Similar Projects
Rural Street Underpass Clearance (Construction) - IndyGo - Indianapolis Public Transportation
Infrastructure
Conception
$6,571,000 CJ est. value
Indianapolis, IN 46218

Rural Street Underpass Clearance (Construction) - IndyGo - Indianapolis Public Transportation
Infrastructure
Conception
$6,571,000 CJ est. value
Indianapolis, IN 46218

AutoZone #5765 / Indianapolis
New Construction, Infrastructure - 7,000 SF
Design
$1,500,000 CJ est. value
Indianapolis, IN 46217

Pan Am Plaza Redevelopment Signia Hilton Hotel
Addition, New Construction, Infrastructure
Design
$300,000,000 CJ est. value
Indianapolis, IN 46225

Intersect. Improv. W/ Added Turn Lanes - SR 67
Infrastructure
Bidding
$3,992,786 CJ est. value
Indianapolis, IN 46227

Intersect. Improv. W/ Added Turn Lanes - SR 67
Infrastructure
Bidding
$3,992,786 CJ est. value
Indianapolis, IN 46227

Roadway Rehabilitation
Post-Bid
Beech Grove, IN

RFP D/B - USCG National Multiple Award Construction Contract (NMACC III)
Term Contract
Post-Bid
$25,000,000 CJ est. value
Seattle, WA 98174

IMC - Courtyard Pavement Repairs, QA Paving Repairs, Sink-Hole Remediation on High School Road, Helical Exit Ramp Pavement Repairs
Infrastructure
Results
$150,000 est. value
Indianapolis, IN

Asphalt Paving of Existing Gravel Parking Lot
Infrastructure
Results
$150,000 est. value
Indianapolis, IN

Eleven Park (Home of Indy Eleven soccer team)
New Construction, Infrastructure - 325,000 SF
Construction
$1,000,000,000 CJ est. value
Indianapolis, IN 46225

Containers on College
New Construction, Infrastructure - 15,800 SF
Pending Verification
$5,000,000 CJ est. value
Indianapolis, IN 46202

Westminster Lofts
New Construction, Infrastructure, Build-out, Renovation - 20,000 SF
Pending Verification
$13,000,000 CJ est. value
Indianapolis, IN 46201

South Madison Park and Ride - IndyGo - Indianapolis Public Transportation
Infrastructure
Conception
$2,100,000 CJ est. value
Indianapolis, IN 46204

Biltmore Gardens Neighborhood Drainage Improvements - SD-30-068 - City of Indianapolis
Infrastructure
Design
$5,300,000 CJ est. value
Indianapolis, IN 46241

Last Updated 07/07/2023 10:05 AM
Project Title

23-STR-01 Paving Program

Physical Address View project details and contacts
City, State (County) Indianapolis, IN 46204   (Marion County)
Category(s) Heavy and Highway
Sub-Category(s) Maintenance, Paving/Reconstruction
Contracting Method Competitive Bids
Project Status Results, Construction start expected June 2023
Bids Due View project details and contacts
Estimated Value $278,090 [brand] Estimate
Plans Available from Architect
Owner View project details and contacts
Architect View project details and contacts
Description

The work involved will include the following: The Base Bid package's scope of work includes HMA Pavement Large Crack Repair, HMA Full-Depth Pavement Patching, Surface Preparation and Cleaning, Chip Seal and Seal Coat (Cape Seal) over an approximate 17,000 square yard area of taxilanes. Additive Bid 1 is for an additional 2,000 square yard area of parking lot, near the terminal building. Alternate 1 Bid removes the FAA Cape Seal and gives bidder option to construct INDOT 414 Ultrathin Bonded Wearing Course with an additional INDOT 404 Seal coat. Alternate 2 Bid removes the FAA Cape Seal and gives bidder option to construct FAA P629, Type A microsurface. Bidder must submit on Base Bid and Additive Bid 1 and choose one or both alternate bids. If desiring to bid only on an alternate, bidder may enter blanks or dashes on the Base bid form for pay items removed under the Alterative Bid, but must enter values for remaining pay items on the base and additive bid schedules. Contract Documents. The Contract Documents including the Construction Plans, Specifications and Bid Proposal are to be on file at the Porter County Regional Airport, and at the office of Woolpert, Inc., 333 North Alabama Street, Suite 200; Indianapolis, Indiana, 46202 beginning March 3, 2023. Copies of the Contract Documents may be obtained for the non-refundable cost of document reproduction and shipping, from Reprographix Inc., 437 N. Illinois St., Indianapolis, Indiana 46204, between 8:00 AM and 5:00 PM by telephone at 317-637-3377 or online at http://www.reprographix.com. *Note that contractors will NOT be automatically added to new projects. You will need to re-submit the online form for access to new projects. Once granted access, additional projects will use your same login credentials. Note: Plan ahead when submitting the online request form and allow up to 2 business days for approval and access to projects. In order to submit a responsive bid as a Prime Contractor and to receive all necessary addendum(s) for this project, you must be on the Planholder's List. It is the planholder's responsibility to review the site for addendums and changes before submitting their proposal. Bid Conditions. All bidders shall make arrangements with the Porter County Airport to examine the site to become familiar with all site conditions prior to submitting their bid. The bidder is required to provide all information as required within the Contract Documents. The bidder is required to bid on all items of every schedule or as otherwise detailed in the Instructions to Bidders. Bids may be held by Owner for a period not to exceed 90 calendar days from the date of the bid opening for the purpose of evaluating bids prior to award of contract. No Bidder may withdraw its bid after the bid has been opened. The Porter County Municipal Airport Authority reserves the right to waive any informality in bidding and to reject any and all bids. All questions regarding the bid are to be directed to Curtis Brown, PE at Curtis.Brown@Woolpert.com. FAA BUY AMERICAN PREFERENCE: The Contractor certifies that its bid/offer is in compliance with 49 USC 50101, BABA and other related Made in America Laws, U.S. statutes, guidance, and FAA policies, which provide that Federal funds may not be obligated unless all iron, steel and manufactured goods used in AIP funded projects are produced in the United States, unless the Federal Aviation Administration has issued a waiver for the product; the product is listed as an Excepted Article, Material Or Supply in Federal Acquisition Regulation subpart 25.108; or is included in the FAA Nationwide Buy American Waivers Issued list. The bidder or offeror must complete and submit the certification of compliance with FAA's Buy American Preference, BABA and Made in America laws included herein with their bid or offer. The Airport Sponsor/Owner will reject as nonresponsive any bid or offer that does not include a completed certification of compliance with FAA's Buy American Preference and BABA. The bidder or offeror certifies that all constructions materials, defined to mean an article, material, or supply other than an item of primarily iron or steel; a manufactured product; cement and cementitious materials; aggregates such as stone, sand, or gravel; or aggregate binding agents or additives that are or consist primarily of: non-ferrous metals; plastic and polymer-based products (including polyvinylchloride, composite building materials, and polymers used in fiber optic cables); glass (including optic glass); lumber; or drywall used in the project are manufactured in the U.S. TITLE VI SOLICITATION NOTICE: The Porter County Municipal Airport Authority, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 USC 2000d to 2000d-4) and the Regulations, hereby notifies all bidders or offerors that it will affirmatively ensure that for any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and no businesses will be discriminated against on the grounds of race, color, national origin (including limited English proficiency), creed, sex (including sexual orientation and gender identity), age, or disability in consideration for an award. TRADE RESTRICTION CERTIFICATION By submission of an offer, the Offeror certifies that with respect to this solicitation and any resultant contract, the Offeror will comply with the 49 CFR Part 30 - Trade Restriction and will not use AIP funds on a product or service from a foreign country included in the current list of countries that discriminate against U.S. firms as published by the Office of the United States Trade Representative (USTR). 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, recordkeeping, and child labor standards for full and part-time workers. The Contractor has full responsibility to monitor compliance to the referenced statute or regulation. The Contractor must address any claims or disputes that arise from this requirement directly with the U.S. Department of Labor - Wage and Hour Division. 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: 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 nonfederally 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 as defined in the DBE program, on file with the Sponsor. PROCUREMENT OF RECOVERED MATERIALS Contractor agrees to comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act, and the regulatory provisions of 40 CFR Part 247. In the performance of this contract and to the extent practicable, the Contractor and subcontractors are to use products containing the highest percentage of recovered materials for items designated by the Environmental Protection Agency (EPA) under 40 CFR Part 247. DBE PARTICIPATION The requirements of 49 CFR part 26 apply to this contract. It is the policy of the Porter County Municipal Airport Authority to practice nondiscrimination based on race, color, sex, or national origin in the award or performance of this contract. The Porter County Municipal Airport Authority encourages participation by all firms qualifying under this solicitation regardless of business size or ownership. Information Submitted as a matter of bidder responsiveness: The Owner's award of this contract is conditioned upon Bidder or Offeror satisfying the good faith effort requirements of 49 CFR 26.53. As a condition of responsiveness, the Bidder or Offeror must submit the following information with its proposal on the forms provided herein: 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 or Offeror that attests their commitment to use the DBE firm(s) listed under (1) to meet the Owner's project goal 5. Written confirmation from each listed DBE firm that it is participating in the contract in the kind and amount of work provided in the prime contractor's commitment; and 6. If Bidder or Offeror cannot meet the advertised project DBE goal, evidence of good faith efforts undertaken by the Bidder or Offeror as described in appendix A to 49 CFR part 26. The documentation of good faith efforts must include copies of each DBE and non-DBE subcontractor quote submitted to the bidder when a non-DBE subcontractor was selected over a DBE for work on the contract. OTHER FEDERAL PROVISIONS Award of contract is also subject to the following Federal Provisions: o Drug-Free Workplace Act of 1988 (41 USC 8101-8106, as amended) o Other Federal Provisions included in Part A of the Special Provisions

Details

Division 32 - Exterior Improvements, Operation and Maintenance of Exterior Improvements.
Division 34 - Transportation, Operation and Maintenance of Transportation.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents