Similar Projects
Seaview Corridor Improvements - City of Norwalk
Infrastructure
Conception
$250,000 est. value
Norwalk, CT

Arch Street Downtown Complete Streets Improvements - City of New Britian
Infrastructure
Conception
New Britain, CT

Combined Use Path Ligi Way and Farmingville Road
Infrastructure
Design
$200,000 CJ est. value
Ridgefield, CT 06877

Combined Use Path Ligi Way and Farmingville Road
Infrastructure
Design
$200,000 CJ est. value
Ridgefield, CT 06877

RFP - FY 23-B026 Solar Photovoltaic Systems
Infrastructure
Bidding
$2,000,000 CJ est. value
Naugatuck, CT 06770

South Thames Saint Force Main
Infrastructure
Bidding
$300,000 CJ est. value
Norwich, CT 06360

Fence Repairs & Installation Services for Stamford Public Schools
Infrastructure
Sub-Bidding
$70,000 CJ est. value
Stamford, CT 06901

Horse Barn Hill - Bioscience - Horizontal Cabling (Phase 2)
Infrastructure
Sub-Bidding
$500,000 CJ est. value
Storrs Mansfield, CT 06269

Site Upgrades at Elms Village, The Highlands, Rochambeau Apartments
Post-Bid
Hartford, CT 06108

Tromley Road Reconstruction
Post-Bid
Windsor, CT

Road Rehabilitation 2021 - Phase B
Results
$807,008 est. value
New Milford, CT

Traffic Signal and Intersection Improvements
Results
Meriden, CT

Evergreen Walk Unit 7C
New Construction, Infrastructure
Pending Verification
$44,000,000 CJ est. value
South Windsor, CT 06074

Church Street Apartments
New Construction, Infrastructure - 396,450 SF
Pending Verification
$72,000,000 CJ est. value
Greenwich, CT 06830

Relocation of Pan Am At-Grade Crossing - City of New Britain
Infrastructure
Conception
$398,000 est. value
New Britain, CT

Last Updated 07/22/2022 06:09 AM
Project Title

Runway 6/15 - Off Airport Obstruction Removal Bradley International Airport

Physical Address View project details and contacts
City, State (County) Windsor Locks, CT 06096   (Hartford County)
Category(s) Heavy and Highway
Sub-Category(s) Paving/Reconstruction, Runways/Taxiways, Site Development
Contracting Method Competitive Bids
Project Status Results, Construction start expected July 2022
Bids Due View project details and contacts
Estimated Value $1,891,750 [brand] Estimate
Plans Available from State Agency
Owner View project details and contacts
Architect View project details and contacts
Description

Clarification deadline 5/16/2022 10:00 AM The project consists of the removal of off-airport vegetative obstructions to the federally protected flight surfaces for the Runway 6 and Runway 15 approaches at Bradley International Airport. Vegetative management areas are located predominately within residential settings but also includes a few upland wooded areas. Vegetative obstructions will be cut and removed; stumps grubbed and/or ground; and sites restored via grading, topsoil and seeding. The contract time for completion of all work is within Seventy-Five (75) calendar days from the date specified in the Notice to Proceed The work performed under this Contract shall be governed by Federal Contract Provisions, as applicable, set forth in the Contract Documents, unless otherwise noted, which include, but are not restricted to, Disadvantaged Business Enterprise (DBE) Subcontractor participation, Equal Employment Opportunity requirements, and compliance with State of Connecticut Wage requirements and Federal Wage and Hour requirements (Davis-Bacon Act). All requirements of the Federal funding and the CAA procurement process, as well as all administrative regulations shall apply to this project, as if herein written out in full. The attention of prospective bidders is called to the fact that this project is to be bid upon and the contract executed, under the Federal Funding Rules and Regulations for carrying out the provisions of: Civil Rights General Provisions (Title 49 United States Code, 47123) Title VI Provisions of the Civil Rights Act of 1964, as amended and supplemented, Buy American Preferences (Title 49 United States Code, 50101) Foreign Trade Restriction: Denial of Public Works Contracts on 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 (DOT Regulation 49 CFR Part 30) Davis-Bacon Act (DOL Regulation 29 CFR Part 5) Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246, as amended, and DOL Regulation 41 CFR Part 60) Government Debarment and Suspension and Government-wide Requirements for Drug-free Workplace (2 CFR Part 180 (Subpart C), 2 CFR part 1200, DOT Order 4200.5 DOT Suspension & Debarment Procedures & Ineligibility) The requirements of 49 CFR Part 26, Regulations of the U.S. Department of Transportation, apply to this contract. It is the policy of the CAA to practice nondiscrimination based on race, color, sex, or national origin in the award or performance of this contract. All firms qualifying under this solicitation are encouraged to submit bids/proposals. Award of this contract will be conditioned upon satisfying the requirements of this section. These requirements apply to all bidders/offerors, including those who qualify as a DBE. A DBE contract goal of four point three percent (4.3%) has been established for this contract. The bidder/offeror shall make good faith efforts, as defined in Appendix A, 49 CFR Part 26, to subcontract four point three percent (4.3 %) of the dollar value of the prime contract to Disadvantaged Business Enterprises (DBE), as defined in 49 CFR Part 26. The CAA, 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 bidders 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. It is the policy of the CAA to practice nondiscrimination based on race, color, sex, or national origin in the award or performance of this contract. All disadvantaged business enterprise firms qualifying under this solicitation are encouraged to submit bids/proposals. The provisions of State of Connecticut non-discrimination requirement pursuant to Connecticut General Statutes 4a-60 and 4a-60a will also apply. Award of this contract will be conditioned upon satisfying the requirements of this section. All requirements of the CAA procurement process, as well as all State of Connecticut administrative regulations shall apply to this project, as if herein written out in full. In addition, the State of Connecticut general provisions and prosecution of work requirements will apply, including compliance with State of Connecticut Wage requirements. Each sealed bid shall be accompanied by a certified check, cashiers check or satisfactory Bid Bond, in an amount equal to five percent (5%) of the bid, payable to the Connecticut Airport Authority. The successful bidder will be required to execute and furnish a Performance Bond, and Labor and Materials Payment Bond as security for faithful performance and payment of all bills and obligations arising from the performance of the work. Each security shall be in an amount of not less than one hundred percent (100%) of the contract price and shall be in a form acceptable to the Owner ATTEMPTS TO INFLUENCE THE SELECTION PROCESS Except for clarifying written questions sent to the CAA, all bidders, including any and all persons acting on their behalf, are strictly prohibited from contacting any employee of the CAA, Board official, or Architect/Engineer on or regarding any matter relating to this IFB from the time the IFB is issued until contract award. The CAA reserves the right to disqualify any Bidder who contacts any employee of the CAA, Board official, or Architect/Engineer, other than the Purchasing Agent, concerning this IFB. While it is not required, individuals are encouraged to wear a face covering, over the mouth and nose during the site tour. The tour will take place outdoors, individuals should dress for the current weather conditions. No bidder may withdraw his bid within one hundred twenty (120) days after the actual date of opening hereof. Award of the contract shall be made to the lowest responsible and responsive bidder, whose responsive bid conforms to written requirements of the Owner

Details

Division 02 - Existing Conditions, Demolition.
Division 31 - Earthwork, Grading, Earthwork Methods.
Division 32 - Exterior Improvements, Flexible Paving, Rigid Paving, Fences and Gates, Turf and Grasses.
Division 34 - 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