Similar Projects
I-49 North Inter-City Connector - LaDOTD
Infrastructure
Conception
$100,000,000 est. value
Shreveport, LA 71150

Police Facilities Maintenance and Improvements - City of Shreveport
New Construction, Renovation, Infrastructure
Design
$12,500,000 CJ est. value
Shreveport, LA 71107

RFQ Design - Above Ground Potable Water Storage Tank System (VA-22-00005162)
Infrastructure
Design
$10,000,000 CJ est. value
Shreveport, LA 71101

12 Mile Bayou, Shreveport, Louisiana, P.L. 84-99 Emergency Bank Stabilization, West Agurs Levee Sta. 196+90 and 427+10
Infrastructure
Bidding
$5,000,000 CJ est. value
Shreveport, LA 71107

Abate Central Chase / Replace Fire Main
Term Contract, Renovation, Infrastructure
Bidding
$2,000,000 CJ est. value
Shreveport, LA 71101

LA 538: JCT US 71 TO LA 1
Infrastructure
Post-Bid
$500,000 to $1,000,000 est. value
LA

Henry Road Safety Widening: LA 73 To Tillotson and Aikens Road Clearing and Grubbing
Infrastructure, Alteration
Post-Bid
$350,000 to $500,000 est. value

LA 511 - Turn Lanes at Walker and Kennedy
Infrastructure
Results
$2,500,000 to $5,000,000 est. value
LA

LA 173 - LA 1 to US 71
Infrastructure
Results
$1,000,000 to $2,500,000 est. value
LA

US 171: Caddo P/L - LA 3132
Infrastructure
Design
$10,000,000 CJ est. value
Keithville, LA 71047

Upgrade Water Distribution System - Main Hospital
Infrastructure
Bidding
$10,000,000 CJ est. value
Shreveport, LA 71101

Rehabilitation of several existing roads in Washington Parish
Infrastructure
Post-Bid

Dr 4263 Pw 910 Paved Roads - Task Order No. 4
Infrastructure
Results
$4,500,000 est. value

Airfield Lighting Rehabilitation Phase IV
Infrastructure
Bidding
$1,900,000 CJ est. value
Shreveport, LA 71109

Ezekial Jackson Park Airnasium
Infrastructure
Post-Bid
$500,000 CJ est. value
Reserve, LA 70084

Last Updated 08/18/2022 10:45 AM
Project Title

Taxiway Turnarounds, Airport Improvement Program

Physical Address View project details and contacts
City, State (County) Vivian, LA 71082   (Caddo County)
Category(s) Heavy and Highway, Transportation
Sub-Category(s) Airline/Passenger Terminal, Paving/Reconstruction, Runways/Taxiways, Site Development
Contracting Method Competitive Bids
Project Status Construction start expected September 2022
Bids Due View project details and contacts
Estimated Value $1,500,000 [brand] Estimate
Plans Available from Civil Engineer
Owner View project details and contacts
Architect View project details and contacts
Description

For construction at the Vivian Airport consisting of Taxiway Turnarounds, Airport Improvement Program No. 3-22-0070-016-2022 Please submit questions for the project 72 hours prior to bid opening through portal in the Q&A portal. Bids shall be received only on proposal forms furnished by the Engineer. In no event shall proposal forms be issued later than twenty-four (24) hours prior to the hour and date set for receiving proposals. Bid proposals, amendments to bids, or requests for withdrawal of bids, which are received after the time specified for bid opening, shall not be considered for any cause whatsoever. An acceptable bid bond, cashier's check or certified check payable to the Town of Vivian, in an amount equal to five percent (5%) of the bid price, shall be submitted with each bid. The successful Bidder will be required to furnish and pay for satisfactory performance and payment bonds. Bidders are advised that Performance, Payment, and Maintenance Bond, each in the amount of 100 percent (100%) of the contract price, will be required. On any bid submitted in the amount of $50,000 or more, the Contractor shall certify that he is licensed under Louisiana Revised Statute 37:2150-2164 and show his license number on the bid and on the envelope. Bidders must be licensed in the following category: Highway, Street and Bridge Construction (or applicable sub classification). The licensee shall not be permitted to bid or perform any type or types of work not included in the classification under which his license was issued. Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity 1. The Offerors or Bidders attention is called to the OEqual Opportunity ClauseO and the OStandard Federal Equal Employment Opportunity Construction Contract SpecificationsO set forth herein. 2. The goals and timetables for minority and female participation, expressed in percentage terms for the ContractorOs aggregate workforce in each trade on all construction work in the covered area, are as follows: Timetables Goals for minority participation for each trade: 29.3% Goals for female participation in each trade: 6.9% These goals are applicable to all of the ContractorOs 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 ContractorOs 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 ContractorOs 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 Ocovered areaO is the Town of Vivian, Caddo Parish in Louisiana. Title VI Solicitation Notice The Town of Vivian, 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, 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. The Disadvantaged Business Enterprise (DBE) goal is 7.66% of the dollar value of this contract. The DBE program also includes a small business element pursuant to 49 CFR Part 26. The OwnerOs award of this contract is conditioned upon Bidder or Offeror satisfying the good faith effort requirements of 49 CFR 26.53. The successful Bidder or Offeror must provide written confirmation of participation from each of the DBE firms the Bidder or Offeror lists in its commitment within five days after bid opening. 1) The names and addresses of 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 OwnerOs project goal; and 5) 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 requirements of 49 CFR part 26 apply to this contract. It is the policy of the Town of Vivian to practice nondiscrimination based on race, color, sex or national origin in the award or performance of this contract. The Owner encourages participation by all firms qualifying under this solicitation regardless of business size or ownership. All Bidders and Proposers shall comply with the provisions of Buy American Preference, Davis Bacon Requirements, Debarment and Suspension, Disadvantaged Business Enterprise, Foreign Trade Restriction, Lobbying Federal Employees, and Recovered Materials. Bids may be held by the Town of Vivian for a period of sixty (60) calendar days after the date and hour set for the opening. The Town of Vivian reserves the right to reject any or all Bids for just cause and reserves the right to waive any and all informalities.

Details

Division 03 - Concrete, Concrete Forming, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing.
Division 06 - Wood, Plastics, and Composites.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection, Weather Barriers.
Division 08 - Openings, Doors and Frames, Coiling Doors and Grilles, Entrances and Storefronts, Windows, Special Function Windows, Security Windows, Access Control Hardware, Louvers and Vents.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Ceilings, Resilient Flooring, Carpeting, Acoustic Treatment, Painting.
Division 10 - Specialties, Visual Display Units, Directories, Signage, Telephone Specialties, Compartments and Cubicles, Toilet Compartments, Emergency Aid Specialties, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Lockers, Storage Assemblies, Protective Covers, Flagpoles, Pest Control Devices, Flags and Banners, Security Mirrors and Domes.
Division 11 - Equipment, Loading Dock Equipment, Loading Dock Bumpers, Stationary Loading Dock Equipment, Portable Dock Equipment, Loading Dock Lights, Foodservice Equipment, Foodservice Storage Equipment, Food Preparation Equipment, Food Cooking Equipment, Food Dispensing Equipment, Ice Machines, Cleaning and Disposal Equipment.
Division 12 - Furnishings, Art, Casework, Seating.
Division 14 - Conveying Equipment.
Division 21 - Fire Suppression, Instrumentation and Control for Fire-Suppression Systems, Fire-Extinguishing Systems.
Division 22 - Plumbing, Instrumentation and Control for Plumbing, Plumbing Piping, Plumbing Equipment, Plumbing Fixtures, Drinking Fountains and Water Coolers.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC.
Division 25 - Integrated Automation.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Packaged Generator Assemblies, Engine Generators, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting, Lighting Poles and Standards, Parking Lighting, Site Lighting, Walkway Lighting, Flood Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications, Audio-Video Communications, Distributed Audio-Video Communications Systems, Paging Systems, Public Address Systems, Intercommunications and Program Systems.
Division 28 - Electronic Safety and Security.
Division 31 - Earthwork, Site Clearing, Grading, Earthwork Methods, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Paving Specialties, Parking Bumpers, Speed Bumps, Pavement Markings, Tactile Warning Surfacing, Fences and Gates, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities.
Division 34 - Transportation, Airfield Signaling and Control Equipment.
Division 41 - Material Processing and Handling Equipment, Conveyors.

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