Montana Bids > Bid Detail

Reconstruction of the Airport Commercial Aircraft Ramp

Agency: Billings
Level of Government: State & Local
Category:
  • 15 - Aircraft and Airframe Structural Components
Opps ID: NBD14474070916382875
Posted Date: Feb 22, 2023
Due Date: Mar 7, 2023
Source: https://www.billingsmt.gov/bid...
Bid Title: Reconstruction of the Airport Commercial Aircraft Ramp
Category: Construction Services
Status: Open

Description:

REVISED

Invitation To Bid

AIRPORT IMPROVEMENTS

BILLINGS LOGAN INTERNATIONAL AIRPORT

BILLINGS, MONTANA

Notice is hereby given that sealed bids entitled "Reconstruction of the Airport Commercial Aircraft Ramp" for the City of Billings Logan International Airport will be received by the Billings City Clerk, via e-mail at bids@billingsmt.gov

For security reasons, you must enable JavaScript to view this E-mail address. , or via mail or delivery at 210 N. 27th Street, Billings, MT 59101 (P.O. Box 1178, Billings, MT 59103), until 2:00 p.m., local time, on Tuesday, March 7, 2023. The bidder's name, address, and bidder's Montana Contractor's Registration Number shall appear in the lower left-hand corner of the envelope or in the e-mail message.

Bids will be publicly opened and read aloud via Facebook Live on the City's Facebook page: https://www.facebook.com/Billings-MT-City-Government-74352842013/. Bid tabulations will be posted for public viewing after the bids have been opened.

Schedule 1 – Southeast Concrete Apron

Schedule 2 – Slotted Drain Reconstruction

Schedule 3 – Delpatch Repair REMOVED

This work is to include all tools, equipment, materials and labor to complete this project.

Bid Bond. All bids must be accompanied by lawful monies of the United States or a Cashier's Check, a Certified Check, Bid Bond, Bank Money Order or Bank Draft, drawn and issued by a National Banking Association located in the State of Montana, or by any Banking Corporation incorporated under the Laws of the State of Montana, in an amount equal to not less than ten (10) percent of the total bid, payable to the order of the City of Billings as liquidated damages in the event said successful bidder shall fail or refuse to execute the contract in accordance with the terms of his bid.

Performance and Payment Bond. After a contract is awarded, the successful bidder will be required to furnish a separate Performance and Payment Bond, each in the amount of one hundred percent (100%) of the contract.

Contract Documents. Contact person for this project is Heather Mosser, P.E. at 656-6000. The Contract Documents consisting of half size Drawings and Project Manual may be viewed or obtained on-line.

1. Electronic Transfer - Complete electronic Project Plans, Project Manual, and “Bid Proposal Packet” are available at the Morrison-Maierle website “www.m-m.net”, by clicking on the “Projects Bidding” link and selecting this project from the project list. Documents can only be viewed on the Morrison-Maierle website and cannot be downloaded or printed without purchasing. To purchase and download the project documents in pdf format and be placed on the plan holder’s list, click “Download Project PDF” and sign on to www.QuestCDN.com. Plan documents and “Bid Proposal Packet” can be downloaded for a fee of $30.00. Please contact QuestCDN at 952-233-1632 or email “info@questcdn.com

For security reasons, you must enable JavaScript to view this E-mail address. ” for assistance in the free membership registration, downloading, and working with this digital project information.

he Owner reserves the right to reject any or all bids and to waive irregularities.

The Bidder must supply all the information required by the bid documents and specifications.

Funding for this Contract is Federally Assisted. Contractors at every tier must comply with applicable federal requirements including but not limited to: the Buy American Preference, Civil Rights – General, Davis Bacon Requirements, Governmentwide Debarment and Suspension, Lobbying of Federal Employees, Procurement of Recovered Materials, Title VI of the Civil Rights Act, Equal Employment Opportunity, Affirmative Action, Disadvantaged Business Enterprises, Federal Trade Restriction, as contained in the bid documents.

Title VI Solicitation Notice. The Owner, 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.

Davis Bacon. The Contractor will be required to comply with the wage and labor requirements and to pay minimum wages in accordance with the schedule of wage rates established by the United States Department of Labor as referenced in the Contract.

Contractor Registration. Contractors and any subcontractors doing work on this project will require registration with the Montana Department of Labor and Industry. Forms for registration are available from the Department of Labor and Industry, P.O. Box 8011, 1805 Prospect Avenue, Helena, Montana 59604-8011. Information on registration can be obtained by calling 1-800-556-6694. Contractors are required to have been registered with the Department of Labor and Industry prior to bidding on this project.

Equal Employment Opportunity and Affirmative Action Requirement. The proposed contract is under subject to 41 CFR § 60-1.4 and Executive Order 11246 of September 24, 1965, and to the Equal Employment Opportunity (EEO) and Federal Labor Provisions. A Contractor having 50 or more employees and his subcontractors 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, the standards for which are contained in the specifications. To be eligible for award, each bidder must comply with the affirmative action requirements which are contained in these specifications.

DBE Requirement. The requirements of 49 CFR part 26 apply to this contract. Billings Logan International Airport has established an overall DBE goal for the year. It is the policy of the Owner 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.

As required by 49 CFR Part 26, the Airport Authority is required to create a bidders list, consisting of information about all DBE and non-DBE firms that bid or quote on DOT-assisted contracts. The purpose of this requirement is to allow use of the bidders list approach to calculating future overall DBE goals. As per the requirements of the Proposal section, all Prime Bidders submitting bids on this project must submit, with his or her bid, a list including the name, address, and DBE/non-DBE status of all subcontractors and suppliers that bid or quote for work under this contract. Failure to provide this information, as outlined in the Proposal section, will make the bidder non-responsive and not eligible for award of the contract.

Funding and Award. This contract will be funded in part by a grant from the Federal Aviation Administration. Therefore, award of the Contract by the Sponsor will be made subject to concurrence of FAA and the City of Billings. Bidders may not withdraw Proposals for a period of sixty (60) days after the bid opening date.

As required by the FAA, the Owner has created a Construction Safety and Phasing Plan (CSPP), reviewed and approved by the FAA, which is included in the project specifications. The contractor shall be required to follow the requirements of the CSPP.

Pre-bid Conference. The pre-bid conference is not mandatory and is hereby established at 10:00 a.m., February 28, 2023, at the Airport Operations Building, 2281 Overlook Drive (west of the terminal), upstairs Conference Room. Interested Contractors are encouraged to attend. Failure of the Contractor to thoroughly familiarize themselves with the scope of this project does not relieve the Contractor from the requirement of this Agreement. A tour of the work site at Billings Logan International Airport will be conducted following the pre-bid conference.

Published on February 17, 24 and March 3, 2023.

Publication Date/Time:
2/16/2023 12:01 AM
Publication Information:
Published in the Yellowstone County News 2/17, 2/24 and 3/3/2023
Closing Date/Time:
3/7/2023 2:00 PM
Submittal Information:
Billings City Clerk, P.O. Box 1178, Billings, MT 59103 or bids@billingsmt.gov
Bid Opening Information:
2 pm via Facebook Live

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >