Abbeville Chris Crusta Memorial Airport - Construct Hangar Development Area - SP#H.015152 / FAA#3-22-0001-023-2022
Louisiana > City of Abbeville
Sealed Bid: 95569428
Listing Information/Advertisement:


NOTICE TO BIDDERS


Notice is hereby given that sealed bids will be received by the Mayor and Council of the City of Abbeville, Vermilion Parish, Louisiana, on-line with http://www.centralbidding.com and at 101 North State Street, in the Council Meeting Room, Abbeville, Louisiana, until 11:00 a.m., Tuesday, July 2, 2024, for:
ABBEVILLE CHRIS CRUSTA MEMORIAL AIRPORT
CONSTRUCT HANGAR DEVELOPMENT AREA
State Project No. H.015152 / FAA Project No. 3-22-0001-023-2022

 
and the bids will be opened and read aloud at that time. Bids received after the specified time will not be considered.

The Work Will Consist of Constructing a New Asphalt Pavement Near the T-Hangar Area. Approximate Quantities Include 2,000-Tons of Asphalt Surface Course, 2,750-Cubic Yards of Aggregate Base Course, 800-Feet of Reinforced Concrete Pipe (12-Inch to 24-Inch), 6-Each Catch Basins (CB-01), 1-Each Catch Basin (CB-SD02), 800-Feet of Chain Link Fencing, 1-Each Vehicle Gate, Along with Clearing and Grubbing, Excavation and Embankment, Grading, Hydro-Seeding and Other Associated Work.
A non-mandatory pre-bid conference will be held on Thursday, June 20, 2024, at 10:30 a.m., at the Abbeville Chris Crusta Memorial Airport, 262 Jimmy C. Vorhoff Jr. Drive, Abbeville, LA 70511.


Only the bids of contractors licensed under Louisiana Contractor’s Licensing Law will be considered for bids exceeding $50,000.00. Should the bid exceed $50,000.00, Contractors desiring to bid shall submit evidence that they hold license of proper classification under “Highway, Street, and Bridge Construction” in full force and effect at the time Bidding Documents are requested from the office of the Engineers.

DISADVANTAGED BUSINESS ENTERPRISE (DBE) PROVISION:

It is the policy of the Department of Transportation (DOT) that disadvantaged business enterprises as defined in 49 CFR Part 26 shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds. The Owner’s award of this contract is conditioned upon Bidder satisfying the good faith effort requirements of 49 CFR §26.53. The DBE goal for this project is 5.4%. The successful Bidder must provide the following information concerning DBE’s that will participate in this contract within 5-days after bid opening:

1) The names and addresses of Disadvantaged Business Enterprise (DBE) firms that will participate in the contract;
2) A description of the work that each DBE firm will perform;
3) The dollar amount of the participation of each DBE firm listed under (1);
4) Written statement from Bidder that attests their commitment to use the DBE firm(s) listed under (1) to meet the Owner’s project goal; and
5) If Bidder cannot meet the advertised project DBE goal, evidence of good faith efforts undertaken by the Bidder as described in Appendix A to 49 CFR Part 26.

The City of Abbeville 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.

NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY:

1. The Offeror’s or Bidder’s attention is called to the “Equal Opportunity Clause” and the “Standard Federal Equal Employment Opportunity Construction Contract Specifications” set forth herein.
2. The goals and timetables for minority and female participation, expressed in percentage terms for the Contractor’s aggregate workforce in each trade on all construction work in the covered area, are as follows:

Timetables: Goals for minority participation for each trade: 24.1%
Goals for female participation in each trade: 6.9%

These goals are applicable to all of the Contractor’s construction work (whether or not it is Federal or federally assisted) performed in the covered area. If the Contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, the Contractor also is subject to the goals for both its federally involved and non-federally involved construction.

The Contractor’s compliance with the Executive Order and the Regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a) and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor’s goals shall be a violation of the contract, the Executive Order and the Regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed.

3. The Contractor shall provide written notification to the Director of the Office of Federal Contract Compliance Programs (OFCCP) within 10-working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address, and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the subcontract is to be performed.

4. As used in this notice and in the contract resulting from this solicitation, the “covered area” is Louisiana, Vermilion Parish, City of Abbeville.

FEDERAL FAIR LABOR STANDARDS ACT (FEDERAL MINIMUM WAGE):

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, record keeping, 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:

1) 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);

2) 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

3) 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:

1) 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

2) whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such USTR list; or

3) 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.

The following provisions are incorporated by reference in this notice and details of such requirements are contained in the specifications:

1) Buy American Preference
2) Title VI of the Civil Rights Act of 1964
3) Davis Bacon Act Requirements
4) Debarment and Suspension
5) Lobbying and Influencing Federal Employees
6) Procurement of Recovered Materials

As evidence of good faith of the bidder, a “Bid Guarantee” equivalent to 5% of the base bid plus additive alternates, consisting of a firm commitment, such as a bid bond, certified check, or cashier’s check, shall accompany each bid as assurance that the bidder will, upon acceptance of his bid, execute such contractual documents as may be required and within the time specified. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies, which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an “A–” rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to 10% of policyholders’ surplus, as shown in the A.M. Best’s Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents.

The successful Contractor will be required to execute a Performance Bond and a Payment Bond in the full amount of the contract as more fully defined in the Bidding Documents.
Contractors may obtain an electronic or paper set of “Bidding Documents” from the Design Engineer listed below at the following location and during the specified hours:

1. Sellers & Associates, Inc., 148-B Easy Street, Lafayette, LA 70506-3095
Telephone: 337.232.0777 / Fax: 337.232.0851
Monday - Thursday: 7:30 a.m. to 12:00 Noon and 1:00 p.m. to 5:30 p.m. / Friday: 8:00 a.m. to 12:00 Noon

Contractors may also view and download the “Bidding Documents” with the Owner’s electronic bid submittal service:
1. http://www.centralbidding.com
Prospective Bidder may register on-line in order to establish an account. For assistance on how to register on-line or if encountering problems with the web site, contact Info Tech FL at 888.352.BIDX (2439).

A $105.00 Deposit on the first set of documents furnished to all Prime Bidders, who request bidding documents and who are properly licensed by the Louisiana State Licensing Board for Contractors, shall be fully refunded upon return of the documents no later than 10-days after receipt of bids. On other sets of documents furnished to Bidders, $5.00 shall be refunded upon return of the documents no later than 10-days after receipt of bids.

The Bidding Documents shall be available until 24-hours before the bid opening date.

No bidder may withdraw his bid for at least 45-days after the time scheduled for the opening of bids. This provision shall not be subject to waiver.

The provisions and requirements of this section and those stated in the bidding documents shall not be waived by any entity.

ATTEST: s/Roslyn White    s/Kathleen Faulk
                    Mayor                  City Clerk

Official Journal: Abbeville Meridional / Publication Dates: June 5, June 12, and June 19, 2024
State Journal: The Advocate / Publication Dates: June 5, June 12, and June 19, 2024
Official On-Line Service: www.centralbidding.com
 

SUBMITTAL INFORMATION
Creator Username: COAKF
Bidding Privacy: Bid encryption
Started: 07-Jun-2024 8:00:00 AM CDT
Ends: 02-Jul-2024 11:00:00 AM CDT ( Expired )
History: 421 Views
Event Status: Expired since 02-Jul-2024 11:00:00 AM CDT
Actions: Sign-In to Bid
Username:

Password:
Visitors: Visitors/Central Bidding Plan Holders
UPDATE/ADDENDUM HISTORY
All updates/changes are listed below::
26-Jun-2024 2:19:04 PM CDT
Added Addendum No. 1