Similar Projects
RFQ - United States Coast Guard (USCG) Disaster Reconstitution Multiple Award Construction Contract
Term Contract
Conception
$1,500,000 CJ est. value
Seattle, WA 98174

RFQ - United States Coast Guard (USCG) Disaster Reconstitution Multiple Award Construction Contract
Term Contract
Conception
$1,500,000 CJ est. value
Seattle, WA 98174

HMA Overlay Minor Structural
Infrastructure
Design
$520,000 est. value
Portage, IN

SR 2 - Bridge Deck Overlay
Infrastructure
Design
$654,280 est. value
Hebron, IN

Replace Superstructure
Demolition, New Construction, Infrastructure
Bidding
$2,000,000 CJ est. value
Portage, IN 46368

Replace Superstructure
Demolition, New Construction, Infrastructure
Bidding
$2,000,000 CJ est. value
Portage, IN 46368

Airport Road and Lute Road Traffic Signal
Infrastructure
Sub-Bidding
$300,000 CJ est. value
Portage, IN 46368

Hot Mastic Asphalt (HMA) for Dickinson Road and Rail Road
Post-Bid
Chesterton, IN 46304

Eisenhower Avenue - Valparaiso 2021 Community Crossings Road Improvements
Post-Bid
Valparaiso, IN 46383

Union Center Elementary School Additions & Renovations - 2022
Addition, Demolition, Renovation, Infrastructure
Results
$8,000,000 CJ est. value
Valparaiso, IN 46385

2021 Street Repair and Resurfacing
Results
Kouts, IN

Central Avenue between County Line Road and Willowcreek Road
New Construction, Infrastructure
Pending Verification
$10,500,000 CJ est. value
Portage, IN 46368

Central Avenue between County Line Road and Willowcreek Road
New Construction, Infrastructure
Pending Verification
$10,500,000 CJ est. value
Portage, IN 46368

Intersect. Improv. W/ Added Turn Lanes
Infrastructure
Design
$7,296,393 CJ est. value
Valparaiso, IN 46383

RFP Engineering - Town of Chesterton Right-of-way Acquisition Services for the Westchester-liberty Trail, Phase 3
Infrastructure
Bidding
$1,600,000 CJ est. value
Chesterton, IN 46304

Last Updated 08/09/2022 04:01 PM
Project Title

2022 Airfield Marking Project

Physical Address View project details and contacts
City, State (County) Valparaiso, IN 46383   (Porter County)
Category(s) Heavy and Highway, Single Trades, Transportation
Sub-Category(s) Aircraft Hangar, Concrete, Maintenance, Paving/Reconstruction, Runways/Taxiways, Sidewalks/Parking Lot, Site Development
Contracting Method Competitive Bids
Project Status Construction start expected August 2022
Bids Due View project details and contacts
Estimated Value $278,619 [brand] Estimate
Plans Available from Copy Center - 06/20/22
Owner View project details and contacts
Architect View project details and contacts
Description

As of August 08th, 2022, project has not been awarded yet. It may be awarded sometime after the 3rd week of August. he Airfield Pavement Marking package's scope of work includes surface preparation and cleaning of existing markings and remarking of Runway 9/27 from end of pavement to end of pavement (including displaced threshold), Runway 18/36, Taxiway A, Taxiway B, Taxiway A1, Taxiway A2, Taxiway A4, Taxiway A6, Taxiway A7, Taxiway B1, and all Taxilanes south of Taxiway A including T-hangar Taxilanes, Terminal Apron and Aircraft Parking tie-downs. An additive bid scope of work includes marking of the Terminal Building Parking Lot. The Taxilane and Parking Area Microsurfacing package's scope of work includes HMA Pavement Crack Repair, limited Full-Depth Pavement Patching, Surface Preparation and Cleaning, and a HMA Cape Seal (Multi-layer Chip Seal and Seal Coat) for the following areas: Taxiway A-2, south of Taxiway A, Taxilane AA, Taxiway C, Taxilane BB, Taxilane CC, Taxilane DD, Terminal Parking Lot, and Taxiway K, south of Taxiway C. An additive bid of the Landside Access to Taxilane BB, CC, DD will also be included. A certified check or bank draft payable to the Porter County Municipal Airport Authority or a satisfactory bid bond, executed by the Bidder and an approved surety company in an amount not less than five (5) percent of the bid, shall be submitted with each bid. (1) The Bidder (Proposer) must supply all the information required by the bid on proposal forms. (2) The bids shall be based upon rates of wages at least as high as the minimum rates established by the wage rate determination and included in these contract documents. NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION to ENSURE EQUAL EMPLOYMENT OPPORTUNITY 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. 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: 7.5% 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. 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. As used in this notice and in the contract resulting from this solicitation, the "covered area" is Porter County Regional Airport - Valparaiso, Porter County, Indiana. BUY AMERICAN PREFERENCE The Contractor agrees to comply with 49 USC 50101, which provides that Federal funds may not be obligated unless all 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. A bidder or offeror must complete and submit the Buy America certification included herein with their bid or offer. The Owner will reject as nonresponsive any bid or offer that does not include a completed Certificate of Buy American Compliance. 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 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. Or call in (audio only) +1 937-240-2430 Phone Conference ID: 263 273 459# Or call in (audio only) +1 937-240-2430 Phone Conference ID: 499 641 320#

Details

Division 03 - Concrete, Concrete Forming, Structural Cast-in-Place Concrete Forming, Concrete Reinforcing.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing.
Division 09 - Finishes, Painting.
Division 10 - Specialties, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers.
Division 13 - Special Construction, Fabricated Engineered Structures, Metal Building Systems.
Division 21 - Fire Suppression.
Division 31 - Earthwork, Site Clearing, Grading, Earthwork Methods.
Division 32 - Exterior Improvements, Operation and Maintenance of Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Paving Specialties, Pavement Markings, Fences and Gates, Turf and Grasses.
Division 33 - Utilities, Storm Drainage Utilities.
Division 34 - Transportation, Operation and Maintenance of Transportation, Airfield Signaling and Control Equipment.

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