Request for bids for runway safety area improvements, part 3


SECTION 4 – SPECIAL INSTRUCTIONS, TERMS AND CONDITIONS



Download 1.4 Mb.
Page3/18
Date18.10.2016
Size1.4 Mb.
#3001
TypeRequest
1   2   3   4   5   6   7   8   9   ...   18

SECTION 4 – SPECIAL INSTRUCTIONS, TERMS AND CONDITIONS





  1. CONTRACT TERM: The contract term commences upon issuance of the Airport Authority’s Notice to Proceed and terminates upon the Airport Authority's final payment for all required services resulting from this RFB. It is anticipated that the contract will commence in August 2008.


2) CONTRACT AWARD: The Airport Authority anticipates federal funding for work included in the Contract resulting from this RFB. Therefore, issuance of a Notice to Proceed is contingent upon receipt of FAA funding. As such, the Airport Authority intends to issue a unit price Contract, with a separate Notice to Proceed for each phase, to a single business based upon the lowest responsive and responsible Bid for the Work selected by the Airport Authority. The Contract will be for base bid or base bid and any Alternate(s) or Options selected by the Airport Authority. The Contract is expected to be issued as follows:

    1. The Airport Authority anticipates issuing a Notice to Proceed for Phase I Work on or before August 4, 2008, in accordance with the requirements of the General Terms and Conditions.

    2. The Airport Authority anticipates issuing a Notice to Proceed for Phase II Work following successful completion of Phase I, in accordance with the requirements of the General Terms and Conditions.

    3. The Airport Authority anticipates issuing a Notice to Proceed for Phase III Work following completion of the Phase II Work. If the Work can not be performed due to weather constraints, the Contractor may be entitled to an extension of time equal to the length of winter shut-down. No additional demobilization and remobilization costs will be approved if winter shut-down is required.

The Airport Authority reserves the right to award by item, group of items, or total bid to the lowest responsive, responsible Bidder. The Bidder to whom the award is made will be notified at the earliest practical date. Tentative acceptance of the Bid, intent to recommend award of a Contract, and actual award of the Contract will be provided by written notice sent to the Bidder at the address designated in the Bid if a separate Contract is required to be executed. After an award of the Contract by the Airport Authority, the Contractor must execute and perform said Contract. If, for any reason, a Contract is not executed with the recommended Bidder within 14 days after receipt of a Contract, then the Airport Authority may recommend the next lowest responsive and responsible Bidder.
3) PAYMENT: The Airport Authority will pay the successful Bidder (Contractor) monthly based upon submission of a correct and complete invoice in accordance with the Airport Authority’s requirements.
4) EQUALS: Bids submitted as alternates, as “equals,” or on the basis of specific equipment or materials or exceptions to specific conditions of purchases and/or required specifications, must be submitted with an attachment referencing the specific page and paragraph numbers or drawing sheet number and adequately defining the exception submitted. A Bidder desiring to substitute an alternative product for a product specifically identified shall submit a written request for prior approval to the Airport Authority at least ten (10) calendar days prior to the Bid deadline. Each such request shall include the name of the identified product for which substitutions are proposed and a complete description of the proposed alternative product, including a) the name or other identification of the product; b) any drawings, cuts, performance, technical, and test data for the product, and c) any other information, reports, and reviews relevant and necessary for evaluation of the proposed alternative product. If no exceptions are taken, the Airport Authority will expect and require complete compliance with the brands, specifications and conditions of purchase. The Airport Authority has the sole right to determine what constitutes an equal.
5) BADGING REQUIREMENTS: The Contractor may be required to obtain Airport Authority identification badges for employees and vehicles to provide services on the Air Operations Area (AOA). Identification badges and vehicle tags will be provided by the Willow Run Airport Security. Contact the office at (734) 485-6675. The Contractor will be required to pay a non-refundable processing fee of $20.00 per badge.

6) INSURANCE SUBMISSION REQUIREMENTS: The Contractor must submit proof that they comply with all Airport Authority insurance requirements prior to receiving an executed contract and purchase order. Proof of insurance as stated below will be required within five (5) days of request. To expedite the process, it is suggested that the Bidder submit a copy of its current insurance coverage with its Bid.
7) AOA INSURANCE REQUIREMENTS: Contractor, at its own expense and in its own name, and with the Airport Authority and the County of Wayne, Michigan as additional insureds for commercial general and automobile liability coverages, must provide and keep in force during the term of this Agreement, the following insurance coverage’s, provided by a company(s) licensed to conduct business in the State of Michigan, acceptable to the Airport Authority, with limits not less than indicated for the respective items or as otherwise agreed.
The Contractor will be required to perform work on the Air Operations Area (AOA) and must provide Commercial General Liability Insurance, Automobile Liability Insurance, Workers’ Compensation Insurance, and Employer’s Liability Insurance with specified limits of liability. See Section 10.2 of General Terms and Conditions of this RFB for detailed requirements and additional information.
8) PERFORMANCE AND PAYMENT BONDS: The Contractor will be required to obtain performance and payment bonds in an amount equal to 100% of the contract amount for all construction contracts in excess of fifty thousand dollars ($50,000), which are conditioned upon the faithful performance of the contract in accordance with the Contract Documents, and the payment of all laborers performing work in the contract. The surety issuing the performance and payment bonds must be authorized to conduct business in the State of Michigan and have a Resident Agent who may be served in Wayne, Oakland, or Macomb County. The Contractor shall submit bonds using the Architects Institute of American (AIA) Form A311 format. If the surety issuing the bond goes out of business, during the performance of the Work, the Contractor must retain another surety (bonding) agent, which meets the original qualifications, and notify the Airport Authority in writing within three days of such changes.
9) KEY PERSONNEL AND SUBCONTRACTORS: It is essential that the Contractor provides adequate experienced personnel and subcontractors, capable of and devoted to the successful accomplishment of Work to be performed under the contract. The Contractor must agree to assign specific individuals to the key positions of Project Manager and Project Superintendent, as indicated in the Bid Forms submitted.


    1. The Contractor agrees that, once assigned to work under this contract, key personnel and subcontractors shall not be removed or replaced without written notice to the Airport Authority.

    2. If key personnel and subcontractors are not available for work under this contract for a continuous period exceeding thirty (30) calendar days, or are expected to devote substantially less effort to the work than initially anticipated, the Contractor shall immediately notify the Airport Authority, and shall, subject to the concurrence of the Airport Authority, replace such personnel with personnel of substantially equal ability and qualifications.

Directory: storeddoc2 -> mitn -> documents

Download 1.4 Mb.

Share with your friends:
1   2   3   4   5   6   7   8   9   ...   18




The database is protected by copyright ©ininet.org 2024
send message

    Main page