Similar Projects
RFQ Design - Project Management Services - Roof Replacement / HAVC System
Term Contract
Bidding
Windsorville, CT 06016

RFQ - Material Testing Services - Burns Latino Studies Academy
Term Contract
Bidding
Hartford, CT 06106

Custodial services
Term Contract
Sub-Bidding
Hartford, CT 06106

HVAC and Boiler Maintenance
Term Contract
Sub-Bidding
West Suffield, CT 06093

Pest Control Services
Term Contract
Post-Bid
West Hartford, CT

Weatherization Barrier Remediation Program Operator
Term Contract
Post-Bid
$12,300,000 est. value

Water Damage Remediation Services
Term Contract
Results

RFQ - Consultant to Conduct a Clean Energy Study
Term Contract
Bidding
Wethersfield, CT 06109

Regulated Waste Removal Services
Term Contract
Sub-Bidding
Hartford, CT 06103

Civil and Paving Multiple Award Construction Contract
Term Contract
Post-Bid
$500,000 CJ est. value
Jacksonville, NC 28547

RFQ - Development of Route 44 Corridor Study
Term Contract
Bidding
Hartford, CT 06120

Custodial Services at Municipal Buildings and Bus Shelters
Term Contract
Sub-Bidding
Manchester, CT 06040

Rental and Servicing of Portable Toilets
Term Contract
Post-Bid
Hartford, CT

Contractor Services for Repairs and Maintenance of Town Buildings and Facilities
Term Contract
Sub-Bidding
Windsor, CT 06095

C-130H-3 Latrine Services BPA
Term Contract
Post-Bid
East Granby, CT 06026

Last Updated 12/13/2022 01:06 PM
Project Title

Off Airport Obstruction Removal HFD

Physical Address View project details and contacts
City, State (County) Windsor Locks, CT 06096   (Hartford County)
Category(s) Single Trades
Sub-Category(s) Service/Term Contracts
Contracting Method Competitive Bids
Project Status Sub-Bidding, Construction start expected January 2023
Bids Due View project details and contacts
Estimated Value
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

The project consists of the removal of off-airport vegetative obstructions to the federally protected flight surfaces for the Runway 2, Runway 20 and Runway 29 approaches at Hartford-Brainard Airport. Vegetative removal areas are located predominately within the floodway of the Connecticut River and include both the East and West side of the river with detailed points of access. The majority of the work areas require access over the City of Hartford Department of Public Works controlled Clark Dike Levee System. Vegetative obstructions shall be cut by multiple cutting methods; mechanical cutting and tree toping shall have all debris removed from the site while prune cutting areas shall have to cut debris lopped and disbursed. The contract time for completion of all work is within One Hundred and Five (105) 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 seven point zero-five percent (7.05%) 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 seven point zero-five percent (7.05 %) 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, cashier's 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 The deadline to submit questions will be November 29, 2022, 11:00 am (EST). The CAA reserves the right to respond to only questions it deems part of the technical process. Responses to questions will be provided to all Bidders in the form of an Addendum to the IFB, if the CAA determines it is in its best interest. Any questions received after this time will likely be unanswered. The CAA reserves the right, at its sole discretion, to respond to such questions. If a Bidder has a question related to the technical process after the question deadline noted above, then they may reach out to the CAA's Purchasing Agent via email at procurement@ctairports.org. Attendees that arrive more than ten (10) minutes late may be considered as having not attended the conference. 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. Except for clarifying written questions sent to the CAA's Purchasing Agent via email at procurement@ctairports.org as noted in the preceding paragraph, all Bidders, including any and all persons acting on their behalf, are strictly prohibited from contacting any employee of the CAA or Board official, on/or regarding any matter relating to this IFB from the time the IFB is issued until a Contract is awarded. The CAA reserves the right to disqualify any Bidder who contacts any employee of the CAA, Board official, or the Consultant other than the CAA Purchasing Agent, concerning this IFB during the period set forth in this section.

Details

Division 01 - General Requirements.
Division 10 - Specialties.
Division 11 - 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