General Info

Business Logo

CHA Consulting, Inc. - Aviation

201 N Illinois St, Indianapolis, IN 46204-1904
(317) 786-0461


Standard Documents

Name * Description
0 Documents

Upcoming Solicitations

Number Deadline
097489.000
EVV REHABILITATE FLIGHT LINE DRIVE Sealed proposals will be received by the Evansville-Vanderburgh Airport Authority District, via a secure online network through BidExpress®, until Friday, September 13, 2024, at 2:00 PM (CDT), which will then be publicly opened and read aloud. Any bid(s) received later than the above time will be returned unopened. The scope of this project consists of bituminous pavement milling and overlaying, isolated full depth repairs, minor earthwork grading, seeding, pavement markings, and electrical work. A web-based video teleconference public bid opening will be held on Friday, September 13, 2024, at 2:00 PM (CDT). Any person who wishes to participate in the teleconference shall send an email message to Clint Weimer at cweimer@chasolutions.com by 5:00 pm (CDT) on Tuesday, September 10, 2024, and an email invitation will be returned for the following day’s teleconference. A web-based video teleconference/in-person PreBid Meeting will be held on Tuesday, September 3, 2024 at 2:00 PM (CDT) at 7801 Bussing Drive, Evansville, IN 47725. A tour of the project site will immediately follow the PreBid Meeting. Any person who wishes to participate in the teleconference shall send an email message to Clint Weimer at cweimer@chasolutions.com by 5:00 pm (CDT) on Monday, September 2, 2024, and an email invitation will be returned for the teleconference. Any interested bidder who is unable to attend the PreBid meeting, but would like to tour the site, this can be arranged through Clint Weimer, CHA. Interested bidders should send an email to Clint at cweimer@chasolutions.com to schedule a site tour. A cashier’s check, money order, certified check or bid bond payable without condition to the Evansville-Vanderburgh Airport Authority District, in an amount not less than five (5) percent of the bid, shall be submitted with each proposal as a guarantee that if the proposal is accepted by the Evansville-Vanderburgh Airport Authority District, a contract will be entered into and the performance of the contract properly secured. The successful bidder will be required to furnish a satisfactory Performance Bond and Payment Bond in the sum of one hundred percent (100%) of the amount of the Contract. All proposals shall include a Bid Form, acceptable Bid Security, Contractor’s Financial Statement, and other documents required by the Contract Documents. Any Bid not accompanied by the aforementioned required items shall be deemed to be non-responsive Bid. No Bidder may withdraw the proposal within a period of 60 calendar days following the date set for the receipt of bids. The Evansville-Vanderburgh Airport Authority District reserves the right to retain any and all bids for a period of not more than 60 calendar days and said bid shall remain in full force and effect during said time. The Evansville-Vanderburgh Airport Authority District further reserves the right to waive informalities and to award the Contract to any Bidder all to the advantage of the Evansville Regional Airport or to reject all bids. 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: 4.8% 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 Indiana, Vanderburgh County, City of Evansville. Title VI Solicitation Notice: The Evansville-Vanderburgh 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 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. Award of contract is also subject to the following Federal provisions: TITLE 49 United States Code, SECTION 50101 – Buy American Preferences Title VI of the Civil Rights Act of 1964, as amended, (Title VI) DOL Regulation 29 CFR Part 5 – Davis Bacon Act Certification Regarding Debarment and Suspension (Non-Procurement) Title 2 CFR Part 180 & Title 2 CFR Part 1200 DOT Regulation 49 CFR Part 26 Disadvantaged Business Enterprise Participation DOT Regulation 49 CFR PART 30 - Denial of Public Works Contracts to Suppliers of Goods and Services of Countries that Deny Contracts to Suppliers of Goods and Services of Countries that Deny Procurement Market Access to U.S. Contractors (Foreign Trade Restriction). Lobbying Federal Employees - 31 USC § 1352 – Byrd Anti-Lobbying Amendment, 2 CFR part 200, Appendix II(J) 49 CFR part 20, Appendix A Procurement of Recovered Materials – 2 CFR § 200.322, 40 CFR part 247 and Solid Waste Disposal Act The Evansville-Vanderburgh Airport Authority District reserves the right to reject any or all proposals and to waive any informalities or irregularities in the proposals received or to accept any proposal which is deemed most favorable to the Evansville Regional Airport at the time and under the conditions stipulated in the Contract Documents to the extent permitted by law.
09/13/2024 07:00 PM UTC
1 Solicitation

Closed Solicitations

Number Deadline
089274.000
EVV SNOW REMOVAL EQUIPMENT (SRE) PROCUREMENT Sealed proposals will be received by the Evansville-Vanderburgh Airport Authority District, via a secure online network through BidExpress®, until Wednesday, July 24, 2024, at 2:00 PM (CDT), which will then be publicly opened and read aloud. Any bid(s) received later than the above time will be returned unopened. The scope of this project consists of procurement of a new snow removal equipment carrier vehicle with high-speed rotary plow and runway broom. A web-based video teleconference public bid opening will be held on Wednesday, July 24, 2024, at 2:00 PM (CDT). Any person who wishes to participate in the teleconference shall send an email message to Clint Weimer at cweimer@chasolutions.com by 5:00 pm (CDT) on Tuesday, July 23, 2024, and an email invitation will be returned for the following day’s teleconference. A web-based video teleconference/in-person PreBid Meeting will be held on Monday, July 15, 2024 at 2:00 PM (CDT) at 7801 Bussing Drive, Evansville, IN 47725. A tour of the project site will immediately follow the PreBid Meeting. Any person who wishes to participate in the teleconference shall send an email message to Clint Weimer at cweimer@chasolutions.com by 5:00 pm (CDT) on Friday, July 12, 2024, and an email invitation will be returned for the teleconference. Any interested bidder who is unable to attend the PreBid meeting, but would like to tour the site, this can be arranged through Clint Weimer, CHA. Interested bidders should send an email to Clint at cweimer@chasolutions.com to schedule a site tour. A cashier’s check, money order, certified check or bid bond payable without condition to the Evansville-Vanderburgh Airport Authority District, in an amount not less than five (5) percent of the bid, shall be submitted with each proposal as a guarantee that if the proposal is accepted by the Evansville-Vanderburgh Airport Authority District, a contract will be entered into and the performance of the contract properly secured. The successful bidder will be required to furnish a satisfactory Performance Bond and Payment Bond in the sum of one hundred percent (100%) of the amount of the Contract. All proposals shall include a Bid Form, acceptable Bid Security, Contractor’s Financial Statement, and other documents required by the Contract Documents. Any Bid not accompanied by the aforementioned required items shall be deemed to be non-responsive Bid. No Bidder may withdraw the proposal within a period of 60 calendar days following the date set for the receipt of bids. The Evansville-Vanderburgh Airport Authority District reserves the right to retain any and all bids for a period of not more than 60 calendar days and said bid shall remain in full force and effect during said time. The Evansville-Vanderburgh Airport Authority District further reserves the right to waive informalities and to award the Contract to any Bidder all to the advantage of the Evansville Regional Airport or to reject all bids. 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: 4.8% 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 Indiana, Vanderburgh County, City of Evansville. Title VI Solicitation Notice: The Evansville-Vanderburgh 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 any contract entered into pursuant to this advertisement, [select disadvantaged business enterprises or airport concession 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. Award of contract is also subject to the following Federal provisions: TITLE 49 United States Code, SECTION 50101 – Buy American Preferences Title VI of the Civil Rights Act of 1964, as amended, (Title VI) DOL Regulation 29 CFR Part 5 – Davis Bacon Act Certification Regarding Debarment and Suspension (Non-Procurement) Title 2 CFR Part 180 & Title 2 CFR Part 1200 DOT Regulation 49 CFR Part 26 Disadvantaged Business Enterprise Participation DOT Regulation 49 CFR PART 30 - Denial of Public Works Contracts to Suppliers of Goods and Services of Countries that Deny Contracts to Suppliers of Goods and Services of Countries that Deny Procurement Market Access to U.S. Contractors (Foreign Trade Restriction). Lobbying Federal Employees - 31 USC § 1352 – Byrd Anti-Lobbying Amendment, 2 CFR part 200, Appendix II(J) 49 CFR part 20, Appendix A Procurement of Recovered Materials – 2 CFR § 200.322, 40 CFR part 247 and Solid Waste Disposal Act The Evansville-Vanderburgh Airport Authority District reserves the right to reject any or all proposals and to waive any informalities or irregularities in the proposals received or to accept any proposal which is deemed most favorable to the Evansville Regional Airport at the time and under the conditions stipulated in the Contract Documents to the extent permitted by law.
07/24/2024 07:00 PM UTC
089490.000
EVV REPLACE ROTATING BEACON Sealed proposals will be received by the Evansville-Vanderburgh Airport Authority District, via a secure online network through BidExpress®, until Tuesday, July 23, 2024 at 2:00 PM CDT, which will then be publicly opened and read aloud. Any bids received later than this time will be returned unopened. The scope of the project consists of the installation of a new 55-foot tip-down tower, rotating beacon, gravel access drive, utilities, minor earthwork, and removal of existing rotating beacon and associated cables. A web-based video teleconference public bid opening will be held on Tuesday, July 23, 2024 at 2:00 PM (CDT). Any person who wishes to participate in the teleconference shall send an email message to Clint Weimer at cweimer@chasolutions.com by 5:00 PM (CDT) on Monday, July 22, 2024, and an email invitation will be returned for the following day’s teleconference. A web-based video teleconference/in-person PreBid Meeting will be held on Wednesday, July 10, 2024 at 2:00 PM (CDT) at 7801 Bussing Drive, Evansville, IN 47725. A tour of the project site will immediately follow the PreBid Meeting. Any interested bidder who is unable to attend the PreBid meeting, but would like to tour the site, this can be arranged through Clint Weimer, CHA. Interested bidders should send an email to Clint at cweimer@chasolutions.com to schedule a site tour. A cashier’s check, money order, certified check or bid bond payable without condition to the Evansville-Vanderburgh Airport Authority District, in an amount not less than five (5) percent of the bid, shall be submitted with each proposal as a guarantee that if the proposal is accepted by the Evansville-Vanderburgh Airport Authority District, a contract will be entered into and the performance of the contract properly secured. The successful bidder will be required to furnish a satisfactory Performance Bond and Payment Bond in the sum of one hundred percent (100%) of the amount of the Contract. All proposals shall include a Bid Form, acceptable Bid Security, Contractor’s Financial Statement, and other documents required by the Contract Documents. Any Bid not accompanied by the aforementioned required items shall be deemed to be non-responsive Bid. No Bidder may withdraw the proposal within a period of 60 calendar days following the date set for the receipt of bids. The Evansville-Vanderburgh Airport Authority District reserves the right to retain any and all bids for a period of not more than 60 calendar days and said bid shall remain in full force and effect during said time. The Evansville-Vanderburgh Airport Authority District further reserves the right to waive informalities and to award the Contract to any Bidder all to the advantage of the Evansville Regional Airport or to reject all bids. 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: 4.8% 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 Indiana, Vanderburgh County, City of Evansville. Title VI Solicitation Notice: The Evansville-Vanderburgh 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 any contract entered into pursuant to this advertisement, [select disadvantaged business enterprises or airport concession 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. Award of contract is also subject to the following Federal provisions: TITLE 49 United States Code, SECTION 50101 – Buy American Preferences Title VI of the Civil Rights Act of 1964, as amended, (Title VI) DOL Regulation 29 CFR Part 5 – Davis Bacon Act Certification Regarding Debarment and Suspension (Non-Procurement) Title 2 CFR Part 180 & Title 2 CFR Part 1200 DOT Regulation 49 CFR Part 26 Disadvantaged Business Enterprise Participation DOT Regulation 49 CFR PART 30 - Denial of Public Works Contracts to Suppliers of Goods and Services of Countries that Deny Contracts to Suppliers of Goods and Services of Countries that Deny Procurement Market Access to U.S. Contractors (Foreign Trade Restriction). Lobbying Federal Employees - 31 USC § 1352 – Byrd Anti-Lobbying Amendment, 2 CFR part 200, Appendix II(J) 49 CFR part 20, Appendix A Procurement of Recovered Materials – 2 CFR § 200.322, 40 CFR part 247 and Solid Waste Disposal Act The Evansville-Vanderburgh Airport Authority District reserves the right to reject any or all proposals and to waive any informalities or irregularities in the proposals received or to accept any proposal which is deemed most favorable to the Evansville Regional Airport at the time and under the conditions stipulated in the Contract Documents to the extent permitted by law.
07/23/2024 07:00 PM UTC
083757.000
IMS SNOW REMOVAL EQUIPMENT (SRE) FACILITY Sealed proposals will be received by the Madison Board of Aviation Commissioners, via a secure online network through BidExpress®, until Monday, July 8, 2024, at 10:00am EDT, which will then be publicly opened and read aloud. Any bids received later than this time will be returned unopened. A web-based video teleconference public bid opening will be held on Monday, July 8, 2024, at 10:00 AM (EDT). Any person who wishes to participate in the teleconference shall send an email message to Steve Lawrence at slawrence@chasolutions.com by 5:00 pm (EDT) on Friday, July 5, 2024, and an email invitation will be returned for the bid opening teleconference. A web-based video teleconference pre-bid Meeting will be held on Friday, June 28, 2024, at 10:00 AM (EDT) If you would like to tour the site, this can be arranged through Brent Spry, Airport Manager. Interested bidders should send an email to Brent at airport@madison-in.gov to schedule a site tour. Each proposal must be accompanied by a bid guaranty in the amount of five (5) percent of the total amount of the bid. The bid guaranty may be by certified check or bid bond made payable to Madison Board of Aviation Commissioners. Bids may be held by the Madison Board of Aviation Commissioners for a period not to exceed 60 days from the date of the bid opening for the purpose of evaluating bids prior to award of contract. The right is reserved, as the Madison Board of Aviation Commissioners may require, to reject any and all bids and to waive any informality in the bids received. This project is subject to the requirements of the Davis-Bacon Act, as amended. The Contractor is required to comply with wage and labor provisions and to pay minimum wages in accordance with the schedule of wage rates established by the United States Department of Labor. 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: 9.6% • 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 State of Indiana, County of Jefferson, and City of Madison. Title VI Solicitation Notice: The Madison Board of Aviation Commissioners, 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, [select disadvantaged business enterprises or airport concession 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. Award of contract is also subject to the following Federal provisions: TITLE 49 United States Code, SECTION 50101 – Buy American Preferences Title VI of the Civil Rights Act of 1964, as amended, (Title VI) DOL Regulation 29 CFR Part 5 – Davis Bacon Act Certification Regarding Debarment and Suspension (Non-Procurement) Title 2 CFR Part 180 & Title 2 CFR Part 1200 DOT Regulation 49 CFR Part 26 Disadvantaged Business Enterprise Participation DOT Regulation 49 CFR PART 30 - Denial of Public Works Contracts to Suppliers of Goods and Services of Countries that Deny Contracts to Suppliers of Goods and Services of Countries that Deny Procurement Market Access to U.S. Contractors (Foreign Trade Restriction). Lobbying Federal Employees - 31 USC § 1352 – Byrd Anti-Lobbying Amendment, 2 CFR part 200, Appendix II(J) 49 CFR part 20, Appendix A Procurement of Recovered Materials – 2 CFR § 200.322, 40 CFR part 247 and Solid Waste Disposal Act
07/08/2024 02:00 PM UTC
087636.000
AID Rehabilitate Terminal Apron, Phase 2 and Taxiway G Pavement and Lighting Sealed bids will be received by the Anderson Board of Aviation Commissioners, via a secure online network through BidExpress service, until Friday, June 14, 2024 at 11:00 AM (EDT), which will then be publicly opened and read aloud for the project below: Rehabilitate Terminal Apron, Phase 2 and Taxiway G Pavement and Lighting The above project’s scope of work consists generally of the mill and overlay of asphalt pavement; replacement of taxiway edge lights, cable, and conduit; longitudinal and transverse joint cleaning and resealing; spall and crack repair; and other ancillary and incidental elements to complete the work. Any bid(s) received later than the above time will be returned unopened. A web-based video teleconference public bid opening will be held on Friday, June 14, 2024 at 11:00 AM (EDT). Any person who wishes to participate in the teleconference shall send an email message to Ranjit Bhandari at rbhandari@chasolutions.com by 4:00 pm (EDT) on Thursday, June 13, 2024, and an email invitation will be returned for the following day’s teleconference. A PreBid Meeting will be held on Thursday, May 30, 2024 at 11:00 AM (EST) at the 2nd Floor Conference Room at the Terminal Building (282 Airport Road, Anderson, Indiana, 46205). A tour of the project site will immediately follow the PreBid Meeting. Any interested bidder who is unable to attend the PreBid meeting, but would like to tour the site, this can be arranged through Brian McMillen, Airport Manager. Interested bidders should send an email to Brian at bmcmillen@cityofanderson.com to schedule a site tour. Each proposal must be accompanied by a bid guaranty in the amount of five (5) percent of the total amount of the bid. The bid guaranty may be by certified check or bid bond made payable to Anderson Board of Aviation Commissioners. Bids may be held by the Anderson Board of Aviation Commissioners for a period not to exceed 60 from the date of the bid opening for the purpose of evaluating bids prior to award of contract. The right is reserved, as the Anderson Board of Aviation Commissioners may require, to reject any and all bids and to waive any informality in the bids received. This project is subject to the requirements of the Davis-Bacon Act, as amended. The Contractor is required to comply with wage and labor provisions and to pay minimum wages in accordance with the schedule of wage rates established by the United States Department of Labor. A Disadvantaged Business Enterprise participation goal of 6.9% has been established for the project. 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: 4.9% 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 Anderson, Madison County, Indiana. Title VI Solicitation Notice: The Anderson Board of Aviation Commissioners, 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. Award of contract is also subject to the following Federal provisions: TITLE 49 United States Code, SECTION 50101 – Buy American Preferences Title VI of the Civil Rights Act of 1964, as amended, (Title VI) DOL Regulation 29 CFR Part 5 – Davis Bacon Act Certification Regarding Debarment and Suspension (Non-Procurement) Title 2 CFR Part 180 & Title 2 CFR Part 1200 DOT Regulation 49 CFR Part 26 Disadvantaged Business Enterprise Participation DOT Regulation 49 CFR PART 30 - Denial of Public Works Contracts to Suppliers of Goods and Services of Countries that Deny Contracts to Suppliers of Goods and Services of Countries that Deny Procurement Market Access to U.S. Contractors (Foreign Trade Restriction). Lobbying Federal Employees - 31 USC § 1352 – Byrd Anti-Lobbying Amendment, 2 CFR part 200, Appendix II(J) 49 CFR part 20, Appendix A Procurement of Recovered Materials – 2 CFR § 200.322, 40 CFR part 247 and Solid Waste Disposal Act
06/14/2024 03:00 PM UTC
083352.000
CAK Runway 1-19 Lighting Replacement - This project will remove all existing runway lights and cable along the Runway 1-19 circuit. The circuit will be re-installed in the existing conduits and duct bank with new HIRL LED lights being placed on the existing base cans. The existing runway signage system will be converted from incandescent lights to LED lights and will be placed on a new dedicated circuit separate from the runway circuit. The runway guard light system, associated signage, and pavement markings will be relocated to the appropriate offset from the runway.
06/06/2024 06:00 PM UTC
075661.000
BWG REHABILITATE TERMINAL APRON Rehabilitate approximately 25,300 square yards of existing asphalt pavement, construct concrete pavement, sinkhole remediation, storm drainage, and erosion control at Bowling Green-Warren County Regional Airport.
05/23/2024 07:30 PM UTC
058412.006
REHABILITATE TAXILANE E1 WARSAW MUNICIPAL AIRPORT The Warsaw Board of Aviation Commissioners intends to engage a qualified contractor to Rehabilitate Taxilane E1 at Warsaw Municipal Airport. The work consists generally of asphalt pavement rehabilitation, including full-depth reclamation (FDR), overlayment, minor grading and drainage, and other ancillary and incidental elements to complete the work. Proposals will be received by the Warsaw Board of Aviation Commissioners, via a secure online network through BidExpress service, until Wednesday, March 20, 2024, at 3:00 PM (EDT), which will then be publicly opened and read aloud. Bids will not be received after the deadline for submission. All bids must be received electronically via the Bid Express® service at www.bidexpress.com. A virtual Public Bid Opening Conference will be held on Wednesday, March 20, 2024, at 3:00 PM (EDT). Any person who wishes to participate in the teleconference shall send an email message to Anna Francis at afrancis@chasolutions.com by 4:00 pm (EDT) on Tuesday, March 19, 2024, and an email invitation will be returned for the following day’s teleconference. A PreBid Meeting will be held on Wednesday, March 6, 2024, at 11:00 AM (EST) at the Terminal Building, Conference Room. A tour of the project site will immediately follow the PreBid Meeting. Any interested bidder who is unable to attend the PreBid meeting, but would like to tour the site, this can be arranged through Nick King, Airport Manager. Interested bidders should send an email to Nick at nking@warsaw.in.gov to schedule a site tour. Each proposal must be accompanied by a bid bond in the amount of not less than five (5) percent of the total amount of the bid. The bid guaranty may be by certified check or bid bond, made payable to Warsaw Board of Aviation Commissioners. All proposals shall include a Bid Form, acceptable Bid Security, Contractor’s Financial Statement, and other attached documents required by the Contract Documents. Any Bid not accompanied by the aforementioned required items shall be deemed to be non-responsive bid. Bids may be held by the Warsaw Board of Aviation Commissioners for a period not to exceed 60 days from the date of the bid opening for the purpose of evaluating bids prior to award of contract. The right is reserved, as the Warsaw Board of Aviation Commissioners may require, to reject any and all bids and to waive any informality in the bids received. A contract will be awarded to the lowest, responsive, and responsible bidder in the best interest of the Warsaw Board of Aviation Commissioners. A contract will be entered into, and the performance of the contract properly secured. The awarded contractor will be required to furnish a satisfactory Performance Bond and Payment Bond in the sum of one hundred percent (100%) of the amount of the Contract. Title VI Solicitation Notice: The Warsaw Board of Aviation Commissioners, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. §§ 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, [select businesses, or disadvantaged business enterprises or airport concession 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.
03/20/2024 07:00 PM UTC
075662-1
PROJECT 1 – REHABILITATE RUNWAY 3-21 BOWLING GREEN – WARREN COUNTY REGIONAL AIRPORT AIP PROJECT NO.: 3-21-0006-038-2023 The Bowling Green-Warren County Regional Airport intends to engage a qualified contractor to perform the following project: Project 1 – Rehabilitate Runway 3-21: Rehabilitate the runway pavement including existing pavement marking removal, rubber removal, crack sealing of bituminous pavement, application of surface treatment, and application of pavement markings on Runway 3-21 and intersecting taxiways. Reference Bid Express® Solicitation Nos. 075662-2 and 075662-3, for Project 2 – Runway 3-21 RSA Grading and Project 3 – Reconstruct Runway 3-21 Airfield Electrical System, being bid concurrently with Project 1. A Disadvantaged Business Enterprise participation goal of 3.0% has been established for each of the three projects. A web based virtual Prebid Conference will be held on Wednesday, July 26, 2023, at 2:00 pm CDT. Any person who wishes to participate in the teleconference shall send an email message to Lauren Bailey at lbailey@chacompanies.com by 4:00 pm CDT on Tuesday, July 25, 2023, and a Teams Meeting invitation will be returned for the following day’s teleconference. A virtual Public Bid Opening Conference will be held on Wednesday, August 2, 2023, at 2:00 pm CDT. Any person who wishes to participate in the teleconference shall send an email message to Lauren Bailey at lbailey@chacompanies.com by 4:00 pm CDT on Tuesday, August 1, 2023, and a Teams Meeting invitation will be returned for the following day’s teleconference. A bid bond or other guarantee payable without condition to the Bowling Green Warren County Regional Airport, in an amount not less than five (5) percent of the bid, shall be submitted with each proposal. A contract will be awarded to the lowest, responsive, and responsible bidder in the best interest of the Bowling Green – Warren County Regional Airport contingent upon receipt of grant funding by the FAA. The awarded contractor will be required to furnish a satisfactory Performance Bond and Payment Bond in the sum of one hundred percent (100%) of the amount of the Contract. The Bowling Green – Warren County Regional Airport reserves the right to reject any or all proposals and to waive any informalities or irregularities in the proposals received or to accept any proposal which is deemed most favorable at the time and under the conditions stipulated in the Contract Documents to the extent permitted by law.
08/02/2023 07:00 PM UTC
075662-2
PROJECT 2 – RUNWAY 3-21 RSA GRADING BOWLING GREEN – WARREN COUNTY REGIONAL AIRPORT AIP PROJECT NO.: 3-21-0006-038-2023 The Bowling Green-Warren County Regional Airport intends to engage a qualified contractor to perform the following project: Project 2 – Runway 3-21 RSA Grading: Earth grading necessary within the extended Runway Safety Areas (RSA). Reference Bid Express® Solicitation Nos. 075662-1 and 075662-3, for Project 1 – Rehabilitate Runway 3-21 and Project 3 – Reconstruct Runway 3-21 Airfield Electrical System, being bid concurrently with Project 2. A Disadvantaged Business Enterprise participation goal of 3.0% has been established for each of the three projects. A web based virtual Prebid Conference will be held on Wednesday, July 26, 2023, at 2:00 pm CDT. Any person who wishes to participate in the teleconference shall send an email message to Lauren Bailey at lbailey@chacompanies.com by 4:00 pm CDT on Tuesday, July 25, 2023, and a Teams Meeting invitation will be returned for the following day’s teleconference. A virtual Public Bid Opening Conference will be held on Wednesday, August 2, 2023, at 2:00 pm CDT. Any person who wishes to participate in the teleconference shall send an email message to Lauren Bailey at lbailey@chacompanies.com by 4:00 pm CDT on Tuesday, August 1, 2023, and a Teams Meeting invitation will be returned for the following day’s teleconference. A bid bond or other guarantee payable without condition to the Bowling Green Warren County Regional Airport, in an amount not less than five (5) percent of the bid, shall be submitted with each proposal. A contract will be awarded to the lowest, responsive, and responsible bidder in the best interest of the Bowling Green – Warren County Regional Airport contingent upon receipt of grant funding by the FAA. The awarded contractor will be required to furnish a satisfactory Performance Bond and Payment Bond in the sum of one hundred percent (100%) of the amount of the Contract. The Bowling Green – Warren County Regional Airport reserves the right to reject any or all proposals and to waive any informalities or irregularities in the proposals received or to accept any proposal which is deemed most favorable at the time and under the conditions stipulated in the Contract Documents to the extent permitted by law.
08/02/2023 07:00 PM UTC
075662-3
PROJECT 3 – RECONSTRUCT RUNWAY 3-21 AIRFIELD ELECTRICAL SYSTEM BOWLING GREEN – WARREN COUNTY REGIONAL AIRPORT AIP PROJECT NO.: 3-21-0006-038-2023 The Bowling Green-Warren County Regional Airport intends to engage a qualified contractor to perform the following project: Project 3 – Reconstruct Runway 3-21 Airfield Electrical System: Reconstruction of the airfield electrical systems shall include replacing the high intensity runway lighting (HIRL) system (edge and guidance signs), constant current regulator, segmented circle, rotating beacon, airport primary wind indicator, PAPIs, and REILs. Reference Bid Express® Solicitation Nos. 075662-1 and 075662-2, for Project 1 – Rehabilitate Runway 3-21 and Project 2 – Runway 3-21 RSA Grading, being bid concurrently with Project 3. A Disadvantaged Business Enterprise participation goal of 3.0% has been established for each of the three projects. A web based virtual Prebid Conference will be held on Wednesday, July 26, 2023, at 2:00 pm CDT. Any person who wishes to participate in the teleconference shall send an email message to Lauren Bailey at lbailey@chacompanies.com by 4:00 pm CDT on Tuesday, July 25, 2023, and a Teams Meeting invitation will be returned for the following day’s teleconference. A virtual Public Bid Opening Conference will be held on Wednesday, August 2, 2023, at 2:00 pm CDT. Any person who wishes to participate in the teleconference shall send an email message to Lauren Bailey at lbailey@chacompanies.com by 4:00 pm CDT on Tuesday, August 1, 2023, and a Teams Meeting invitation will be returned for the following day’s teleconference. A bid bond or other guarantee payable without condition to the Bowling Green Warren County Regional Airport, in an amount not less than five (5) percent of the bid, shall be submitted with each proposal. A contract will be awarded to the lowest, responsive, and responsible bidder in the best interest of the Bowling Green – Warren County Regional Airport contingent upon receipt of grant funding by the FAA. The awarded contractor will be required to furnish a satisfactory Performance Bond and Payment Bond in the sum of one hundred percent (100%) of the amount of the Contract. The Bowling Green – Warren County Regional Airport reserves the right to reject any or all proposals and to waive any informalities or irregularities in the proposals received or to accept any proposal which is deemed most favorable at the time and under the conditions stipulated in the Contract Documents to the extent permitted by law.
08/02/2023 07:00 PM UTC
1 - 10 of 11 Solicitations
← Previous 1