CPA_Notice to Bidders POS Berth 103 Repairs_2x9.25_02.17.23
Details for CPA_Notice to Bidders POS Berth 103 Repairs_2x9.25_02.17.23
Updated
Commonwealth Ports Authority Main Office: SAIPAN INTERNATIONAL AIRPORT, 2ND Floor Arrival Bldg. P.O. BOX 501055, SAIPAN, MP 96950 Phone: (1-670) 237-6500/1 • Fax: (1-670) 234-5962 Website: www.cnmiports.com NOTICE TO BIDDERS COMMONWEALTH PORTS AUTHORITY (CPA) is inviting qualified contractors to submit bid proposals and their qualifications for the PORT OF SAIPAN BERTH 103 REPAIRS, Project No. CPA-SS-001-17, for the island of Saipan, Commonwealth of the Northern Mariana Islands. Bidders are to submit one original and two copies of their bid which shall be sealed in an envelope and marked on the cover package outside as follows: “PORT OF SAIPAN BERTH 103 REPAIRS, CPA-SS-001-17” and submitted no later than 2:00 P.M. (CHST), THURSDAY, MARCH 23, 2023, to the Office of the Executive Director, 2nd floor of the Arrival Terminal at the Francisco C. Ada/Saipan International Airport, at which time and place the sealed proposals will be publicly opened and read. Bidders are requested to minimize their company’s attendees to ensure social distancing. The Project, in general, consists of Berth 103 Cavity Repairs including all associated work, all in accordance with the Plans and Specifications. The Project is being financed by the Commonwealth Ports Authority. The contract award, if it is to be made, will be made within one hundred twenty (120) calendar days from the receipt of bids. CPA reserves the right to hold such bids in effect for one hundred eighty (180) calendar days from the date of bid opening. A DVD containing the Contract Documents including plans, specifications and the bid schedule, may be obtained at the CPA Accounting Office, 2nd floor of the Departure Terminal at the Francisco C. Ada/Saipan International Airport, upon the payment of TWO HUNDRED U.S. DOLLARS ($200.00) for each set of plans and documents in electronic form (DVD). The payment is nonrefundable unless this notice to bidders is cancelled. Payment shall be made in cash, credit card, cashier’s check or U.S. postal money order, made payable to the Commonwealth Ports Authority. Bidders should notify CPA’s point of contact mentioned below immediately if there are issues retrieving the files on the DVD and are to verify all information using the specification table of contents and the index of drawings. A pre-bid conference will be held at CPA’s Capt. George Fleming Memorial Building Conference Room at the Port of Saipan, located in Lower Base on the island of Saipan in the Commonwealth of the Northern Mariana Islands (CNMI), at 10:00 A.M. (CHST), FRIDAY, MARCH 10, 2023, to explain and clarify any questions regarding this project. Attendance is not mandatory. A site visit will follow the pre-bid conference. Bidders are requested to minimize their company’s attendees to ensure social distancing. Questions should be submitted in writing to the CPA Executive Director’s Office, 2nd floor of the Arrival Terminal at the Francisco C. Ada/Saipan International Airport or emailed to Ms. Wendi L. Prater, Executive Assistant/Project Manager at wprater@cnmiports.com at least ten (10) days prior to the bid opening date; with the exception of extension requests which have no deadline. Responses to all questions and requests for information will be provided to all bidders who purchased a DVD and attended the pre-bid conference. Bidders shall use the bid schedule form furnished by the Commonwealth Ports Authority on the DVD. Each bidder must also supply all supplemental information required in the specifications. The contract period for construction of the project in its entirety shall be FOUR HUNDRED TWENTY (420) calendar days. Liquidated damages in the amount of FIVE HUNDRED U.S. DOLLARS PER CALENDAR DAY ($500.00) shall be assessed the Contractor for each calendar day that the completion of the Project is delayed beyond the contract completion date without approved excuse. The apparent low bidder will be subject to a thorough and comprehensive review of its qualifications and Bid Documents to ensure that they are “responsive and responsible.” This review will include, but is not necessarily limited to previous project experience, financial capabilities, quality of equipment and personnel, and bonding and insurance. If the apparent low bidder is found not to be “responsive or responsible”, their bid will be rejected and the next lowest bidder will be evaluated for qualifications. The Commonwealth Ports Authority reserves the right to reject any or all bid proposals submitted for: (a) any of the reasons set forth in this Notice to Bidders; or (b) any of the reasons set forth in the CPA Procurement Rules and Regulations regarding bid rejection or cancellation; (c) any calculation error made in the bid schedule or mis-enter of the quantity of line item; or (d) sufficient justification exists that awarding the project contract would not be in the best interest of CPA. CPA further reserves the right to waive any defects in said bids if in its sole opinion to do so would be in CPA’s best interest. Each bid shall be accompanied by either a bid bond by a U.S. Treasury listed or CPA approved surety company, a certified check, or a cashier’s check in the amount not less than ten percent (10%) of the bid price. Checks shall be made payable to the Commonwealth Ports Authority. All mechanics and laborers for this procurement project shall be paid no less than the minimum wage rate established by the CNMI or the U.S. Secretary of Labor, whichever is higher. A copy of the Department of the Federal Labor Wage Rate Determination is included in Section GP 70-26 of the specifications. The bidder shall take into account minimum wage increases that may be imposed in the CNMI over the life of the Contract and include associated costs in the bid proposal. The EEO requirements, labor provisions, and wage rates are included in the specifications. The Commonwealth Ports Authority, 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 any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity 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. By submitting a bid/proposal under this solicitation, the bidder or offeror certifies that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction. In addition to the above, all bidders shall comply with all local and Federal requirements under this procurement. FOR THE COMMONWEALTH PORTS AUTHORITY: /s/ CHRISTOPHER S. TENORIO Executive Director Date: February 8, 2023
Categories
comments powered by Disqus
Should the CNMI allow a simple majority (3 members instead of 4) to constitute a quorum on the Board of Education?
(This is not a scientific poll.)
You voted:
Trending
Business Edge
Click below to view our latest e-Edition.