Similar Projects
B402 Elevator Replacement Tomah VA Medical Center
Term Contract
Design
$2,000,000 to $5,000,000 est. value
Tomah, WI 54660

Install New Elevator B-23
Infrastructure
Design
$3,000,000 to $5,000,000 est. value
Tomah, WI 54660

Countywide Elevator Maintenance / Modernization of Four Elevators
Term Contract
Sub-Bidding
Milwaukee, WI 53202

Administrative Facilities Elevator Upgrades
Renovation
Sub-Bidding
$200,000 CJ est. value
Milwaukee, WI 53204

Doyle - 2021 Elevator Replacement
Alteration
Post-Bid
Madison, WI 53703

Dodge County - Henry Dodge Elevator Modernization
Renovation
Post-Bid
Juneau, WI 53039

Central Maintenance Facility Lift Replacement
Results
Eau Claire, WI 54703

Elevator Maintenance
Alteration
Results
Madison, WI 53703

Elevator Consulting
Alteration
Post-Bid
Madison, WI

Village on Park Elevator Replacement of Power Unit and Hydraulic Jack
Alteration
Results
Madison, WI 53713

VLM (Vertical Lift Machine) Disassembly and Relocation
Alteration
Post-Bid
Madison, WI

Elevator Services for the University of Wisconsin-Milwaukee Housing Department
Alteration
Results
Milwaukee, WI 53211

Small Full Service Elevator Maintenance
Term Contract
Post-Bid
Chicago, IL - Olathe, KS - Fort Worth, TX - Milwaukee, WI 60638

ADA Vertical Platform Lift
Alteration
Results
Appleton, WI 54911

Small Elevator Inspection/Testing Services
Term Contract
Post-Bid
Chicago, IL - Milwaukee, WI 60638

Last Updated 10/28/2022 02:31 AM
Project Title

Replace Inbound Baggage Conveyor

Physical Address View project details and contacts
City, State (County) La Crosse, WI 54603   (La Crosse County)
Category(s) Single Trades
Sub-Category(s) Conveying Systems
Contracting Method Competitive Bids
Project Status Results, Construction start expected November 2022
Bids Due View project details and contacts
Estimated Value $546,176 [brand] Estimate
Plans Available from Architect
Owner View project details and contacts
Architect View project details and contacts
Description

This contract is federally funded with an established DBE goal, dollar values will not be shown until after the 24-hour supplemental information timeline has expired for DBE documentation submission and bid responsiveness has been determined by the Department. Bids determined to be non-responsive will not have results posted. Replace Inbound Baggage Conveyor - Removal and replace inbound baggage conveyor, electrical work, and access control. Project Location: 2850 Airport Rd., La Crosse, WI. 54603 DBE Goal: 0% Contract Completion Time: 45 Calendar Days Proposals: Proposal forms are included with the plans and specifications, and are subject to the provisions of Wis. Stat. 66.0901(7) Cost to bid: There are two options for bidders to submit bids: A cost of $35 per project, or a monthly subscription wherein the bidder is able to submit bids for all projects in portal.com system for $50 per month. Subscriptions can be turned on and off at any time by the registered user. Only the prime or general contractor submitting a bid are responsible for payment. Proposal guaranty: A bid security in the amount of 5% of the total amount of the bid is required for the contract. Each proposal must be accompanied by a bid bond, certificate of annual bid bond, a certified check, bank's draft, bank's check, or postal money order made payable to the Wisconsin Department of Transportation Secretary for 5% of the total amount bid. The electronic template will allow the following options for meeting the proposal guaranty. E-Verify bid bond (Surety2000 & SurePath), uploading a copy of the bid bond or certificate of annual bid bond, certified check, bank draft, or money order. Any bid security, other than a E-verified bond or certificate of annual bid bond is provided, the department will require that the apparent two lowest bidders to mail or hand-deliver the original bond, certified check, bank draft, or money order to the Bureau of Aeronautics by close of business two business days following the close of bids and must be received by the Bureau of Aeronautics no later than 5 days from the posting of the bid results. A paper hard copy prequalification is required to be submitted PRIOR to the bid opening. The proper prequalification form must be sent to the DOT to establish prequalification and remain valid prior to the deadline for prequalification indicated below. Prequalification's submitted after the deadline will be processed but a bid from that firm will not be opened for any project where the deadline has been exceeded. The following prequalification is required for this contract: The Bureau of Aeronautics "Statement of Bidder's Qualifications and Experience" (short form) will apply. Bid proposals will be opened only from those firms that have established their qualifications for the work being bid upon. If a prospective bidder has previously submitted hold a current and valid (not expired or revoked), proper statement and received prior approval from the department, a re-submittal for this project is not required. Any prospective bidder who has not previously established their qualifications must file a pre-qualification statement on the proper forms and be received by the department no later than 12:00 noon, local time, Friday, October 7, 2022. Only prime or general contractors submitting the bid need to be prequalified; subcontractors do not need to be prequalified. The qualification statement is a sworn statement and consist of information relating to financial ability, equipment, and experience in the work prescribed in this proposal. The statement shall be in writing on the proper standard form furnished by the department. The department will evaluate the statement and determine acceptability prior to bid acceptance. Failure to establish prequalification as stipulated will result in the bid not being opened and/or rejected. Federal Requirements: This project is federally funded and federal provisions and requirements apply. Federal provisions made part of, but not limited to this contract include: Buy American Preference, Federal Tax Certification, Foreign Trade Restriction, Davis Bacon, Affirmative Action, Governmentwide Debarment and Suspension, Governmentwide Requirements for Drug-free Workplace. Hours of labor and minimum wage rates: Pursuant to regulations provided by applicable federal and/or state laws, the hours of labor and minimum wage rates are set forth in the proposal. Affirmative action: The department hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged 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, sex, or national origin in consideration for an award. Affidavit of non-collusion: A required affidavit of non-collusion will be incorporated as part of the proposal for each prospective bidder. Failure to complete and sign the sworn statement makes the bid non-responsive and ineligible for award consideration. By completing the electronic signature and submitting the proposal, each bidder by or on behalf of the person, firm, association, or corporation submitting the bid, certifies that such person, firm, association, or corporation has not, either directly or indirectly, entered into agreement, participated in any collusion, or otherwise taken any action, in restraint of free competitive bidding in connection with the submitted bid. This sworn statement shall be executed and sworn to by the bidder before a person who is authorized by the laws of the state to administer oaths. Click to call from Mobile (audio only) United States: +1 (877) 422-8614,, 5391172# Call in by Phone (audio only) United States: +1 (877) 422-8614 Meeting extension: 5391172# A physical visit of the site will be offered at the completion of the pre-bid conference. Additional site visits may be authorized by the airport on a case-by-case basis and must be scheduled and coordinated with airport management. Questions arising from site visits shall be submitted by email to the contact person below. Answers will be provided to all plan holders via a subsequent addendum. The purpose of the meeting and site visit will be to familiarize all concerned persons with the project and conditions at the airport. For further information, contact Lisa Kinsman at 608-443-0601, email lisa.kinsman@meadhunt.com. City of La Crosse, Wisconsin Represented by Craig Thompson, Secretary Department of Transportation Sponsor's Authorized Agent MBE (0.9%), WBE (6.9%), DBE (0%) The Replace Inbound Baggage Conveyor project consists of the following: a. Removal of the existing In Bound Baggage Conveyor, security/fire dampers and Baggage Conveyor Motor Control Panel (MCP). Disconnect existing circuitry from the existing electrical source panel. The existing access control credential pin pad for activating the baggage conveyor will be reused as part of the new Baggage Conveyor installation. b. Installation of the new In Bound Baggage Conveyor including new security/fire dampers and Motor Control Panel (MCP), and reactivation and integration of the access control system with new baggage handling equipment. Extend existing electrical branch circuitry to connect to the new baggage system MCP. Change existing circuit breaker in source panel to accommodate new MCP rating. c. Miscellaneous work to include touch up painting, if needed and placement of carpet tiles over void area between the conveyors and separation of the baggage conveyor work area from the public. d. Include fire safety as needed at fire dampers/doors.

Details

Division 14 - Conveying Equipment, Operation and Maintenance of Conveying Equipment, Common Work Results for Conveying Equipment, Commissioning of Conveying Equipment, Elevators, Escalators and Moving Walks, Escalators.

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