RIVERTON REGIONAL AIRPORT
Riverton, Wyoming
INVITATION FOR BIDS
AIP Project No. 3-56-0024-043/045-2017/2018
State Project No. ARIW32A/B/C
Sealed bids, subject to the conditions contained herein, for improvements to the Riverton Regional Airport, Riverton, Wyoming, AIP Project No. 3-56-0024-043/045-2017/2018 will be received by the City of Riverton, at Riverton City Hall, 816 N. Federal Blvd., Riverton, Wyoming, 82501, until Thursday, May 24, 2018, at 1:00 pm, and then publicly opened and read aloud.
The work involved will include the following:
Schedule I: South GA Apron Rehabilitation (Federal)
Schedule II: South GA Apron Rehabilitation (State)
Schedule III: South GA Apron Rehabilitation (Local)
The approximate quantities involved in the proposed work are:
P-140a Asphalt Pavement Removal (Partial Depth) 29,370 SY
P-140b Asphalt Pavement Removal (Full Depth) 6,875 SY
P-208a Aggregate Base Course 1,298 CY
P-311a Crack Mitigation Fabric 28,525 SY
P-401a Bituminous Paving Course 5,685 TON
P-401b Modified Bituminous Binder 370 TON
P-610a 8” Structural Portland Cement Concrete (Concrete Hard Stand) 530 SY
P-610b 9.5” Structural Portland Cement Concrete (Concrete Hard Stand) 1,270 SY
Construction for this project is expected to take 80 Calendar Day(s).
Contract Documents. The complete set of Specifications and Contract Documents can be downloaded from Jviation, Inc.’s bid site (http://bid.jviation.com), beginning on April 24, 2018. In order to submit a responsive bid as a Prime Contractor and to receive all necessary addendum(s) for this project, you must be on the Planholder’s List. To view all planholder documents (contract documents, plans and addendums) you must fill out the online form located at (http://www.jviation.com/bidrequest). By filling out and submitting this form, you agree to be publicly listed on the bid site with your contact information as a planholder for all projects requested. It is the planholder’s responsibility to review the site for addendums and changes before submitting their proposal. For additional information, please contact us via email at bidinfo@jviation.com.
*Note that contractors will NOT be automatically added to new projects. You will need to re-submit the online form for access to new projects. Once granted access, additional projects will use your same login credentials. Note: Plan ahead when submitting the online request form and allow up to 2 business days for approval and access to projects.
Pre-Bid Conference. The pre-bid conference for this project will be held on May 9, 2018 at 1:00 pm, in the Board Room at Riverton City Hall, 816 N. Federal Blvd., Riverton, WY 82501. All bidders are required to examine the site to become familiar with all site conditions.
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 Riverton for a period not to exceed 90 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 Riverton 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 Alex J. Nodich with Jviation, Inc., 900 South Broadway, Suite 350, Denver, Colorado 80209, (303) 524-3030, Fax: (303) 524-3031, or email alex.nodich@jviation.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 Riverton.
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 Riverton, 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.
DBE Requirement.
Information Submitted as a matter of bidder responsiveness:
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 bid responsiveness, the Bidder or Offeror must submit the following information with its proposal on the forms provided herein:
(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; and
(5) 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 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 2.6% 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 Wyoming 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.
Buy American Preference
The Contractor agrees to comply with 49 USC § 50101, which provides that Federal funds may not be obligated unless all 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.
A bidder or offeror must complete and submit the Buy America certification included herein with their bid or offer. The Owner will reject as nonresponsive any bid or offer that does not include a completed Certificate of Buy American Compliance.
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:
- Trade Restriction Certification
- Lobbying Federal Employees
- Recovered Materials
- Government-wide Requirements for Drug-free Workplace
- Other Federal Provisions included in Part A of the Special Provisions
City of Riverton
Riverton, Wyoming