Similar Projects
Love Louisiana Outdoor Grant Project
Renovation, Infrastructure
Bidding
$155,000 CJ est. value
Bernice, LA 71222

3" Concrete Coring to Install Termite Bait Stations
Alteration
Post-Bid
New Orleans, LA

Webster Parish Health Unit Building Upgrades
Renovation
Post-Bid
$220,000 CJ est. value
Minden, LA 71055

City-Wide Concrete Street Rehabilitation 2021 Phase 1
Alteration
Results
Lafayette, LA

Valencia Spray Park
New Construction, Infrastructure
Results
$198,500 CJ est. value
Shreveport, LA 71101

Ready Mix Concrete
Alteration
Post-Bid
Alexandria, LA

On-Demand Concrete Repairs for Public Works
Alteration
Results
$900,000 est. value
Bossier City, LA 71111

Spun Prestressed Wood Pole Equivalent Concrete Poles
Term Contract
Post-Bid
Alexandria, LA

Bossier Parish Police Jury Proposed Street Improvements DR 4263 PW 910 Paved Roads
Infrastructure
Results
$1,236,652 CJ est. value
Benton, LA 71006

Grit Screen and Refinishing of Wood Floors
Term Contract
Post-Bid
Natchitoches, LA 71457

South Cameron High School Track and Field Event Repairs
Infrastructure
Results
$399,400 CJ est. value
Grand Chenier, LA 70643

Concrete - DOC
Alteration
Post-Bid
Saint Gabriel, LA 70776

Jahncke Street Overlay
Infrastructure
Results
$368,220 CJ est. value
Covington, LA 70433

Concrete Ready Mix - Term Contract
Alteration
Post-Bid
Baton Rouge, LA

East Feliciana Steam Academy Main Building Renovation Phase 2
Renovation
Results
$1,308,000 CJ est. value
Clinton, LA 70722

Last Updated 08/24/2023 11:25 AM
Project Title

Extension of Runway 18 and Associated Improvements Phase 2

Physical Address View project details and contacts
City, State (County) Alexandria, LA 71303   (Rapides County)
Category(s) Single Trades
Sub-Category(s) Concrete
Contracting Method Competitive Bids
Project Status Results, Construction start expected September 2023
Bids Due View project details and contacts
Estimated Value $37,316,761 [brand] Estimate
Plans Available from Civil Engineer
Owner View project details and contacts
Architect View project details and contacts
Description

As of 08/24/2023 The project has not been awarded yet. The scope of work for this Project is as follows: "Alternate Bid No. 1" includes the extension of Runway 18 by 1,502' to a total length of 8,503', construction of a 150' x 200' blast pad, construction of a taxiway filet at the end of the existing Taxiway B, the extension of Taxiway B to match the runway extension, striping and lighting modifications to the existing runway and taxiway, construction of a connecting taxiway fillet at the end of proposed Taxiway B, all associated lighting, NAVAIDS and pavement markings, the relocation of the underground primary and communications duct banks to the Hot Pads west of Runway 18-36. "Alternate Bid No. 2" includes the construction of the full pavement section of Runway 18 for a length of 1,502', the construction of the full pavement section of a 150' x 200' blast pad and construction of the full pavement section of a taxiway filet at the end of the existing Taxiway B, the relocation of the underground primary and communications duct banks to the Hot Pads west of Runway 18-36. "Alternate Bid No. 3" includes the construction of the full pavement section of Runway 18 for a length of 1,000', and construction of the full pavement section of a partial taxiway filet at the end of the existing Taxiway B. All work within "Alternate Bid No. 3" will occur within the Runway Safety Area of 18-36, the relocation of the underground primary and communications duct banksto the Hot Pads west of Runway 18-36. The OWNER reserves the right to reject any or all Bids for just cause. Such actions will be in accordance with Title 38 of the L.R.S. In accordance with Louisiana Revised Statutes 38:2212(B)(1), the provisions and requirements stated in the bidding documents shall not be considered as informalities and shall not be waived. Sureties used for obtaining Bonds must appear as acceptable on the Department of TreasuryCircular 570 and comply with other specified requirements included involved in the Instruction to Bidders. The contract is to be financed in whole or in part by federal or other funds which will not be readily available at the time bids are received. In accordance with LA. R.S. 38:2215D, Bidders may not withdraw their bid within ninety (90) days after the actual date of opening thereof. The Owner reserves the right to reject any and all bids for just cause in accordance with Louisiana R.S. 38:2214B. This contract is subject to the requirements of the Davis-Bacon Act (DOL 29 CFR Part 5), as amended. The Contractor is required to comply with wage and labor provisions and to pay minimum wagesin accordance with the schedule of wage rates established by the United States Department of Labor. Award of contract is also subject to the following Federal provisions: Executive Order 11246 and DOL Regulation 41 CFR PART 60 - Affirmative Action to Ensure Equal Employment Opportunity DOT Regulation 49 CFR PART 29 - Government-wide Debarment and Suspension and Government-wide Requirements for Drug-free Workplace DOT Regulation 49 CFR PART 30 - Denial of Public Works Contracts to Suppliers of Goods and Services of Countries that Deny Contracts to Suppliers of Goods and Services of Countries That Deny Procurement Market Access to U.S. Contractors (Foreign Trade Restriction). TITLE 49 United States Code, CHAPTER 501 - Buy American Preferences The England Economic and Industrial Development District, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. 2000d to 2000d-4) and the Regulations, hereby notifies all biddersthat 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 bidsin response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. It is the policy of the England Authority that disadvantaged business enterprises as defined in 49 CFR Part 26 shall have the maximum opportunity to participate in the performance of Capital Projects advertised by the England Authority. All bidders shall make good faith efforts, as defined in Appendix A of 49 CFR Part 26, Regulations of the Office of the Secretary of Transportation, to subcontract nine percent (9%) of the dollar value of the prime contract to small business concerns owned and controlled by socially and economically disadvantaged individuals (DBEs). All bidders (proposers) will be required to submit information concerning the DBEs that will participate in this contract. The information will include the name and addressfor each DBE, a description ofthe work to be performed by each named firm, the dollar value of the contract (subcontract), written documentation of the bidder (proposers) commitment to utilize the DBE firm and written confirmation from the DBE firm that it is participating in the contract as provided in the commitment made by the bidder (proposer). If the bidder fails to achieve the contract goal asstated herein, it will be required to provide documentation demonstrating that it made good faith effortsin attempting to do so. A bid that fails to meet these requirements will be considered non-responsive. DBE Required Contract Provisions: Contract Assurance (26.13) - The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, orsex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of this contract. Failure by the contractor to carry out these requirementsis a material breach of this contract, which may result in the termination of this contract or such other remedy, as the EEIDD deems appropriate. Prompt Payment (26.29) - The prime contractor agreesto pay each subcontractor under this prime contract for satisfactory performance of its contract no later than 15 days from the receipt of each payment the prime contractor receives from EEIDD. The prime contractor agrees further to return retainage payments to each subcontractor within 15 days after the subcontractor's work issatisfactorily completed. (The England Authority will hold retainage from prime contractors and provide for prompt and regular incremental acceptances of portions of the prime contract, and pay retainage to prime contractors based on these acceptances). Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval ofthe EEIDD. This clause applies to both DBE and non-DBE subcontractors. Award of contract is also subject to the following Federal provisions: 1) Buy American Preference 2) Foreign Trade Restriction 3) Davis Bacon 4) Affirmative Action 5) Governmentwide Debarment and Suspension 6) Governmentwide Requirements for Drug-free Workplace The successful bidder will be required to submit a Certification of Nonsegregated Facilities prior to award of the contract, and to notify prospective subcontractors of the requirement for such a Certification where the amount of the subcontract exceeds $10,000. Samples oftheCertification and Notice to Subcontractors appear in the Specifications. Women will be afforded equal opportunity in all areas of employment. However, the employment of women shall not diminish the standards or requirements for the employment of minorities. For contracts of $50,000 or more, a contractor having 50 or more employees, and hissubcontractors having 50 or more employees and who may be awarded a subcontract of $50,000 or more, will be required to maintain an affirmative action program within 120 days of the commencement of the contract. Preaward Equal Opportunity Compliance Reviews. Where the bid of the apparent low responsible bidder isin the amount of $1 million or more, the bidder and his known all-tiersubcontractors which will be awarded subcontracts of $1 million or more will be subject to full on-site, preaward equal opportunity compliance reviews before the award of the contract for the purpose of determining whether the bidder and his subcontractors are able to comply with the provisions of the equal opportunity clause. Compliance Reports. Within 30 days after award of this contract, the Contractor shall file a compliance report (Standard Form 100) if: 1) The Successful Bidder has not submitted a complete compliance report within 12 months preceding the date of award; and 2) The Successful Bidder is within the definition of "employer" in Paragraphs 2e(3) of the instructions included in Standard Form 100. The Successful Biddershall require the subcontractor on all-tier subcontracts, irrespective of dollar amount, to file Standard Form 100 within 30 days after award of the subcontract if the above two conditions apply. Standard Form 100 will be furnished upon request. Bidders are hereby advised that the Owner, England Economic and Industrial Development District, has employed the services of Eddlemon & Associates LLC to administer the Disadvantaged Business Enterprise Program for this project. The DBE Administrator's address is 5237 Raphael Drive; Alexandria, Louisiana 71303 and the telephone number is (318) 613-8143. If Bidders encounter problems locating a DBE, they should notify the DBE Manager, Lynne Eddlemon. Bid Results: Alternate Bid No. 1 Merrick, LLC $16,031,149.90 Alternate Bid No. 2 Gilchrist Construction $14,110,805.70 Alternate Bid No. 3 Merrick, LLC $7,174,804.60

Details

Division 03 - Concrete, Cast-in-Place Concrete.

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