ADVERTISEMENT FOR BIDS
FRONT DRIVE FAA COMMERCIAL TRAVEL LANES
ST. JOSEPH COUNTY AIRPORT AUTHORITY
SOUTH BEND INTERNATIONAL AIRPORT
SOUTH BEND, INDIANA
Sealed proposals will be received by the St. Joseph County Airport Authority, "Owner", at the South Bend International Airport, Airport Information Desk, 4477 Progress Drive South Bend, IN 46628 until 11:00 a.m. (local time), on December 11, 2025. The bids will be opened and read aloud publicly in the Board Room at the South Bend International Airport at 11:30 a.m. (local time). Any bids received later than 11:00 am. will be returned unopened.
 
DESCRIPTION OF WORK: Work for which proposals are to be received is for the Front Drive FAA Commercial Travel Lanes Project which will add commercial vehicle lanes to the main terminal building, provide for improved ADA compliant sidewalks and curbs, landscape greenspace, seeding and erosion control, and necessary incidentals to complete the work as detailed on the Contract Drawings and specified in the Contract Documents titled "Front Drive Commercial Travel Lanes". The Contractor shall provide all labor, equipment, and material necessary to complete the work.
 
BID DOCUMENTS: Copies of the Specifications and Contract Documents may be obtained at the office of Butler, Fairman, and Seufert, Inc., 500 East 96th Street, Suite 500, Indianapolis, IN 46240, email LHalloran@BFSEngr.com or call 317-713-4615. Copies of the documents are available for examining at the South Bend International Airport, Airport Information Desk, 4477 Progress Drive South Bend, IN 46628; and the online planrooms of BXIndiana Construction League, Dodge Construction Network, ConstructConnect™, and at the office of Butler, Fairman, and Seufert, Inc., 500 East 96th Street, Suite 500, Indianapolis, IN 46240.
 
Copies of the bid documents will be made available through one of the following methods:
-            as digital files made available to the planholder for download at no cost
-            as hard copies picked up at the office of the Engineer upon remittance of $150
 
This remittance is not refundable. Payment shall be by money order or check and shall be made payable to Butler, Fairman, and Seufert, Inc. Bidders are required to be a plan holder of record having obtained the contract documents through the office of the Engineer. Bids not meeting this requirement will be deemed non-responsive.
 
Bids shall be properly executed and addressed to the owner shown above where bids are to be received together with the documents required by the bid forms, specifications, and related legal documents contained in the Contract Documents.
No Bidder may withdraw his proposal within a period of ninety (90) days following the date set for the receiving of bids. The Owner reserves the right to retain any and all bids for a period of not more than ninety (90) days and said bid shall remain in full force and effect during said time. The Owner further reserves the right to waive informalities and to award the Contract to any Bidder all to the advantage of the Owner or to reject all bids.
 
BID SECURITY: A bid bond with good and sufficient surety issued by a company licensed to do business in the State of Indiana or a certified check on a solvent bank equal to five percent (5%) of the total bid insuring that if the bid is accepted, a contract will be entered into and the performance of its proposal secured.
 
BONDS: A Performance Bond and Payment Bond each in the amount of one hundred percent (100%) of the Contract price will be required.
 
FEDERAL REQUIREMENTS: The Owner, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000d-4, and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally-assisted programs of the Department of Transportation issued pursuant to such Act, 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.
 
The proposed contract is under and subject to Executive Order No. 11246 of September 24, 1965, equal opportunity clause, and to Title VI of the Civil Rights Act of 1964.
 
The Bidder must supply all the information required by the bid or proposal form.
 
INDIANA REQUIREMENTS: Each bid shall be accompanied by bidder's financial statement, a statement of experience, a proposed plan or plans for performing the public work, and the equipment that bidder has available for the performance of the public work. Such statements shall be submitted on forms prescribed by the State Board of Accounts, including Bid Forms 96, together with the required non-collusion affidavit.
 
Wage rates on the project shall not be less than the prescribed scale of wages as determined in accordance with the most recent Wage Rate Decision of the Secretary of the U.S. Department of Labor; all acts amendatory thereof and supplemental thereto.
 
A pre-bid conference will be held in the Terminal Building, Board Room at the South Bend International Airport at 4477 Progress Drive, South Bend, IN, on November 13, 2025, at 11:00 a.m.
 
The Owner reserves the right to reject any and/or all bids and to waive any formalities in the bidding procedure.
HSPAXLP
October 30, November 6 2025
LSBN0390961