Similar Projects
Elevator and Escalator Maintenance Services
Infrastructure
Design
est. value
Indianapolis, IN 46204

Lighting
Infrastructure, Renovation
Design
$262,000 CJ est. value
Lynnville, IN 47619

Install Kitchen Emergency Power
Renovation
Sub-Bidding
$200,000 CJ est. value
Indianapolis, IN 46202

Adams Elementary Security and Light­ing Improvements
Renovation
Sub-Bidding
$120,000 CJ est. value
Fort Wayne, IN 46803

J059--SOURCES SOUGHT: SDVOSBs, VOSBs, or Small Businesses for Automatic Transfer Switch (ATS) Maintenance and Testing at the VA Illiana Health Care System Danville, Illinois
Post-Bid
Danville, IL - Danville, IN 61832

Portable Emergency Generator
Post-Bid
Fort Wayne, IN 46805

Mechanical & Electrical System Services
Results
Crane, IN 47522

Electrical Services
Results
$2,500 to $20,000,000 est. value
Sullivan, IN

Lakeside Park Tennis and Basketball Courts Lighting
Infrastructure
Sub-Bidding
$300,000 CJ est. value
Fort Wayne, IN 46805

69 KV Transmission Structure Replacements
Post-Bid
Peru, IN

Rectifier Transformer Replacement
Results
Chesterton, IN 46350

Electric Works Core and Shell - West Campus Public Infrastructure Improvements Bid Phase I
Infrastructure
Sub-Bidding
$30,000,000 CJ est. value
Fort Wayne, IN 46802

Guaranteed Energy Savings
Term Contract
Post-Bid
New Albany, IN

Wellhouse Two and Eight Electrical Upgrade Installation - 2021
Results
West Lafayette, IN

Guaranteed Savings Contract
Term Contract, Alteration
Post-Bid
Elkhart, IN

Last Updated 08/23/2022 03:11 PM
Project Title

Plymouth Phase 3 Taxiway Lighting

Physical Address View project details and contacts
City, State (County) Plymouth, IN 46563   (Marshall County)
Category(s) Single Trades
Sub-Category(s) Electric
Contracting Method Competitive Bids
Project Status Construction start expected October 2022
Bids Due View project details and contacts
Estimated Value $900,000 [brand] Estimate
Plans Available from Copy Center
Owner View project details and contacts
Architect View project details and contacts
Description

Phase 2 TWY Paving and Marking; extend parallel TWY A 3,920 linear feet to the east ofthe existing east end of parallel TWY A and construct connecting TWY A3 and A4 by completing construction of the planned pavement subgrade at its connection with existing TWY A; TWY A5; and RWY 10/28; verifying the compaction of the planned subgrade soil completed during Phase 1 construction; performing cement subgrade treatment or unsuitable subgrade excavation and aggregate fill; placing an aggregate drainage layer; placing a layer of separation geofabric; placing and compacting aggregate subbase material; placing and compacting asphalt base and surface courses; painting temporary and permanent pavement markings; placing stockpiled topsoil in the non-paved construction limits; and mulch seeding disturbed areas as more specifically set out in the Plans and specifications. Phase 3 TWY Electrical; installing taxiway edge lighting along parallel TWY A and connecting TWYs by installing concrete encased electrical ducts under planned taxiway pavements; modifying the existing RWY 10/28 lighting circuit at the planned intersections of TWY A3 and A4; installing new electrical conduit; power cable and counterpoise wire to establish a new TWY lighting circuit; installing new LED TWY edge lighting fixtures (MITL) and new TWY circuit Constant Current Regulator (CCR); relocating TWY A2 guidance sign; installing planned TWY A3 and A4 guidance signs; converting TWY A5 sign panels; and mulch seeding disturbed areas as more specifically set out in the Plans and specifications. Federal laws and regulations require that the successful bidders be contractually subject to applicable federal contract provisions and that the bidders incorporate such provisions in each subcontractor, material supplier, or service provider contract or agreement used for the proposed project. The full text of each contract provision, its source law or regulation, and its applicability to the proposed construction contract are contained in the Contract Documents. Certain contract provisions are included in this Notice to Bidders by reference while the full text is included in the proposed construction contract: (1) Buy American Preference requires all steel and manufactured goods be produced in the United States; (2) Foreign Trade Restriction prohibits the use of product or services from a foreign country that discriminates against the United States as published by the Office of the United States Trade Representative; (3) Davis-Bacon Act ensures that laborers and mechanics employed receive pay no less than the prevailing wages and fringe benefits determined by the Department ofLabor; (4) Affirmative Action Requirement sets goals for minority participation in federally funded projects; (5) Government-wide Debarment and Suspension requires that bidders must certify that they are not suspended, debarred, or excluded by any Federal department or agency; (6) Government-wide Requirements for a Drug-free Workplace prohibits the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance in the Owners workplace. A certified check or bank draft payable to the City of Plymouth, Indiana, or a satisfactory bid bond, executed by the Bidder and an approved surety company in an amount not less than five (5) percent ofthe bid, shall be submitted with each bid. (1) The bidder 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 Davis-Bacon wage rate determination included in the contract documents. The Contract Documents including the Instructions to Bidders, project Contract Forms, project General and Special Provisions, Standard and Supplemental Specifications, and Bid Proposal are on file at the Plymouth Municipal Airport, Plymouth, Indiana and at the office of Woolpert, Inc., 333 North Alabama Street, Suite 200, Indianapolis, Indiana, 46204. The Owner, in accordance with Title VI ofthe Civil Rights Act of 1964, (78 Stat. 252, 42 U.S.C. 2000d to 2000d-4) and Title 49, Code of Federal Regulations, Department of Transportation,Subtitle A, Office ofthe Secretary, Part 21, Nondiscrimination in Federally-assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin or sex and consideration for an award. MBEs interested in participating in the construction program and bidding upon the project, upon request, will be supplied with information or Plans and Specifications desired. The Owner is cognizant of the time limitation for awarding contracts and giving Notice to Proceed pursuant to IC 36-1-12-6. However, due to the time requirements anticipated for obtaining approval of appropriate public agencies, and other required procedures, it is anticipated that the contract cannot be finally executed and Notice to Proceed be given until October 11, 2022. Accordingly, bidders should be prepared to grant an appropriate extension of time pursuant to IC 36-1-12-6 at the time of making the tentative award to the lowest responsible bidders as determined by the Owner. No bidders shall be allowed to withdraw their bid after its opening unless written approval is granted by the Owner. The Owner reserves the right to waive any informalities in bidding if such waiver is in its best interests and conforms to local laws pertaining to the letting of construction contracts and to reject any and all bids. Project No. 08613

Details

Division 26 - Electrical.

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