Oct 6
Bid ended

171106 Hammond Northshore Regional Airport - Replace MITL and Signage-TW A (Partial), B, C, D & E #12078

Hammond, LA (G-NR-E)

Status

Bidding Closed

Prebid Date9/14/22 10:30am

Bid Date10/6/22 10:00am

Company & Contacts

Michael Baker International
Ralph Hennessy  
ralph.hennessy@mbakerintl.com

The City of Hammond will receive proposals for the Replace MITL and Signage – TW A (Partial), B, C, D, and E project at Hammond Northshore Regional Airport, 600 Judge Leon Ford Drive in Hammond, Louisiana (70401), until October 6, 2022 at 10:00 A.M. CST, at which time all proposals received will be publicly opened and read aloud. Bids will not be accepted after this deadline. And no bid may be withdrawn after this deadline for a period One Hundred and Twenty (120)calendar days.

The work will generally consist of removing existing MITL and Signage and installing new MITL and Signage along Taxiway A (between Taxiway A3 and Taxiway E), Taxiway B (between Runway 36 and Runway 31), Taxiway C, Taxiway D, Taxiway G, and Taxiway E and associated vault improvements.

Contract time to complete this work will be One Hundred Fifty (150) consecutive calendar days.

Bid security in the form of a bid bond equal to 5% of the total bid is required. Contract security in the form of 100% Performance and Payment Bonds will be required.

A Pre-Bid Conference will be held in the Hammond Northshore Regional Airport Terminal Conference Room on September 14, 2022 at 10:30 a.m. CST. Questions relating to the Bid Documents and bidding will be answered at that time. Attendance by prospective contractors is strongly recommended.

Bid documents may be examined at the following locations:

Office of the Engineer:
Michael Baker International, Inc.
2600 Citiplace Drive, Suite 450
Baton Rouge Louisiana 70808

Please call 225-706-0744 to schedule an appointment.

Airport Office:
Hammond Northshore Regional Airport
600 Judge Leon Ford Drive
Hammond, Louisiana 70401

Please call 985-277-5667 to schedule an appointment.

Bid documents are being made available via paper or digital copy. Plan holders are required to log-on or register for an account at www.mbakerplanroom.com to view and order Bid Documents. All plan holders are required to have a valid email address for registration. Bid documents are non-refundable and must be purchased through the website. For anyone interested in submitting bids electronically in place of a sealed bid, they may do so only through www.mbakerplanroom.com. Questions regarding website registration, online orders or electronic bidding, please contact Plan House Printing at (228) 248-0181.

Each paper bid must be submitted in a SEALED ENVELOPE, addressed to the ENGINEER. If the BID is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation “BID ENCLOSED for Runway Rehabilitation” on the face thereof.

Each electronically submitted bid must be submitted in “pdf” format and shall contain the same information and forms as required for the paper bids. Note – electronic bids must be secured with a bid bond. In the event that an electronically submitted bid has a corrupted attachment, the bid will be considered null and void.

The following requirements apply to this invitation and will be made a part of any contract awarded:

a. President’s Executive Order No. 11246 as amended by 29 CFR Part 30 and 41 CFR Part 60.
b. David Bacon and Related Acts, 29 CFR Parts 1, 3, and 5.
c. Copeland Act, 29 CFR Part 3.
d. Contract Work Hours and Safety Standards Act, 40 USC Chapter 37.
e. Title VI of the Civil Rights Act of 1964, 42 USC Section 2000d et seq.
f. Disadvantaged Business Enterprise participation as described in Subpart D of 49 CFR Part 23, all pertinent amendments, and in the Disadvantage Business Enterprise (DBE) Program for the Hammond Northshore Regional Airport, which has established a contract goal of 11% participation by DBEs.
g. Buy American Preferences under 49 USC Section 50101 which require that all steel and manufactured goods used in Airport Improvement Program (AIP)-funded projects be produced in the United States.

Additionally, all bidders must be properly licensed under Title 37, Professions and Occupations, of the Louisiana Revised Status (RS 37) and must certify that neither it nor its principle(s) is/are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency or the State of Louisiana.

The City of Hammond reserves the right to waive any informalities or irregularities in or reject any or all bids and to award or refrain from awarding a contract for the work as deemed to be in the City’s best interest and permitted by Louisiana Public Bid Law, RS 38:2211 et seq.