Rehabilitate South Apron Pavement-Phase III
Louisiana > Chennault International Airport Authority
Sealed Bid: 56343981
Listing Information/Advertisement:


ADVERTISEMENT FOR BID
 
SEALED BIDS for construction at the Chennault International Airport consisting of the Rehabilitate South Apron Pavement - Phase III (CWF Bid No. 2023-10) will be received by the Chennault International Airport Authority at its office located at 3650 Senator J. Bennett Johnston Avenue, Lake Charles, Louisiana 70615, until 2:00 p.m. CST on Tuesday, June 27, 2023.  Bids will then be publicly opened and read aloud.  Bids received after the 2:00 p.m. deadline will be returned to the bidder unopened via certified mail.  Received bids will be referred to the Chennault International Airport Authority (CIAA) for action and award.
 
A Pre-Bid conference will be held on Wednesday, June 14, 2023, at 1:00 p.m. at the CIAA office, 3650 Senator J. Bennett Johnston Avenue, Lake Charles, Louisiana 70615. Representatives from the Owner and Engineer will be available to discuss the project.  Although the conference is not mandatory, bidders are encouraged to attend and participate.  If a bidder cannot attend, we encourage you to make arrangements to tour the project site.
 
Contract Documents including bid proposal forms, plan sheets, and specifications for the project may be viewed and downloaded free of charge (with the option to purchase hard copies) at www.civcastusa.com. Addenda will be posted at www.civcastusa.com. You will be notified of addenda automatically, through email, if you downloaded your plans and specifications via civcastusa.com.  Please submit questions for the project 72 hours prior to bid opening through www.civcastusa.com in the Q&A portal.
 
Bids shall be received only on proposal forms furnished by the Engineer.  In no event shall proposal forms be issued later than twenty-four (24) hours prior to the hour and date set for receiving proposals.
 
Official Bidding Documents can be downloaded from Central Bidding at www.centralbidding.com.  Electronic bids can be submitted at www.centralbidding.com.
For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.
 
Bids shall be received only on proposal forms furnished by the Engineer.  In no event shall proposal forms be issued later than twenty-four (24) hours prior to the hour and date set for receiving proposals.
 
Bid proposals, amendments to bids, or requests for withdrawal of bids, which are received after the time specified for bid opening, shall not be considered for any cause whatsoever.
 
An acceptable bid bond, cashier's check or certified check payable to the CIAA, in an amount equal to five percent (5%) of the bid price, shall be submitted with each bid.  The successful Bidder will be required to furnish and pay for satisfactory performance and payment bonds.  Bidders are advised that Performance, Payment, and Maintenance Bond, each in the amount of 100 percent (100%) of the contract price, will be required.
 
On any bid submitted in the amount of $50,000 or more, the Contractor shall certify that he is licensed under Louisiana Revised Statute 37:2150-2164 and show his license number on the bid and on the envelope.  Bidders must be licensed in the following category:  Highway, Street and Bridge Construction.  The licensee shall not be permitted to bid or perform any type or types of work not included in the classification under which his license was issued.
 
Title VI Solicitation Notice
The Chennault International Airport 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 for 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 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.
 
The Disadvantaged Business Enterprise (DBE) goal is 7.89% of the dollar value of this contract.  The DBE program also includes a small business element pursuant to 49 CFR Part 26. The Owner’s award of this contract is conditioned upon Bidder or Offeror satisfying the good faith effort requirements of 49 CFR § 26.53.
 
As a condition of responsibility, every Bidder or Offeror must submit the following information on the forms provided herein within five days after bid opening.
The names and addresses of Disadvantaged Business Enterprise (DBE) firms that will participate in the contract;
A description of the work that each DBE firm will perform;
The dollar amount of the participation of each DBE firm listed under (1);
Written statement from Bidder or Offeror that attests their commitment to use the DBE firm(s) listed under (1) to meet the Owner’s project goal;
Written confirmation from each listed DBE firm that it is participating in the contract in the kind and amount of work provided in the prime contractor's commitment; and
If Bidder or Offeror cannot meet the advertised project DBE goal, evidence of good faith efforts undertaken by the Bidder or Offeror as described in appendix A to 49 CFR part 26. The documentation of good faith efforts must include copies of each DBE and non-DBE subcontractor quote submitted to the bidder when a non-DBE subcontractor was selected over a DBE for work on the contract. 
All contracts and subcontracts that result from this solicitation incorporate by reference the provisions of 29 CFR part 201, et seq, the Federal Fair Labor Standards Act (FLSA), with the same force and effect as if given in full text.  The FLSA sets minimum wage, overtime pay, recordkeeping, and child labor standards for full and part-time workers.
The Contractor has full responsibility to monitor compliance to the referenced statute or regulation.  The Contractor must address any claims or disputes that arise from this requirement directly with the U.S. Department of Labor – Wage and Hour Division.
TRADE RESTRICTION CERTIFICATION
By submission of an offer, the Offeror certifies that with respect to this solicitation and any resultant contract, the Offeror –
is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms as published by the Office of the United States Trade Representative (USTR);
has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country included on the list of countries that discriminate against U.S. firms as published by the USTR; and
has not entered into any subcontract for any product to be used on the Federal project that is produced in a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR.This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18 USC § 1001.
The Offeror/Contractor must provide immediate written notice to the Owner if the Offeror/Contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances.  The Contractor must require subcontractors provide immediate written notice to the Contractor if at any time it learns that its certification was erroneous by reason of changed circumstances.
Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR § 30.17, no contract shall be awarded to an Offeror or subcontractor:
who is owned or controlled by one or more citizens or nationals of a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR; or
whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such USTR list; or
who incorporates in the public works project any product of a foreign country on such USTR list.Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision.  The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.
The Offeror agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in all lower tier subcontracts. The Contractor may rely on the certification of a prospective subcontractor that it is not a firm from a foreign country included on the list of countries that discriminate against U.S. firms as published by USTR, unless the Offeror has knowledge that the certification is erroneous.
This certification is a material representation of fact upon which reliance was placed when making an award.  If it is later determined that the Contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration (FAA) may direct through the Owner cancellation of the contract or subcontract for default at no cost to the Owner or the FAA.
 
All Bidders and Proposers shall comply with the provisions of Buy American Preferences, Davis Bacon Requirements, Debarment and Suspension, Lobbying Federal Employees, and Recovered Materials.
 
Bids may be held by the CIAA for a period of sixty (60) calendar days after the date and hour set for the opening.  The CIAA reserves the right to reject any or all Bids for just cause.
 
W. Kevin Melton                                                        Advertise:       May 30, 2023
Executive Director                                                                              June 6, 2023
Chennault International Airport Authority                                         June 13, 2023  

SUBMITTAL INFORMATION
Creator Username: CIAAPM
Bidding Privacy: Bid encryption
Started: 30-May-2023 7:00:00 PM CDT
Ends: 27-Jun-2023 2:00:00 PM CDT ( Expired )
History: 300 Views
Event Status: Expired since 27-Jun-2023 2:00:00 PM CDT
Actions: Sign-In to Bid
Username:

Password:
Visitors: Visitors/Central Bidding Plan Holders
UPDATE/ADDENDUM HISTORY
All updates/changes are listed below::