State Bid

Last Updated on 12 Jun 2023 at 12 PM
SSA
Baton rouge Louisiana

NW TAXIWAY DEVELOPMENT PROJECT AT BATON ROUGE METROPOLITAN AIRPORT A.I.P. No. 3-22-0006-126-2023 State...

Solicitation ID 51538594
Posted Date 12 Jun 2023 at 12 PM
Archive Date Not Specified
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency City Of Baton Rouge Parish Of East Baton Rouge
Location Baton rouge Louisiana United states
Point Of Contact Not Available
PUBLISHED – LEGAL June 12, 2023 June 19, 2023 June 26, 2023 BIDS TO BE OPENED: July 6, 2023 @ 2:00 P.M. THE ADVOCATE BATON ROUGE, LOUISIANA ADVERTISEMENT FOR BIDS Sealed or Electronic bids for furnishing all labor and materials and performing all work for NW AVIATION TAXIWAY DEVELOPMENT PROJECT will be received by the City of Baton Rouge and Parish of East Baton Rouge for the Greater Baton Rouge Airport District. Bids will be received on the 8th Floor in Room 826, City Hall, 222 Saint Louis Street, Baton Rouge, Louisiana 70802 until 2:00 P.M. on July 6, 2023, for the following: Title: “NW AVIATION TAXIWAY DEVELOPMENT PROJECT” Location: Baton Rouge Metropolitan Airport, East Baton Rouge Parish, Louisiana. Type: Asphalt Pavement, Base Course, Earthwork, Grading, Drainage, Electrical, Pavement Markings, Asphalt Removal, Erosion Control, Alternate Concrete Pavement. Program Manager: Airport Management Group Phone: 225-358-4240 Project Engineer: Shread-Kuyrkendall and Associates, Inc. 13016 Justice Avenue, Ste. 16 Baton Rouge, LA 70816 Phone (225) 296-1335 The Bidder shall agree to fully complete the selected Base Bid or Alternate Bid contract within 270 consecutive calendar days. All as per plans and specifications prepared by Shread-Kuyrkendall and Associates, Inc., which plans, and specifications and proposal forms are on file and available to be viewed/downloaded from www.centralbidding.com or paper solicitation documents may be obtained upon request from the above address. Electronic bids and electronic bid bonds for the solicitation will be downloaded by the City of Baton Rouge and Parish of East Baton Rouge, Purchasing Division. Electronic bids and electronic bid bonds must be submitted through www.centralbidding.com prior to the bidding deadline. Hard copy proposal submitted shall be placed in a sealed envelope plainly marked with the project name and number, and name, business address, and Louisiana Contractor's License number of the bidder on the outside. When sent by mail, preferably registered, the sealed proposal, marked as indicated above, shall be enclosed in an additional envelope. No proposal will be considered unless received at the place specified in the advertisement before the time specified for opening of bids. Proposals received after the bid opening time shall be returned to the bidder unopened. The right is reserved to reject any and all bids and to waive informalities. Beginning at 2:00 p.m. all electronic bids will be downloaded and read aloud along with paper bids received, if any, at Room 826, City Hall immediately thereafter. Bidders or their authorized representatives are invited to be present. Copies of the Contract Documents may be obtained and examined without charge in the office of the Project Engineer. For additional information, contact Shread-Kuyrkendall and Associates, Inc., at the above phone number. Bids or amendments to bids or request for withdrawal of bids received after time specified for bid openings shall not be considered for any cause whatsoever. Withdrawal of bids shall be in accordance with RS 38:2214(C). There will be a NON-Mandatory Pre-Bid Conference and Site Visit held on June 26, 2023, at 10:00 a.m. in the 1st floor conference room at the Baton Rouge Metropolitan Airport Terminal Building. Each bid must be accompanied by a certified check, cashier’s check, or bidder’s bond in an amount equal to five percent (5%) of base bid plus additives and shall be made payable to the City of Baton Rouge. Performance and Payment Bonds for the construction is required upon execution of the contract equal to one hundred percent (100%) of said contract amount Bidders should be aware that award of this contract is contingent upon receipt of a grant or grants from the Federal Aviation Administration (FAA) and the State of Louisiana Department of Transportation and Development - Office of Aviation (DOTD), along with the securing of other required approvals. Policy: 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. Baton Rouge Metropolitan Airport has established a Disadvantaged Business Enterprise (DBE) program in accordance with regulations of the U.S. Department of Transportation, 49 CFR Part 26. It is the policy of the Baton Rouge Metropolitan Airport to ensure that DBEs, as defined in 49 CFR Part 26, have an equal opportunity to receive and participate in DOT-assisted contracts. All Respondents or Proposers shall make good faith efforts, as defined in Appendix A of 49 CFR Part 26, to achieve a minimum DBE goal of 14% of the total value of the contract. Good faith efforts include meeting this DBE goal or providing documentation demonstrating that the Respondent or Proposer made sufficient good faith efforts in attempting to meet this goal. Only DBE firms certified by the Louisiana Unified Certification Program at the time of Qualification Statement or Proposal submittal will count toward this DBE goal. To be considered responsive, the Bidders must submit DBE Schedules A, B, C, and Letters of DBE Certification, as appropriate within three business days of bid or proposal date and time. 2. The proposed Contract is under and subject to Executive Order 11246 of September 24, 1965, and to the Equal Opportunity Clause. The Bidder’s (Proposer’s) attention is called to the “Equal Opportunity Clause” and the “Standard Federal Equal Employment Opportunity Construction Contract Specifications” set forth in the Project Documents. 3. The Bidder (Proposer) must supply all the information required by the bid or proposal forms. The Bidders will be required to submit a Certification of Nonsegregated Facilities, and to notify prospective Subcontractors of the requirements of such Certification as Notice to Subcontractors appears in the Project Documents. 4. Women will be afforded equal opportunity in all areas of employment. However, the employment of women shall not diminish the standards or requirements for the employment of minorities. 5. For contracts for $50,000 or more, a Contractor having 50 or more employees, and his Subcontractors having 50 or more employees and who may be awarded a subcontract of $50,000 or more, will be required to maintain an affirmative action program within 120 days of the commencement of the contract. 6. Compliance Reports. Within 30 days after award of this contract, the Contractor shall file a compliance report (Standard Form 100) if: a) The Contractor has not submitted a complete compliance report within 12 months preceding the date of Award; and b) The Contractor is within the definition of “employer” in Paragraphs 2e(3) of the instructions included in Standard Form 100. The Contractor shall require the Subcontractor on all-tier subcontracts, irrespective of dollar amount, to file Standard Form 100 within 30 days after award of the subcontract if the above two conditions apply. Standard Form 100 will be furnished upon request. 7. Buy American Provision. The proposed Contract is subject to the Buy American Provision under Section 9129 of the Aviation Safety and Capacity Expansion Act of 1990. Details of such requirements are contained in the Project Documents. All Contractors bidding on this work shall comply with all provisions of the State Licensing Law for Contractors, R.S. 37:2150-2163, as amended, for all public contracts. It shall also be the responsibility of the General Contractor to assure that all subcontractors comply with this law. Contractors must hold an active license issued by the State of Louisiana Licensing Board for Contractors in the classification of Highway, Street and Bridge Construction and must show their license number on the face of the bid envelope. The City of Baton Rouge and Parish of East Baton Rouge reserves the right to reject any and all bids for just cause. In accordance with La. R.S. 38:2212 (A)(1)(b), the provisions and requirements of this Section, those stated in the advertisement for bids, and those required on the bid form shall not be considered as informalities and shall not be waived by any public entity. INSTRUCTIONS TO BIDDERS BID DOCUMENTS NW TAXIWAY DEVELOPMENT PROJECT AT BATON ROUGE METROPOLITAN AIRPORT INSTRUCTIONS TO BIDDERS The Bidder shall agree to fully complete the contract within 270 consecutive calendar days, subject to such extensions as may be granted in the General and Special Provisions and acknowledges that this construction time will start on or before the date specified in written "Notice to Proceed" from the Owner's Representative. The Bidder shall agree to pay as Liquidated Damages the amount Two Thousand Dollars ($2,000) for each consecutive calendar day for which the work is not complete, beginning with the first day beyond the contract completion date stated in the "Notice to Proceed" or as amended by change order. The Bidder shall note that this is a 100% Unit Price Bid and that the Total Bid will equal the total sum of all Unit Price Extensions on the Louisiana Uniform Public Work Bid Form. Electronically submitted Bids shall be submitted through www.centralbidding.com prior to 2:00 p.m. on the Bid Date. Hard copy proposal submitted shall be placed in a sealed envelope plainly marked with the project name and number, and name, business address, and Louisiana Contractor's License number of the bidder on the outside. When sent by mail, preferably registered, the sealed proposal, marked as indicated above, shall be enclosed in an additional envelope. No proposal will be considered unless received at the place specified in the advertisement before the time specified for opening of bids. Proposals received after the bid opening time shall be returned to the bidder unopened. The right is reserved to reject any and all bids and to waive informalities. Beginning at 2:00 p.m. on February 13, 2023, all electronic Bids will be downloaded and read aloud along with paper Bids received, if any on the 8th Floor in Room 826, City Hall, 222 Saint Louis Street, Baton Rouge, LA 70802 immediately thereafter. Bidders or their authorized representatives are invited to be present. Bids, amendments to Bids, or request for withdrawal of Bids, received after the time specified for Bid Opening shall not be considered for any cause whatsoever. Bidders should be aware that award of this contract is contingent upon receipt of a grant or grants from the Federal Aviation Administration (FAA) and the State of Louisiana Department of Transportation and Development - Office of Aviation (DOTD), along with the securing of other required approvals. Bids shall be firm for a period of sixty (60) days from the date of the opening of Bids and no Bid shall be withdrawn for any reason during this period of time except as allowed per La. R.S. 38:2214.C. Electronic copies of the Contract Documents may be obtained online at www.centralbidding.com. BID DOCUMENTS: The Instructions to Bidders, Bid Form, Contract, Plans, Specifications, and Forms of Bid Bond, Performance Bond and Payment Bond, and other bidding documents for the project may be viewed and downloaded free of charge (with the option to purchase hard copies) at www.centralbidding.com. Addenda will be posted at www.centralbidding.com. You will be notified of addenda automatically, through email, if you downloaded your plans and specifications via www.centralbidding.com. Additionally, PDF version of the Bidding Documents may be obtained from the Project Engineer’s Office. Please submit questions for the project by June 29, 2023 at 5:00pm CT through www.centralbidding.com in the Q&A portal. A hard copy set may be examined at the office of the Engineer for the contract; Shread-Kuyrkendall and Associates, Inc. 13016 Justice Avenue, Ste. 16, Baton Rouge, LA 70816 Phone (225) 296-1335 Each Bid shall be accompanied by a certified check, cashier’s check, or Bid bond in an amount equal to five percent (5%) of Bid and shall be made payable to the City of Baton Rouge and Parish of East Baton Rouge in accordance with La. R.S. 38:2218. Bidders shall include the following documents as part of their Bid submitted on the Bid Date, to be submitted only through www.centralbidding.com or via hand delivery: a. Fully executed Bid Form b. Corporate Resolution c. Bid security/Bid Bond (Bidder responsible for compliance with La. R.S. 38:2212) The following documents shall be furnished by the two (2) apparent lowest bidders, no later than three (3) days after the bid opening. The three (3) day period shall not be altered or waived. All other bidders shall be prepared to submit the following documents, if necessary, in accordance with LA. RS. 38:2212 (B)(3)(a). All bidders shall fully complete and submit all bid forms required by statute or by Louisiana Administrative Code to the Purchasing Department. Failure of a bidder to fully complete and submit these forms in accordance with instructions noted above shall result in the bid being declared “non-responsive”. These documents shall be received by the City of Baton Rouge and Parish of East Baton Rouge Purchasing Division on the 8th Floor in Room 826 of the City Hall Building. The forms to be submitted are as follows: 1. DBE Schedule A Contract Participation and DBE Commitment 2. DBE Schedule B Required Participation Questionnaire 3. DBE Certification Letters 4. DBE Schedule C Certification and Documentation of DBE Unavailability 5. Bidders Organization Form 6. Certification of Restrictions on Lobbying 7. Certification of Non-segregated Facilities 8. Certification of Bidder Regarding Equal Employment 9. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion 10. Certification Regarding Foreign Trade Restrictions 11. Buy American Certification 12. Certification of Non-Discrimination 13. Non-Collusion Affidavit 14. Attestation Regarding Past Criminal Convictions 15. E-Verify Affidavit 16. Affidavit All persons or entities bidding or receiving bids or sub-bids in connection with this project shall comply with all provisions of the State Licensing Law for Contractors, La. R.S. 37:2150-2165, as amended. Bidders shall hold an active license issued by the Louisiana State Licensing Board for Contractors in the classification of: HIGHWAY, STREET AND BRIDGE CONSTRUCTION. Any Bidder in doubt as to the accuracy, completeness, meaning or interpretation of any part of the Contract Documents shall submit to the Project Engineer a written request for an interpretation thereof no later than 5:00 PM CST June 29, 2023. Submittal of questions may be made through www.centralbidding.com in the Q&A portal or by email to [email protected]. Interpretation of the Contract Documents will be made only by written addenda issued before bidding in accordance with Louisiana State law. Bidders shall not rely upon any interpretation of the Contract Documents pre-bid not issued by written addenda. Bidders shall not take advantage of any discrepancy, error or omission in the Contract Documents of which Bidder was aware or should have reasonably been aware prior to bidding. Failure to submit a written request for an interpretation when the bidder aware or should have been aware of any such discrepancy, error or omission in the Contract Documents shall serve as grounds for rejecting any later request for change to the Contract Sum or Contract Time. Sales and/or Use Taxes: Bidders shall include in their bids all sales and/or use taxes on materials, supplies and equipment to be furnished for use on the project. Further, by submitting a Bid, Bidder agrees that all such sales and/or use taxes will be remitted to the proper taxing authorities, subject to audit. All Bidders shall be bound by and comply with the EAST BATON ROUGE PARISH SALES AND USE TAX RULES AND REGULATIONS, as amended (http://brgov.com/dept/finance/pdf/rules®s.pdf). A performance and payment bond, in the amount of 100 percent of the Contract Sum, with a corporate surety approved by the Owner, will be required from the successful bidder for the faithful performance of the contract. Louisiana law shall govern and control in the interpretation and enforcement of the Contract Document and Bonds. By submitting any Bid, the Bidder and its Surety agree, to the fullest extent permitted by law, to exclusive jurisdiction and venue for any litigation in the Nineteenth Judicial District Court of the Parish of East Baton Rouge, Louisiana. Note that administrative remedies for disqualification and protests are provided below. All bonds shall be issued by an insurance company with a rating of A-, Class VI, or better as rated by Best’s Key Rating Guide, and shall comply with all statutory requirements of the State of Louisiana. If 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 ten percent 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 Bidder to whom the contract is being awarded will be required to execute the Agreement and obtain the performance and payment bond, and insurance certificates within fifteen (15) calendar days from the date when Notice Of Award is issued by the Owner or Program Manager. The necessary documents will accompany the Notice Of Award. The Owner or Program Manager will conduct a Pre-Construction Conference within 30 days of the execution of the Contract. Should there be reasons why the Notice To Proceed cannot be issued within 30 days of the Pre- Construction Conference, the time may be extended by mutual agreement between the Owner and Contractor. A conditional or qualified bid will not be accepted. All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the Contract throughout. All requirements set forth in the Contract Documents shall be considered as Primarily Contractual in nature whether or not required by any law, statute or regulation. If required in the Contract Documents, minimum wage rates for the construction of the proposed Work have been established by the Secretary of Labor, and a schedule of labor classifications and wage rates to be paid are included in the contract document and will be a part of the contract. By submitting a bid, Bidder agrees and stipulates that the Owner may, at its sole option, cancel the entire solicitation or the award of the contract for this project at any time before execution of the contract for this project, and Bidder shall have no claim for any damages of any kind against Owner, Program Manager or Architect arising from or connected with such cancellation. Owner shall have the right to inspect, audit and copy any portion of the Contractor’s project file including, but not limited to, all pre-bid estimates and working papers, all financial records relating to the project, full certified copies of all insurance policies, complete copies of all subcontracts, complete copies of all purchase orders or other agreements regarding the project, within five (5) days after issuance of a written request from the Owner or Program Manager. Contractor shall maintain intact the entirety of the project file for a minimum of five (5) years form commencement of the Work. Disqualification Procedure If, after Bid opening and prior to the award, the Owner should elect to disqualify any bidder, a recommendation to that effect will be made to the Metropolitan Council. The Bidder will be provided written notice of the proposed disqualification, which shall include all reasons for the proposed disqualification, the date, time and location for the Metropolitan Council meeting, at which meeting, the bidder shall have opportunity to rebut the reasons for the proposed disqualification. Bidder stipulates and agrees that the foregoing shall satisfy any and all due process requirements under Louisiana Public Bid Law. By submitting a bid, Bidder stipulates and agrees that any Bidder may be disqualified for any of the following non-exclusive reasons, or any other reasonable doubt as to the ability of a Bidder to perform the Work in strict accordance with the Contract Documents, or to complete the Project within the Contract Time and for the Contract Sum: A. Bidder or their proposed surety is in default or either has been terminated from a previous City-Parish Contract, or has failed to execute a previous City-Parish Contract after award. B. Bidder has been disqualified or debarred by any governmental entity in connection with any contract. C. An owner, member or officer of the bidding entity is an owner, member or officer of an entity which has been declared by the City-Parish, or any other governmental entity, to be ineligible to bid in connection with any contract. D. There is evidence that Bidder has been involved in collusion, price setting or bid shopping among bidders or sub-bidders. E. Failure of the bidder to pay, or satisfactorily settle, all outstanding bills or liens due for labor and materials on previous construction contracts. F. Bidder has a demonstrated history of litigious conduct involving construction contracts. G. Bidder has a demonstrated history of failing to complete construction work on time or within 10% of the original contract amount. The Owner shall have the right to take any action deemed necessary to determine the responsibility of Bidders or ability of the Bidder to perform the Work, and the Owner shall have the right to reject and Bid or disqualify any Bidder deemed to be non-responsible or unqualified. Upon request of the Program Manager, a Bidder whose bid is under consideration for award of a contract shall submit evidence, satisfactory to the Owner, of the Bidder's financial resources, construction experience and organization available for performance of the Work, in addition to the information contained in AIA Document A305, Contractor’s Qualification Statement. Audited financial statements for the three (3) years prior to bidding this Project may be required and shall be submitted by the Bidder to the Program Manager within five (5) days after written request by the Program Manager. By submitting a Bid, Bidder agrees to abide by the above Disqualification Procedure which shall be a condition precedent to any other proceedings or actions in connection with disqualification. Bidder stipulates and agrees that the Disqualification Procedure set forth herein shall be deemed and considered as the administrative remedy available to the disqualified bidder who is dissatisfied, and any appeal shall be filed within five (5) days of the informal hearing identifies hereinabove, and Bidders stipulate and agree, to the fullest extent permitted by law, that the Nineteenth Judicial District Court for the Parish of East Baton Rouge shall have exclusive venue over any litigation brought in connection with any disqualification or proposed disqualification. All Bidders further stipulate and voluntarily concede that the appropriate standard of review by any court of a decision to disqualify a bidder shall be abuse of discretion. Protest Procedure Any and all disputes or claims of any nature or kind arising from or in any way connected with the bidding process, Bidding Documents, award or proposed award of the contract (except for disqualification which shall be governed by the Disqualification Procedure set forth above), shall be resolved utilizing the procedure set forth below: • Any Bidder or other interested party with direct financial interest adversely affected by an action, decision or determination by the City-Parish may file a protest. • A protest shall (1) be in writing; (2) specifically state each and every fact, with supporting documentation, and all legal grounds in support of the protest and the relief requested; and (3) be received by the Purchasing Director prior to bidding if the protest relates to a pre-bid matter, or within 3 calendar days from the date the basis of the protest was, or should have been known by the Bidder or was available to be known through review of public records. • The City-Parish will take action on protests within 45 days of the receipt thereof. The City-Parish may, at its sole option, suspend or cancel the procurement, in whole or in part, upon receipt of a procedurally adequate and timely protest at the City- Parish’s discretion. Failure to timely submit a protest to the City Parish as set forth above shall serve as a voluntary and knowing forfeiture of any and all right to contest the matter which shall then become final and binding, and not subject to further review. By submitting a Bid, Bidder agrees to abide by the Protest Procedure which shall be a condition precedent to any other proceedings and shall be deemed and considered as the administrative remedy available, and any appeal shall be filed in the Nineteenth Judicial District Court for the Parish of East Baton Rouge which court shall have exclusive venue over any such action.
Bid Protests Not Available