PROJECT MANUAL
FOR
RAMP PAVEMENT IMPROVEMENTS: SECONDARY PCC SLAB REPLACEMENT PROGRAM
PROJECT NUMBER: AVIA 24-16
CHARLOTTE DOUGLAS INTERNATIONAL AIRPORT
CITY OF CHARLOTTE, NORTH CAROLINA
ADVERTISEMENT DATE: JANUARY 16, 2024
COVER PAGE
Ramp Pavement Improvements: Secondary PCC Slab Replacement Program
Project Number: AVIA 24-16
(rev. 09.07.2023)
Table of Contents
I. INVITATION TO BID ............................................................................................................................. INV-1
II. INSTRUCTIONS TO BIDDERS..................................................................................................................ITB-3
III. BID FORM AND SUPPLEMENTS .......................................................................................................... BID-21
A. ITEMIZED BID ............................................................................................................................................ BID-22
B. EXECUTION OF BID .................................................................................................................................... BID-25
C. COMMERCIAL NON-DISCRIMINATION CERTIFICATION............................................................................. BID-26
D. BUY AMERICAN CERTIFICATION.......................................................................................................... …...BID-27
E. TAX DELINQUENCY AND FELONY CONVICTIONS ……………………………………………………………………………………BID-36
F. LOBBYING AND INFLUENCING FEDERAL EMPLOYEES …………………………………………………………………………….BID-37
IV. CONTRACT REQUIREMENTS AND FORMS .............................................................................................. C-31
A. CONTRACT ................................................................................................................................................... C-32
B. GENERAL CONDITIONS................................................................................................................................. C-37
C. SUPPLEMENTAL GENERAL CONDITIONS ...................................................................................................... C-73
D. INDEMNITY AND INSURANCE....................................................................................................................... C-85
E. FEDERAL REQUIREMENTS ............................................................................................................................ C-87
F. CONTRACTOR’S AFFIDAVIT – RELEASE AND WAIVER OF CLAIMS ............................................................... C-113
G. STATE/COUNTY SALES/USE TAX STATEMENT ............................................................................................ C-114
H. CHANGE ORDER FORM .............................................................................................................................. C-115
I. TASK ORDER FORM .................................................................................................................................... C-117
V. DISADVANTAGED BUSINESS ENTERRPISE PROGRAM ......................................................................DBE-120
VI. AIRPORT SECURITY REQUIREMENTS................................................................................................ SEC-124
A. SECURITY PROGRAM...............................................................................................................................SEC-125
B. AIRPORT BADGING REQUIREMENTS .......................................................................................................SEC-127
C. CONSTRUCTION GATE SECURITY PROCEDURES ......................................................................................SEC-128
VII. TECHNICAL SPECIFICATIONS ............................................................................................................ TEC-129
VIII. PLANS..............................................................................................................................................PLN-130
TABLE OF CONTENTS
Ramp Pavement Improvements: Secondary PCC Slab Replacement Program
Project Number: AVIA 24-16
I. INVITATION TO BID
(rev. 09.07.2023)
INVITATION TO BID
INV - 1
Ramp Pavement Improvements: Secondary PCC Slab Replacement Program
Project Number: AVIA 24-16
(rev. 09.07.2023)
A. INVITATION TO BID
The City of Charlotte (the “City”) hereby invites sealed bids for the following project at Charlotte Douglas
International Airport:
PROJECT NAME:
PROGRAM
PROJECT NUMBER:
RAMP PAVEMENT IMPROVEMENTS: SECONDARY PCC SLAB REPLACEMENT
AVIA 24-16
EBUILDER BID PORTAL LINK:
https://gateway.app.e-builder.net/app/bidders/landing?accountid=80fe0a4a-0c8f-4fcd-ac93-
cc9db65522cb&projectid=8636caaf-bcc9-4176-ab83-cc502ccc0396&bidpackageid=258312ab-dad5-4b58-97cd-
dcfd12af7211
`
PRE-BID MEETING:
January 23, 2024, at 2:00 PM EST (Via Microsoft Teams)
PRE-BID CONFERENCE LINK:
Click here to join the meeting
PRE-BID MEETING NUMBER:
PRE-BID PASSWORD:
223 691 649 812
B2X6Qn
BID DUE DATE AND TIME:
February 6, 2024, at 2:00PM EST (Via Microsoft Teams)
BID OPENING LINK:
Click here to join the meeting
BID OPENING MEETING NUMBER:
BID OPENING PASSWORD:
239 377 718 812
VdLgGX
SCOPE OF WORK:
Charlotte Douglas International Airport is establishing a Secondary PCC Slab Replacement Program. This program
will include the rehabilitation and replacement of various airfield Portland Cement Concrete pavement slabs that
will be identified by the Owner. The intent of this solicitation is to select a secondary Contractor to enhance
capacity for rehabilitation and replacements utilizing selected construction materials for specific projects at various
locations on Airport property on an as needed, Task Order basis, during the duration of the scheduled contract.
The Scope of Services requires the contractor to furnish all supervision, labor, materials, machinery, tools,
equipment, and services, and perform and complete all work in an efficient and workmanlike manner necessary to
complete construction of the Secondary PCC Slab Replacement Program.
The selected company may be assigned multiple tasks under the contract. The company shall provide services at
various locations on an as needed basis. Task Order projects are time sensitive, and the successful bidder must
reply and begin work if directed to do so in a timely manner, as required in § IV. Contract Requirements and Forms.
The term of the contract will be for three (3) years from the effective date.
Pre-Bid Conference: Attendance at the Pre-Bid Conference is not mandatory but is strongly encouraged. A Pre-bid
conference will be conducted on the date and at the time stated above via Microsoft Teams (see link and details
above).
Title VI Solicitation Notice: The City, 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 that it will affirmatively
ensure that for any contract entered into pursuant to this Invitation to Bid, businesses will be afforded full and fair
opportunity to submit bids in response to this invitation and no businesses will be discriminated against on the
grounds of race, color, national origin (including limited English proficiency), creed, sex (including sexual orientation
and gender identity), age or disability in consideration for an award.
INVITATION TO BID
INV - 2
Ramp Pavement Improvements: Secondary PCC Slab Replacement Program
Project Number: AVIA 24-16
(rev. 09.07.2023)
II. INSTRUCTIONS TO BIDDERS
INSTRUCTIONS TO BIDDERS
ITB - 3