A Secure Online Service from Utah.gov

Utah.gov

Public Notice Website

Division of Archives and Records Service

Apron Expansion Project - Bid Invitation

Subscribe to Public Body

General Information

Government Type
Municipality
Entity
Provo
Public Body
Provo City Public Works

Notice Information

Add Notice to Calendar

Notice Title
Apron Expansion Project - Bid Invitation
Notice Tags
Airports, Construction
Notice Type(s)
Notice
Event Start Date & Time
August 24, 2023 11:00 AM
Event End Date & Time
August 24, 2023 12:00 PM
Event Deadline Date & Time
08/24/23 11:00 AM
Description/Agenda
INVITATION FOR BIDS Provo Airport Provo, Utah Provo City Bid No. PROVOEN202323421 Sealed bids, subject to the conditions contained herein, for improvements to the Provo Airport, Provo, Utah, AIP Project No. Provo City Bid No. PROVOEN202323421 will be received by the Provo Airport, in the Provo Airport Administrative Offices, 1331 South Sky Way, Provo, UT 84601, until Thursday, August 24, 2023, at 11:00 a.m. Local Time, at which time and place all bids will be publicly opened and read aloud. The work involved will include the following: Schedule I - Place Site Surcharge: Aircraft Deice Pad Schedule II - Place Site Surcharge: South Commercial Apron Schedule III - Place Site Surcharge: South Commercial Moat Apron Schedule IV - Place Site Surcharge: North Commercial Apron Schedule V - Place Site Surcharge: Taxiway A Extension The major work involved in the proposed project is as follows: Excavation of the existing grade and the installation of a reinforcement fabric and section of granular borrow. On top of the granular borrow, material will be placed to serve as surcharge. This project is being completed to facilitate the installation of concrete and asphalt pavements in a future project. Construction for this project is expected to take 80 Calendar days. Contract Documents. The complete set of Specifications and Contract Documents, including drawings, can be downloaded via SciQuest. Bidding Documents must be obtained from http://purchasing.utah.gov/for-vendors/ beginning on August 3, 2023. The cost of the Contract Documents, when obtained from Provo Airport, is $50.00 and is non-refundable. By obtaining copies of the Contract Documents, 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 Alex Nodich via email at alex.nodich@woolpert.com. Pre-Bid Conference. The pre-bid conference for this project will be held on Tuesday, August 15, 2023 at 11:00 a.m. Local Time, in the Provo Airport Administrative Offices at the Provo Airport, 1331 South Sky Way, Provo, UT 84601. All bidders are encouraged 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 Provo City Corporation 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 Provo City Corporation 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 Nodich with Jviation, a Woolpert Company, 35 South 400 West., Suite 200, St. George, Utah, 84770, (435) 574-5308, Fax: (435) 673-8484, or email alex.nodich@woolpert.com. All questions regarding the bid should be submitted in writing via e-mail no later 5 business days prior to the bid opening date. 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 Provo City Corporation. 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: Provo City Corporation, 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 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. Bidders are advised that the agreement resulting from this solicitation will include provisions mandated by the Federal Aviation Administration prohibiting discrimination by the contractor and its subcontractors. Provo City Corporation reserves the right to audit and inspect subcontracts to ensure compliance with this requirement. DBE Requirement. The requirements of 49 CFR part 26 apply to this contract. It is the policy of Provo City Corporation 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. 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: 2.4% 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 non-federally 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 Utah, Utah, Provo City Corporation. 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 - Government-wide Requirements for Drug-free Workplace - Other Federal Provisions included in Part A of the Special Provisions Provo City Corporation Provo, Utah
Notice of Special Accommodations (ADA)
Notice of Compliance with the Americans with Disabilities Act (ADA) In compliance with the ADA, individuals needing special accommodations (including auxiliary communicative aides and services) during this meeting are invited to notify the Public Works Department at 801-852-6700 or by email at eguerrero@provo.utah.gov at least three working days prior to the meeting.
Notice of Electronic or Telephone Participation
n/a

Meeting Information

Meeting Location
1331 South Sky Way
Provo, UT 84601
Show in Apple Maps Show in Google Maps
Contact Name
Emily Guerrero
Contact Email
eguerrero@provo.utah.gov
Contact Phone
(801)852-6700

Notice Posting Details

Notice Posted On
August 07, 2023 04:52 PM
Notice Last Edited On
August 07, 2023 04:52 PM
Deadline Date
August 24, 2023 11:00 AM

Download Attachments

File Name Category Date Added
PROVOEN202323421 INVITATION FOR BIDS.pdf Public Information Handout 2023/08/07 04:51 PM

Board/Committee Contacts

Member Email Phone
Emily Guerrero eguerrero@provo.utah.gov (801)852-6700

Subscribe

Subscribe by Email

Subscription options will send you alerts regarding future notices posted by this Body.