Similar Projects
Applied Science Building - Montana State University Billings
Demolition, New Construction, Infrastructure
Conception
$8,900,000 CJ est. value
Billings, MT 59101

Saint Charles Mission School Parking Lot Reconstruction and Drain Field Replacement
Infrastructure
Design
$570,000 CJ est. value
Billings, MT 59101

Saint Charles Mission School Parking Lot Reconstruction and Drain Field Replacement
Infrastructure
Design
$570,000 CJ est. value
Billings, MT 59101

Northwest Billings Connector and Marathon Loop - Inner Belt Loop Phase II (Build Grant #DTOS59-20-RA-BUILD) - Schedule I
Infrastructure
Bidding
$14,000,000 CJ est. value
Billings, MT 59105

Northwest Billings Connector and Marathon Loop - Inner Belt Loop Phase II (Build Grant #DTOS59-20-RA-BUILD) - Schedule I
Infrastructure
Bidding
$14,000,000 CJ est. value
Billings, MT 59105

Pistol Range, Parking & Road Improvements
Alteration
Post-Bid
Billings, MT

HRDC Community First Griffin Place Site and Infrastructure
Demolition, Infrastructure
Post-Bid

Hudson Bay Divide South
Infrastructure
Results

Plant Mix Surfacing
Infrastructure
Results
MT

Castle Rock Landscaping and Sport Court
Infrastructure
Design
$700,000 CJ est. value
Billings, MT 59105

RFQ CM/GC - West End Reservoir Project
Infrastructure, Renovation
Bidding
$40,000,000 CJ est. value
Billings, MT 59101

Removal and Replacement of Road and Parking AC Pavement in Riverfront Park
Infrastructure
Post-Bid
Billings, MT

Reconstruct Existing Two-Way Stop-Controlled Intersection
Infrastructure
Results
Billings, MT 59106

West End Water Intake & Pump Station
New Construction, Infrastructure
Bidding
$21,000,000 CJ est. value
Billings, MT 59101

SBURA Gravel Street Improvements, Phase 1
Infrastructure
Post-Bid
Billings, MT

Last Updated 08/18/2022 04:32 PM
Project Title

West Taxilane Extension

Physical Address View project details and contacts
City, State (County) Billings, MT 59105   (Yellowstone County)
Category(s) Heavy and Highway
Sub-Category(s) Paving/Reconstruction, Runways/Taxiways, Site Development
Contracting Method Competitive Bids
Project Status Construction start expected May 2022
Bids Due View project details and contacts
Estimated Value $100,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

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. The 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, Foreign Trade Restriction, Davis Bacon, Affirmative Action, Government-wide Debarment and Suspension, Government-wide Requirements for Drug-free Workplace, 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 Billings Logan International Airport has established an overall DBE goal for the year. Under this contract, the Owner is adopting a race-neutral means of facilitating DBE participation. The bidder shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The bidder shall carry out all applicable requirements of 49 CFR Part 26 in the award and administration of DOT assisted contracts. As required by 49 CFR Part 26, the Owner 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. 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. 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.

Details

Division 31 - Earthwork, Grading, Earthwork Methods.
Division 32 - Exterior Improvements, Flexible Paving, Rigid Paving, Fences and Gates, Turf and Grasses.
Division 34 - Transportation, Airfield Signaling and Control Equipment.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents