NEWS&GUIDE, Wednesday, February 24, 2021 - 21B • Public Notices • under said contract on April 13, 2021. Airport and Airway Improvement Act of 1982 as Amended: Construction for this project is anticipated to start during the In accordance with the Davis-Bacon Act, as amended, the The date of the first publication of this Notice is March 3, 2021. Spring of 2021 and to be completed by the Summer of 2022. Contractor will be required to comply with the wage and labor The proposed work will be divided into multiple schedules/ requirements and to pay minimum wages in accordance with phases as outlined below (anticipated associated timeframes the schedule of wage rates established by the United States are to be considered estimates only): Department of Labor. STATE TRANSPORTATION COMMISSION OF WYO- MING Schedule I, Phase 1/1A-1E (Drainage and Extended Safety Equal Employment Opportunity and Affirmative Action Area Work): June 2021 – October 2021 Requirement: The proposed contract is under and subject to By:______Schedule I, Phase 2 (Reconstruct 1/19): April 2022 – 41 CFR Part 60-4 and Executive Order 11246 of September 24, Pam Fredrick June 2022 1965, as amended, and to the equal opportunity clause and the Senior Budget Analyst Schedule I, Phase 3 (Runway 1/19 Grooving & Permanent Standard Federal Equal Employment Opportunity Construc- Budget Program Markings): July 2022 – August 2022 tion Contract specifications including the goals and timetables Publish: 02/24, 03/03, 03/10/21 Schedule II (Reconstruct Taxiway A4): April 2022 – June 2022* for minority and female participation. Schedule III (Reconstruct Taxiway A1): April 2022 – June • CONTINUED PUBLICATIONS • 2022* Title VI Solicitation Notice: The Jackson Hole Airport Board, Schedule IV (Reconstruct Taxiway A2): April 2022 – June in accordance with the provisions of Title VI of the Civil Rights 2022* Act of 1964 (78 Stat. 252, 42 USC §§ 2000d to 2000d-4) and the Schedule V (Runway Weather Information System Upgrades, Regulations, hereby notifies all bidders or offerors that it will Non-Federal): April 2022 – June 2022* affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will *If Schedules II, III, IV, and/or V are awarded, the work be afforded full and fair opportunity to submit bids in response identified in these schedules shall be completed concurrently to this invitation and will not be discriminated against on the with Schedule I, Phase 2. No additional contract time will be grounds of race, color, or national origin in consideration for an granted if Schedules II, III, IV, and/or V are awarded. award.

This Project is anticipated to be one that is complex and chal- DBE Requirement: The requirements of 49 CFR part 26 apply lenging considering the work identified to be completed within to this contract. It is the policy of the Jackson Hole Airport the proposed timeframe(s) and taking into consideration Board to practice nondiscrimination based on race, color, sex, the climatic range, industrial, and construction conditions or national origin in the award or performance of this contract. prevailing in the Project locality. This fact is especially true for The Owner encourages participation by all firms qualifying Schedule I, Phase 2 which contains the bulk of the identified under this solicitation regardless of business size or ownership. work and must be heavily evaluated by each Contractor prior to bidding. It is believed that in order for the Project to be completed successfully, the Contractor shall have sufficient The Contractor shall provide a certified statement signed by experience working on projects similar in nature and size to the subcontractors, indicating actual amounts paid to the Dis- this Project, having specific airport construction experience, advantaged Business Enterprise (DBE) subcontractors and/or ability to employ and manage multiple overlapping construc- suppliers that were used on the project through race neutral tion crews using multiple day and/or night shifts, capacity to means. work through weather challenges including colder tempera- tures that will need to be managed during the construction Information Submitted as a matter of bidder responsiveness: of various proposed work items, and the understanding that this Project will take place at the Jackson Hole Airport which The Owner’s award of this contract is conditioned upon Bidder sits within Grand Teton National Park and will require the or Offeror satisfying the good faith effort requirements of 49 Contractor to take into account necessary environmentally- CFR §26.53. sensitive construction techniques and/or considerations. As a condition of bid responsiveness, the Bidder or Offeror must submit the following information with its proposal on the Contract Documents: The complete set of Specifications and forms provided herein: Contract Documents can be downloaded from Jviation, Inc.’s (1) The names and addresses of Disadvantaged Business Publish: 02/17, 02/24, 03/03, 03/10/21 bid site (http://bid.jviation.com), beginning on February 17, Enterprise (DBE) firms that will participate in the contract; 2021. In order to submit a responsive bid as a Prime Contrac- (2) A description of the work that each DBE firm will perform; INVITATION FOR BIDS tor and to receive all necessary addendum(s) for this project, (3) The dollar amount of the participation of each DBE firm you must be on the Planholder’s List. To view all planholder listed under (1) Jackson Hole Airport documents (contract documents, plans and addendums) you (4) Written statement from Bidder or Offeror that attests their Jackson, must fill out the online form located at (https://jviation.com/bid- commitment to use the DBE firm(s) listed under (1) to meet AIP Project No. 3-56-0014-063-2020 / 064-2020 request). By filling out and submitting this form, you agree to the Owner’s project goal; and WYDOT Project No. AJA001A/B/C/D be publicly listed on the bid site with your contact information (5) If Bidder or Offeror cannot meet the advertised project as a planholder for all projects requested. It is the planholder’s DBE goal, evidence of good faith efforts undertaken by the Bid- Sealed bids, subject to the conditions contained herein, for responsibility to review the site for addendums and changes der or Offeror as described in appendix A to 49 CFR part 26. improvements to the Jackson Hole Airport, Jackson, Wyoming, before submitting their bid. For additional information, please The bidder shall make good faith efforts, as defined in Ap- AIP Project No. 3-56-0014-063-2020 / 064-2020 / WYDOT Proj- contact us via email at [email protected]. pendix A of 49 CFR Part 26, Regulations of the Office of the ect No. AJA001A/B/C/D Runway 1/19 Reconstruction Project Secretary of Transportation, to subcontract 1.50% (Race will be received by the Jackson Hole Airport, Administration, *Note that contractors will NOT be automatically added to Neutral) of the dollar value of the prime contract to small busi- P.O. Box 159, 1250 E. Airport Road, Jackson, Wyoming, 83001, new projects. You will need to re-submit the online form for ness concerns owned and controlled by socially and economi- until Wednesday, March 17, 2021, at 1:00 p.m. MST, and then access to new projects. Once granted access, additional projects cally disadvantaged individuals (DBE). In the event that the publicly opened and read aloud. will use your same login credentials. Note: Plan ahead when bidder for this solicitation qualifies as a DBE, the contract submitting the online request form and allow up to 2 business goal shall be deemed to have been met. Individuals who are The work involved under the AIP Project No. 3-56-0014-063- days for approval and access to projects. rebuttably presumed to be socially and economically disadvan- 2020 / 064-2020 / WYDOT Project No. AJA001A/B/C/D Runway taged include, women, Black Americans, Hispanic Americans, 1/19 Reconstruction Project is expected to include the follow- Mandatory Pre-Bid Conference & Site Visit: The pre-bid con- Native Americans, Asian-Pacific Americans, and Asian-Indian ing: ference for this project will be held on Tuesday, March 1, 2021, Americans. The apparent successful bidder will be required to at 10:00 a.m. MST, via teleconference. Applicable teleconfer- submit information concerning the DBE’s that will participate Schedule I - Reconstruct Runway 1/19, Paved Shoulders and ence information will be sent out to all planholders prior to in this contract. The informa¬tion will include the name and North Blast Pad, Rehabilitate South Blast Pad and Extended the teleconference. Bidders will be permitted to examine the address of each DBE, a description of the work to be performed Safety Area, and Install Drainage and Grade Runway Safety project site individually to examine the site conditions upon by each named firm, and the dollar value of the contract. If the Area request prior to or on Wednesday, March 3, 2021. Bidder’s may bidder fails to achieve the contract goal stated herein, it will Schedule II - Reconstruct Taxiway A4 request a single open site visit window option using a shared be required to provide documentation demonstrating that it Schedule III - Reconstruct Taxiway A1 calendar link (to be sent out to all planholders along with the made good faith efforts in attempting to do so. A bid that fails Schedule IV - Reconstruct Taxiway A2 Contract Documents) by emailing [email protected] and to meet these requirements will be considered non-responsive. Schedule V - Runway Weather Information System Upgrades [email protected]. All bidders are required to attend Those firms currently certified as DBE’s by the Wyoming De- (Non-Federal) the pre-bid conference and to examine the site to become famil- partment of Transportation are eligible to participate as DBE’s iar with all site conditions prior to submitting their bid. on this contract. A list of these firms can be obtained from the The approximate quantities (see bid proposal for more detailed State, the consulting Resident Project Representative (RPR), or breakdown) of major bid items involved in the proposed work Bid Conditions: The bidder is required to provide all informa- the Sponsor. are: tion as required within the Contract Documents. The bidder is required to bid on all items of every schedule or as otherwise Buy American Preference: The Contractor agrees to comply Schedules I – V Total Approximate Quantities for Major Work detailed in the Instructions to Bidders. with 49 USC § 50101, which provides that Federal funds may Items: not be obligated unless all steel and manufactured goods used Pavement Removal (Various Depths from 2” - 9”): 485,000 SY Bids may be held by Jackson Hole Airport Board for a period in AIP funded projects are produced in the United States, un- Unclassified Excavation (Various Items): 75,000 CY not to exceed 90 consecutive calendar days with respect to less the Federal Aviation Administration has issued a waiver Subgrade Preparation: 170,000 SY Schedule I, and 360 calendar days with respect to Schedules for the product; the product is listed as an Excepted Article, Subbase Course (Produced from Native Onsite Material): II-V from the date of the bid opening for the purpose of evalu- Material Or Supply in Federal Acquisition Regulation subpart 20,000 CY ating bids prior to award of contract. 25.108; or is included in the FAA Nationwide Buy American Full-Depth Reclamation (FDR) (Mechanically Stabilized): Waivers Issued list. 156,000 SY Full-Depth Reclamation (FDR) (Chemically Stabilized): The right is reserved, as Jackson Hole Airport Board may 123,000 SY require, to reject any and all bids and to waive any informality A bidder or offeror must complete and submit the Buy America Asphalt Surface & Base Course (PG 64-34): 75,000 TON in the bids received. certification included herein with their bid or offer. The Owner Temporary & Permanent Markings: 158,000 SF (Each Applica- will reject as nonresponsive any bid or offer that does not tion) The Jackson Hole Airport Board also reserves the right to can- include a completed Certificate of Buy American Compliance. Saw-Cut Grooving (Trapezoidal-Shaped): 105,000 SY cel all or part of this Invitation to Bid, to in its sole discretion 12-inch Slot Drain, Complete: 29,000 LF extend or otherwise change the proposal bid submittal or other Certification of Offeror/Bidder Regarding Debarment: By Inlet Structure for Slot Drain: 68 EA dates, and to modify or amend any and all provisions herein. submitting a bid/proposal under this solicitation, the bidder or Underdrain Pipe: 15,500 LF All bids received shall become the property of the Jackson Hole offeror certifies that neither it nor its principals are presently Underdrain Structures: 58 EA Airport Board. debarred or suspended by any Federal department or agency Storm Pipe (Polypropylene, Various Sizes): 8,000 LF from participation in this transaction. Storm Structures: 27 EA All questions regarding the bid are to be directed to Paul Seeding: 50 AC Fiore with Jviation, Inc., 720 South Colorado, Boulevard Suite Other Federal Provisions: Award of contract is also subject to Topsoil Placement (Obtained from Onsite): 27,500 CY 1200-S, Glendale, Colorado 80246, (303) 524-3030, Fax: (303) the following Federal Provisions: Windcone: 2 EA 524-3031, or email [email protected]. • Trade Restriction Certification Power Cable: 42,500 LF • Lobbying Federal Employees Counterpoise: 30,000 LF Bid Bond: Guarantee will be required with each bid as a certi- • Recovered Materials Electrical Conduit (DEB & CE): 30,000 LF fied check on a solvent bank or a Bid Bond in the amount of • Government-wide Requirements for Drug-free Workplace Junction Boxes: 28 EA five percent (5%) of the total amount of the bid, made payable • Other Federal Provisions included in Part A of the Special LED Edge & Threshold Lights: 140 EA to the Jackson Hole Airport Board. Provisions LED Centerline Lights (In-Pavement): 125 EA LED Guidance Signs: 30 EA Performance & Payment Bond: The successful bidder will be Runway Weather Information System: 1 LS required to furnish separate performance and payment bonds Jackson Hole Airport Board Various Work Items for FAA-Owned Navigational Aids: MALS, each in an amount equal to 100% of the contract price. Jackson, Wyoming PAPI, and Localizer Antenna Publish: 02/17, 02/24, 03/03/21