ADVERTISEMENT FOR BIDS
Columbus Regional Airport Authority
LCK Ramp 3 Reconstruction Phase 4
2025-ENG-648-ITB
Rickenbacker International Airport
Sealed Bids will be received by the Columbus Regional Airport Authority (CRAA) until 2:00 p.m., local time, April 3, 2025, for LCK Ramp Reconstruction Phase 4 at Rickenbacker International Airport. The Scope of Work includes demolition of existing grass infields, asphalt shoulder and asphalt service roads and installation of concrete pavement, adjustment of existing storm structures, new fuel pit infrastructure and pavement markings for aircraft positions. The engineer’s estimate for this project is $6,877,548.
Sealed Bids will be received electronically via B2GNow. Information on how to register as well as to view or bid on this solicitation can be found at: https://columbusairports.diversitycompliance.com/ until the specified due date and local time. Bids must be submitted online using the B2GNow Portal by the specified due date and time.
Bids submitted by any other method are not acceptable and will not be considered. CRAA will reject any bids or unsolicited bid addenda that are received after the deadline. CRAA will reject late bids regardless of the cause for the delay.
The Bid Documents including the plans, specifications, and related information are available on B2GNow through, www.columbusairports.diversitycompliance.com. Any addenda will be available on B2GNow and bidders are responsible for retrieving any addenda as posted. A hard copy of the specifications and plans may be picked up at KEY BLUE PRINTS, 195 East Livingston Avenue, Columbus, OH 43215. Please contact Key Blue Prints at 614-228-3285 to obtain the cost for these documents. All questions must be asked in B2Gnow and all answers will be posted in B2GNow. Any questions asked outside of B2GNow may not be answered. Questions received after the question deadline will not be answered.
CRAA reserves the right to reject any or all bids and to waive any informalities, irregularities, and technical defects of a minor nature. All bids are subject to all applicable Federal, State, and local laws, regulations, and rules. The Contract will be awarded to the lowest responsive and responsible bidder in accordance with Ohio law.
CRAA, 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 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.
Bidders shall make a good faith effort to obtain Disadvantaged Business Enterprise (DBE) participation of 15% of the dollar value of the Contract in accordance with the FAA DBE Program, 49 CFR 26. For questions regarding the DBE Program, contact Business Diversity at BusinessDiversity@ColumbusAirports.com. Contractors seeking DBE certification should contact the Ohio Department of Transportation’s (ODOT) Unified Certification Program at (614) 728-9598 or visit their website at www.ohioucp.org.
SURETY REQUIREMENTS: The bidder must provide the required surety documentation at the time of the bid due date and time. The documentation shall comply with the requirements in 49 CFR Part 18.36(h)(1) and the Ohio Revised Code (ORC) Sections 153.57 and 153.571. These ORC Sections detail the requirements, however a list with percentages is provided below. Any Check or Letter of Credit instrument listed shall be drawn on a solvent bank authorized to do business in the State of Ohio, payable to the Columbus Regional Airport Authority.
Acceptable surety documents in an amount equal to 10% of the Bid Price including Alternates:
An irrevocable Letter of Credit, or Certified Check, or Cashier’s Check
Acceptable surety document in an amount equal to 100% of the Bid Price, including Alternates:
A Bid and Performance Bond executed by the bidder and a surety company authorized to do business in the State of Ohio and satisfactory to CRAA, in substantial compliance with 49 CFR Part 18.36(h)(2) and ORC §153.571 and a Payment Bond in accordance with 49 CFR Part 18.36(h)(3).
If the bidder is providing a certified check or cashier’s check as security, please mail the check to: CRAA, L-3459, Columbus, OH 43260. When submitting the security check, please indicate the project name on the check. Surety may also be submitted by EFT. To submit by EFT, please email CRAAProcurement@columbusairports.com. After the execution of the Contract and as appropriate, the Columbus Regional Airport Authority will refund any non-awarded bidder for the amount that previously received by CRAA.
Any Contract, if awarded, will be subject to the following federal provisions as applicable: Buy American Preferences (Title 49 United States Code, CHAPTER 501); Foreign Trade Restriction: Denial of Public Works Contracts to Suppliers of Goods and Services of Countries that Deny Contracts to Suppliers of Goods and Services of Countries that Deny Procurement Market Access to U.S. Contractors (DOT Regulation 49 CFR PART 30); Davis Bacon Act (DOL Regulation 29 CFR Part 5); Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246 and DOL Regulation 41 CFR PART 60); Governmentwide Debarment and Suspension and Governmentwide Requirements for Drug-free Workplace (DOT Regulation 49 CFR PART 29).
A VIRTUAL pre-bid meeting is scheduled for March 18, 2025, at 1:00 pm, local time. Below is the information to attend the Teams meeting:
Meeting ID: 273 765 435 89
Meeting Passcode: Jr7Yi6UW
If you wish to attend via telephone instead of Teams, dial 380-867-0085. Phone conference ID: 849 621 063#
There will be no tour of the worksite