26 have an equal opportunity to participate in the performance of contracts and sub contracts financed in whole or in part with Federal funds. In this regard, all Contractors shall take all necessary and reasonable steps to ensure that Disadvantaged Business Enterprises have an equal opportunity to compete for and perform contracts. Contractors shall not dis criminate on the basis of race, color, or national origin or sex in the award and performance of FAA assisted contracts. The Contractor agrees to ensure that Disadvantaged Business Enterprises as defined in 49 CFR Part 26 have an equal opportunity to participate in the performance of contracts and sub contracts financed in whole or in part with Federal funds. In this regard, all Contractors shall take all necessary and reasonable steps to ensure that Disadvantaged Business Enterprises have an equal opportunity to compete for and perform contracts. Contractors shall not dis criminate on the basis of race, color, or national origin or sex in the award and performance of FAA assisted contracts. By submitting a Bid under this Solicitation, except for those items listed by the offerer on a separate and clearly identified attachment to the Bid, the offerer certifies that steel and each manufactured product is produced in the United States (as defined in the clause Buy America - Steel and Manufactured Products for Construction Contract) and that components of unknown origin are considered to have been produced or manufactured outside the United States. By submitting a Bid under this Solicitation, except for those items listed by the offerer on a separate and clearly identified attachment to the Bid, the offerer certifies that steel and each manufactured product is produced in the United States (as defined in the clause Buy America - Steel and Manufactured Products for Construction Contract) and that components of unknown origin are considered to have been produced or manufactured outside the United States. The Contractor, or any subcontractor, submitting a bid for utility contracting, as defined in O.C.G.A. Section 43-14-2 to a utility system as defined in said section, shall conform to O.C.G.A. Section 43-14-8.2 et seq. with reference to Utility Contractor's Licenses and shall submit the bid with the license numbers, as issued by the Division of Utility Contractors, affixed on the outside of the bid envelope as provided by O.C.G.A. Section 43-14-8.2(h). Utility contracting means a proposal to perform utility work, the cost of which exceeds $100,000.00, to a utility system as defined in O.C.G.A. Section 43-14- 2(17). No bid may be withdrawn after closing time for the receipt of Proposals for a period of nine ty (90) days. This is a bid for construction and therefore the City's local vendor preference ordinance will not apply. The Mayor and Aldermen of the City of Savannah and the Savannah Airport Commission reserve the right to waive any informalities, irregularities, and/or technicalities in or reject any and all bids and/or to award or refrain from awarding the Contract for the Work. Mayor and Aldermen of the City of Savannah and the Savannah Airport Commission The Contractor, or any subcontractor, submitting a bid for utility contracting, as defined in O.C.G.A. Section 43-14-2 to a utility system as defined in said section, shall conform to O.C.G.A. Section 43-14-8.2 et seq. with reference to Utility Contractor's Licenses and shall submit the bid with the license numbers, as issued by the Division of Utility Contractors, affixed on the outside of the bid envelope as provided by O.C.G.A. Section 43-14-8.2(h). Utility contracting means a proposal to perform utility work, the cost of which exceeds $100,000.00, to a utility system as defined in O.C.G.A. Section 43-14- 2(17). No bid may be withdrawn after closing time for the receipt of Proposals for a period of ninety (90) days. This is a bid for construction and therefore the City's local vendor preference ordinance will not apply. The Mayor and Aldermen of the City of Savannah and the Savannah Airport Commission reserve the right to waive any informalities, irregularities, and/or technicalities in or reject any and all bids and/or to award or refrain from awarding the Contract for the Work. Mayor and Aldermen of the City of Savannah and the Savannah Airport Commission Margaret H. Joyner Purchasing Director INSERT DATE: March 11, 2009 and March 25, 2009 INVOICE DESCRIPTION: 09.113.101.1106.52812 Margaret H. Joyner, Purchasing Director INSERT DATE: March 11, 2009 and March 25, 2009 INVOICE DESCRIPTION: 09.114.101.1106.52812 J