Invitation to Bid: Airport AIP Project No. 3-16-0012-028-2024

Agency: City of Driggs, Idaho
State: Idaho
Level of Government: State & Local
Category:
  • 89 - Subsistence (Food)
Opps ID: NBD16211717803768766
Posted Date: Dec 21, 2023
Due Date: Jan 18, 2024
Source: Members Only
Invitation to Bid: Airport AIP Project No. 3-16-0012-028-2024

INVITATION FOR BIDS

Driggs-Reed Memorial Airport

Driggs, Idaho

AIP Project No. 3-16-0012-028-2024

Sealed bids, subject to the conditions contained herein, for improvements to the Driggs-Reed

Memorial Airport, Driggs, Idaho, AIP Project No. 3-16-0012-028-2024 will be received by the City of

Driggs at the Driggs City Hall, 60 South Main Street, Driggs, Idaho, 83422, until Thursday, January

18, 2024, at 2:00 p.m., and then publicly opened and read aloud.

The work involved will include the following:

Schedule I - Install Drainage Infrastructure in Irrigation Canal

Schedule II - Miscellaneous Irrigation Improvements

The approximate quantities of major bid items involved in the proposed work are:

Item

No. Item Description Unit

Quantity

Schedule I Schedule II

C-102a Temporary Erosion Control LS 1 1

C-105a Mobilization (10% Maximum) LS 1 1

P-151a Clearing and Grubbing AC 1.5 0.5

D-701a Install 60” x 36” Box Culvert LF 910 ---

D-701b Install 84" x 48" Concrete Box Culvert (Owner

Supplied) LF 130 ---

D-701c Install 14" x 23” Reinforced Concrete Horizontal

Elliptical Pipe - Class V LF 60 ---

D-710a Install Rock Riprap, 2 Feet Thick, D50 = 9

Inches SY --- 215

D-751a Install Irrigation Junction Structure EA 2 ---

D-752a Install West Side Diversion Structure, Complete EA --- 1

D-752b Install 60” x 36” Concrete Headwall, Complete EA --- 2

D-752c Install 84” x 48” Concrete Headwall, Complete EA --- 2

Construction for this project is expected to take 30 calendar day(s).

Contract Documents. The complete set of bid documents (Contract Documents, Plan Set,

Specifications, and Addendums) can be downloaded from Quest Construction Data Network (Quest

CDN) at www.questcdn.com and/or https://woolpert.com/markets/aviation by selecting the

“Project Bids” header and inputting Quest Project #8897103 – Driggs-Reed Memorial Airport

Irrigation Improvements for Runway Shift on the Project Search page beginning on December 21,

2023. Interested parties may view the bid documents at no cost prior to deciding to become a plan

holder and bidding on the project. To be considered a plan holder, register with www.questcdn.com

for a free Regular membership and download the bid documents in digital form at a cost of twenty-

two dollars ($22.00). Downloading the documents and becoming a plan holder is required to bid as

plan holder’s receive automatic notice of addendum(s) for this project and bid updates. It is the

bidder’s responsibility to review the site for addendums and changes before submitting their

proposal. This includes review for environmental changes. Environmental changes during

construction could take up to four weeks for approval. Contact QuestCDN Customer Support at

952-233-1632 or info@QuestCDN.com for assistance in membership registration and downloading

digital bidding documents.

Pre-Bid Conference. The pre-bid conference for this project will be held on January 9, 2024 at 9:30

a.m., at City of Driggs – City Hall Building, 60 South Main Street, Driggs, Idaho, 83422, Main

Conference Room. All bidders are required to examine the site to become familiar with all site

conditions prior to submitting their bid.

Bid Conditions. The bidder is required to provide all information as required within the Contract

Documents. The bidder is required to bid on all items of every schedule or as otherwise detailed in

the Instructions to Bidders.

Bids may be held by City of Driggs for a period not to exceed 120 calendar days from the date of the

bid opening for the purpose of evaluating bids prior to award of contract.

The right is reserved, as City of Driggs may require, to reject any and all bids and to waive any

informality in the bids received.

All questions regarding the bid are to be directed to Dane Hurst, P.E. with Jviation, a Woolpert

Company, 405 South Main St., Suite 950, Salt Lake City, Utah, 84111, (303) 947-9074, or email

dane.hurst@woolpert.com.

Bid Bond. Guarantee will be required with each bid as a certified check on a solvent bank or a Bid

Bond in the amount of five (5) % of the total amount of the bid, made payable to the City of Driggs.

Performance & Payment Bond. The successful bidder will be required to furnish separate

performance and payment bonds each in an amount equal to 100% of the contract price.

Airport and Airway Improvement Act of 1982 as Amended. In accordance with the Davis-Bacon

Act, as amended, 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.

Equal Employment Opportunity and Affirmative Action Requirement. The proposed contract

is under and subject to 41 CFR Part 60-4 and Executive Order 11246 of September 24, 1965, as

amended, and to the equal opportunity clause and the Standard Federal Equal Employment

Opportunity Construction Contract specifications including the goals and timetables for minority and

female participation.

Title VI Solicitation Notice: The City of Driggs, in accordance with the provisions of Title VI of

the Civil Rights Act of 1964 (78 Stat. 252, 42 USC §§ 2000d to 2000d-4) and the Regulations, hereby

notifies all bidders or offerors that it will affirmatively ensure that for 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 no businesses will be discriminated

against on the grounds of race, color, national origin (including limited English proficiency), creed,

sex (including sexual orientation and gender identity), age, or disability in consideration for an award.

DBE Requirement.

The Owner’s award of this contract is conditioned upon Bidder or Offeror satisfying the good faith

effort requirements of 49 CFR §26.53.

As a condition of responsibility, every Bidder or Offeror must submit the following information on

the forms provided herein within five days after bid opening..

(1) The names and addresses of Disadvantaged Business Enterprise (DBE) firms that will

participate in the contract;

(2) A description of the work that each DBE firm will perform;

(3) The dollar amount of the participation of each DBE firm listed under (1);

(4) Written statement from Bidder or Offeror that attests their commitment to use the

DBE firm(s) listed under (1) to meet the Owner’s project goal;

(5) Written confirmation from each listed DBE firm that it is participating in the contract

in the kind and amount of work provided in the prime contractor's commitment; and

(6) If Bidder or Offeror cannot meet the advertised project DBE goal, evidence of good

faith efforts undertaken by the Bidder or Offeror as described in appendix A to 49

CFR part 26. The documentation of good faith efforts must include copies of each

DBE and non-DBE subcontractor quote submitted to the bidder when a non-DBE

subcontractor was selected over a DBE for work on the contract.

The bidder 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 1.00 % of the dollar value of the prime

contract to small business concerns owned and controlled by socially and economically disadvantaged

individuals (DBE). In the event that the bidder for this solicitation qualifies as a DBE, the contract

goal shall be deemed to have been met. Individuals who are rebuttably presumed to be socially and

economically disadvantaged include, women, Black Americans, Hispanic Americans, Native

Americans, Asian-Pacific Americans, and Asian-Indian Americans. The apparent successful bidder

will be required to submit information concerning the DBE's that will participate in this contract. The

information will include the name and address of each DBE, a description of the work to be

performed by each named firm, and the dollar value of the contract. If the bidder fails to achieve the

contract goal stated herein, it will be required to provide documentation demonstrating that it made

good faith efforts in attempting to do so. A bid that fails to meet these requirements will be considered

non-responsive. Those firms currently certified as DBE's by the Idaho Department of Transportation

are eligible to participate as DBE's on this contract. A list of these firms can be obtained from the

State, the consulting engineer, or the Sponsor.

FAA Buy American Preference

The Contractor certifies that its bid/offer is in compliance with 49 USC § 50101, BABA and other

related Made in America Laws, U.S. statutes, guidance, and FAA policies, which provide that Federal

funds may not be obligated unless all iron, steel and manufactured goods used in AIP funded projects

are produced in the United States, unless the Federal Aviation Administration has issued a waiver for

the product; the product is listed as an Excepted Article, Material Or Supply in Federal Acquisition

Regulation subpart 25.108; or is included in the FAA Nationwide Buy American Waivers Issued list.

The bidder or offeror must complete and submit the certification of compliance with FAA’s Buy

American Preference, BABA and Made in America laws included herein with their bid or offer. The

Airport Sponsor/Owner will reject as nonresponsive any bid or offer that does not include a

completed certification of compliance with FAA’s Buy American Preference and BABA.

The bidder or offeror certifies that all constructions materials, defined to mean an article, material, or

supply other than an item of primarily iron or steel; a manufactured product; cement and cementitious

materials; aggregates such as stone, sand, or gravel; or aggregate binding agents or additives that are

or consist primarily of: non-ferrous metals; plastic and polymer-based products (including

polyvinylchloride, composite building materials, and polymers used in fiber optic cables); glass

(including optic glass); lumber; or drywall used in the project are manufactured in the U.S.

Trade Restriction Certification

By submission of an offer, the Offeror certifies that with respect to this solicitation and any

resultant contract, the Offeror –

1) is not owned or controlled by one or more citizens of a foreign country included in the list

of countries that discriminate against U.S. firms as published by the Office of the United

States Trade Representative (USTR);

2) has not knowingly entered into any contract or subcontract for this project with a person

that is a citizen or national of a foreign country included on the list of countries that

discriminate against U.S. firms as published by the USTR; and

3) has not entered into any subcontract for any product to be used on the Federal project that

is produced in a foreign country included on the list of countries that discriminate against

U.S. firms published by the USTR.

This certification concerns a matter within the jurisdiction of an agency of the United States of

America and the making of a false, fictitious, or fraudulent certification may render the maker

subject to prosecution under Title 18 USC § 1001.

The Offeror/Contractor must provide immediate written notice to the Owner if the

Offeror/Contractor learns that its certification or that of a subcontractor was erroneous when

submitted or has become erroneous by reason of changed circumstances. The Contractor must

require subcontractors provide immediate written notice to the Contractor if at any time it learns

that its certification was erroneous by reason of changed circumstances.

Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance

with 49 CFR § 30.17, no contract shall be awarded to an Offeror or subcontractor:

1) who is owned or controlled by one or more citizens or nationals of a foreign country

included on the list of countries that discriminate against U.S. firms published by the USTR;

or

2) whose subcontractors are owned or controlled by one or more citizens or nationals of a

foreign country on such USTR list; or

3) who incorporates in the public works project any product of a foreign country on such

USTR list.

Nothing contained in the foregoing shall be construed to require establishment of a system of

records in order to render, in good faith, the certification required by this provision. The knowledge

and information of a contractor is not required to exceed that which is normally possessed by a

prudent person in the ordinary course of business dealings.

The Offeror agrees that, if awarded a contract resulting from this solicitation, it will incorporate this

provision for certification without modification in all lower tier subcontracts. The Contractor may

rely on the certification of a prospective subcontractor that it is not a firm from a foreign country

included on the list of countries that discriminate against U.S. firms as published by USTR, unless

the Offeror has knowledge that the certification is erroneous.

This certification is a material representation of fact upon which reliance was placed when making

an award. If it is later determined that the Contractor or subcontractor knowingly rendered an

erroneous certification, the Federal Aviation Administration (FAA) may direct through the Owner

cancellation of the contract or subcontract for default at no cost to the Owner or the FAA.

Notice Of The Requirement For Affirmative Action To Ensure Equal Employment

Opportunity

1. The Offeror’s or Bidder’s attention is called to the “Equal Opportunity Clause” and the “Standard

Federal Equal Employment Opportunity Construction Contract Specifications” set forth herein.

2. The goals and timetables for minority and female participation, expressed in percentage terms for

the Contractor’s aggregate workforce in each trade on all construction work in the covered area, are

as follows:

Timetables

Goals for minority participation for each trade: 4.0%

Goals for female participation in each trade: 6.9%

These goals are applicable to all of the Contractor’s construction work (whether or not it is Federal

or federally assisted) performed in the covered area. If the Contractor performs construction work

in a geographical area located outside of the covered area, it shall apply the goals established for such

geographical area where the work is actually performed. With regard to this second area, the

Contractor also is subject to the goals for both its federally involved and nonfederally involved

construction.

The Contractor’s compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall

be based on its implementation of the Equal Opportunity Clause, specific affirmative action

obligations required by the specifications set forth in 41 CFR 60-4.3(a) and its efforts to meet the

goals. The hours of minority and female employment and training must be substantially uniform

throughout the length of the contract, and in each trade, and the Contractor shall make a good faith

effort to employ minorities and women evenly on each of its projects. The transfer of minority or

female employees or trainees from Contractor to Contractor or from project to project for the sole

purpose of meeting the Contractor’s goals shall be a violation of the contract, the Executive Order

and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the

total work hours performed.

3. The Contractor shall provide written notification to the Director of the Office of Federal Contract

Compliance Programs (OFCCP) within 10 working days of award of any construction subcontract

in excess of $10,000 at any tier for construction work under the contract resulting from this

solicitation. The notification shall list the name, address, and telephone number of the

subcontractor; employer identification number of the subcontractor; estimated dollar amount of the

subcontract; estimated starting and completion dates of the subcontract; and the geographical area

in which the subcontract is to be performed.

4. As used in this notice and in the contract resulting from this solicitation, the “covered area” is

Idaho, Teton County, Driggs.

Federal Fair Labor Standards Act (Federal Minimum Wage)

All contracts and subcontracts that result from this solicitation incorporate by reference the

provisions of 29 CFR part 201, et seq, the Federal Fair Labor Standards Act (FLSA), with the same

force and effect as if given in full text. The FLSA sets minimum wage, overtime pay, recordkeeping,

and child labor standards for full and part-time workers.

The Contractor has full responsibility to monitor compliance to the referenced statute or regulation.

The Contractor must address any claims or disputes that arise from this requirement directly with

the U.S. Department of Labor – Wage and Hour Division.

Certification of Offeror/Bidder Regarding Debarment

By submitting a bid/proposal under this solicitation, the bidder or offeror certifies that neither it nor

its principals are presently debarred or suspended by any Federal department or agency from

participation in this transaction.

Other Federal Provisions Award of contract is also subject to the following Federal Provisions:

• Civil Rights – Title VI Assurances

• Lobbying Federal Employees

• Recovered Materials

• Other Federal Provisions included in Part A of the Special Provisions

City of Driggs

Driggs, Idaho

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 >