OPPORTUNITIES TO BID

NOTICE TO BIDDERS / INVITATION FOR BIDS

NEW AIRPORT TERMINAL
PACKAGE 4 – BAGGAGE HANDLING SYSTEM
AIP PROJECT NO.: 3-21-0043-057-2021

Bid Proposals will be received by the Barkley Regional Airport Authority, via a secure online network through QuestCDN VirtuBid service, until Tuesday, February 8, 2022, at 2:00 pm CST, which will then be publicly opened and read aloud. Bid Proposals will not be received after the deadline for submission.

Baggage Handling System
The outbound baggage handling system (BHS) will include one ticketing conveyor, an area for baggage screening, and a baggage make-up area. Security doors controlled by the BHS will be provided on the conveyors to separate the baggage screening area from the public check-in area and from the baggage make-up area.

The delivery conveyors to the screening area will include 35 LF of standard-width conveyor. The new baggage screening area will be a manual operation including non-powered rollers for bag conveyance. The new baggage make-up area will include 45 LF of takeaway conveyor including a make-up pier
that will receive all cleared standard-size baggage. Bags will be manually sorted from this pier by flight. The inbound baggage claim area will include one new 100-LF flat-plate baggage claim carousel, which will penetrate the claim area wall to extend into the inbound baggage stripping area. Security doors controlled by the baggage handling system will allow the carousel to circulate baggage and will close when the carousel is not in use.

A Disadvantaged Business Enterprise participation goal of 4.5% as been established for the project. A complete set of bid documents will be available
on Monday, January 24, 2022.

Bid documents are only available in electronic PDF format online at questcdn.com. Reference QuestCDN eBidDoc #8110203. The cost to download the bid documents is $15.00 payable through QuestCDN. The cost to submit a bid for the project is $15.00 payable through QuestCDN. The Bid Documents, including plans, specifications, and Bid Proposal Package are on file and available for inspection by appointment at the following locations:

Barkley Regional Airport
Attn: Carol Creason
2901 Fisher Rd
West Paducah, KY 42086
(270) 744-0521

River City Printing, LLC
Attn: Susan Carr
222 Kentucky Ave.
Paducah, KY 42003
(270) 557-7837

A digital version of the Bid Documents, including plans and specifications, is available for viewing at:

River City Printing, LLC Planroom:  https://rivercityprintingllc.com 
AGC of Western Kentucky: https://www.agcwky.org
Builders Exchange of Kentucky, Inc.:  http://www.bxkentucky.com
Builders Exchange of Tennessee, Inc.: http://www.bxtn.org
Construct Connect: https://www.constructconnect.com 
Dodge Data Analytics: https://www.construction.com 
Southern Illinois Builders Association; O’Fallon, IL:  http://www.siba-agc.org

Hard copy documents may be printed at River City Printing at additional cost, however bidders must supply the PDF document file downloaded via
QuestCDN. River City Printing will not provide download of the bid documents nor print bid documents without being supplied the PDF file by the bidder.
A web-based video/teleconference Public Bid Opening will be held on Tuesday, February 8, 2022, at 2:00 pm CST. Any person who wishes to participate in
the teleconference shall send an email message to Destin Nygard at dnygard@alliiance.us by 4:00 pm CST on Monday, February 7, 2022, and a teleconference invitation will be returned for the following day’s teleconference.

A bid bond or other guarantee payable without condition to the Barkley Regional Airport Authority, in an amount not less than five (5) percent of the bid,
shall be submitted with each proposal as a guarantee that if the proposal is accepted by the Barkley Regional Airport Authority. With the bid submittals
to be transmitted via digital/electronic upload to the QuestCDN VirtuBid platform, Bidders must provide a digital/scanned copy of the bid guarantee. The actual official original bid guarantee for two lowest bids received shall be submitted by the bidders and received by the Owner within 48 hours of the bid opening. Alternatively, bidders may submit their bid guarantee at the time of bidding via Surety2000 as official electronic submittal.

A contract will be awarded to the lowest, responsive, and responsible bidder in the best interest of the BRAA. A contract
will be entered into and the performance of the contract properly secured. The awarded contractor will be required to furnish a satisfactory Performance Bond and Payment Bond in the sum of one hundred percent (100%) of the amount of the Contract.

All proposals shall include a Bid Form, acceptable Bid Security, Contractor’s Financial Statement, and other documents required by the Contract Documents. Any Bid not accompanied by the aforementioned required items shall be deemed to be a non-responsive bid. No Bidder may withdraw the
proposal within a period of 60 calendar days following the date set for the receipt of bids. The Barkley Regional Airport Authority reserves the right to
retain any and all bids for a period of not more than 60 calendar days and said bid shall remain in full force and effect during said time.

NOTICE OF 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:
Goals for minority participation for each trade: 5.2% 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 Kentucky, McCracken County, City of Paducah. Title VI

Solicitation Notice:
The Barkley Regional Airport Authority, 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, [select disadvantaged business enterprises or airport concession 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. This project is subject to the requirements of the Davis-Bacon Act, as amended. The Contractor is required to comply with wage and labor provisions and to pay minimum wages in accordance with the schedule of wage rates established by the United States Department of Labor.

Award of contract is also subject to the following Federal provisions:

Title 49 United States Code, SECTION 50101 – Buy American Preferences
Title VI of the Civil Rights Act of 1964, as amended, (Title VI)
DOL Regulation 29 CFR Part 5– Davis Bacon Act Certification Regarding Debarment and Suspension (Non-Procurement)
Title 2 CFR Part 180 & Title 2
CFR Part 1200 DOT Regulation 49 CFR Part 26 Disadvantaged Business Enterprise Participation DOT Regulation 49
CFR PART 30 – 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 (Foreign Trade Restriction). Lobbying Federal Employees – 31 USC §
1352 – Byrd Anti-Lobbying Amendment, 2 CFR part 200, Appendix II(J) 49 CFR part 20, Appendix A Procurement of Recovered Materials – 2 CFR §
200.322, 40 CFR part 247 and Solid Waste Disposal Act

The Barkley Regional Airport Authority reserves the right to reject any or all proposals and to waive any informalities or irregularities in the proposals received or to accept any proposal which is deemed most favorable to the Authority at the time and under the conditions stipulated in the Contract Documents to the extent permitted by law.

Dated at Paducah, Kentucky, this 21st day of January 2022.
BARKLEY REGIONAL AIRPORT AUTHORITY
BY: Dennis Rouleau, Executive Director, Barkley Regional Airport Authority

 

BARKLEY REGIONAL AIRPORT AUTHORITY
BARKLEY REGIONAL AIRPORT
NEW AIRPORT TERMINAL
PACKAGE 5 – PASSENGER BOARDING BRIDGE
AIP PROJECT NO.: 3-21-0043-057-2021

Bid Proposals will be received by the Barkley Regional Airport Authority, via a secure online network through QuestCDN VirtuBid service, until Tuesday,
February 8, 2022 at 2:30 pm CST, which will then be publicly opened and read aloud. Bid Proposals will not be received after the deadline for submission. Passenger Boarding Bridge One new passenger boarding bridge will be installed at the new terminal. The bridge installation will include:
• Three-tunnel, apron-drive boarding bridge.
• Ground Power Unit (GPU) to provide 400Hz power to aircraft.
• Additional passenger boarding bridge accessories, as outlined in the project documents.

A Disadvantaged Business Enterprise participation goal of 4.5% has been established for the project.

A complete set of bid documents will be available on Monday, January 24, 2022. Bid documents are only available in electronic PDF format online at
questcdn.com. Reference QuestCDN eBidDoc #8110204. The cost to download the bid documents is $15.00 payable through QuestCDN. The cost to submit a bid for the project is $15.00 payable through QuestCDN. The Bid Documents, including plans, specifications, and Bid Proposal Package are on file and available for inspection by appointment at the following locations:

Barkley Regional Airport
Attn: Carol Creason
2901 Fisher Rd
West Paducah, KY 42086
(270) 744-0521

River City Printing, LLC
Attn: Susan Carr
222 Kentucky Ave.
Paducah, KY 42003
(270) 557-7837

A digital version of the Bid Documents, including plans and specifications, is available for viewing at:
River City Printing, LLC Planroom: https://rivercityprintingllc.com
AGC of Western Kentucky https://www.agcwky.org
Builders Exchange of Kentucky, Inc. http://www.bxkentucky.com
Builders Exchange of Tennessee, Inc. http://www.bxtn.org
Construct Connect https://www.constructconnect.com
Dodge Data Analytics  https://www.construction.com
Southern Illinois Builders Association; O’Fallon, IL  http://www.siba-agc.org

Hard copy documents may be printed at River City Printing at additional cost, however bidders must supply the PDF document file downloaded via QuestCDN. River City Printing will not provide download of the bid documents nor print bid documents without being supplied the PDF file by the bidder.

A web-based video/teleconference Public Bid Opening will be held on Tuesday, February 8th, 2022 at 2:30 pm CST. Any person who wishes to participate in the teleconference shall send an email message to DestinNygard at dnygard@alliiance.us by 4:00 pm CST on Monday, February 7th, 2022, and a teleconference invitation will be returned for the following day’s teleconference.

A bid bond or other guarantee payable without condition to the Barkley Regional Airport Authority, in an amount not less than five (5) percent of the bid,
shall be submitted with each proposal as a guarantee that if the proposal is accepted by the Barkley Regional Airport Authority. With the bid submittals
to be transmitted via digital/electronic upload to the QuestCDN VirtuBid platform, Bidders must provide a digital/scanned copy of the bid guarantee. The actual official original bid guarantee for two lowest bids received shall be submitted by the bidders and received by the Owner within 48 hours of the bid opening. Alternatively, bidders may submit their bid guarantee at the time of bidding via Surety2000 as official electronic submittal.

A contract will be awarded to the lowest, responsive, and responsible bidder in the best interest of the BRAA. A contract
will be entered into and the performance of the contract properly secured. The awarded contractor will be required to furnish a satisfactory Performance Bond and Payment Bond in the sum of one hundred percent (100%) of the amount of the Contract.

All proposals shall include a Bid Form, acceptable Bid Security, Contractor’s Financial Statement, and other documents required by the Contract Documents. Any Bid not accompanied by the aforementioned required items shall be deemed to be a non-responsive bid. No Bidder may withdraw the
proposal within a period of 60 calendar days following the date set for the receipt of bids. The Barkley Regional Airport Authority reserves the right to
retain any and all bids for a period of not more than 60 calendar days and said bid shall remain in full force and effect during said time.

NOTICE OF 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:
Goals for minority participation for each trade: 5.2% 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 Kentucky, McCracken County, City of Paducah. Title VI

Solicitation Notice:
The Barkley Regional Airport Authority, 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, [select disadvantaged business enterprises or airport concession 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. This project is subject to the requirements of the Davis-Bacon Act, as amended. The Contractor is required to comply with wage and labor provisions and to pay minimum wages in accordance with the schedule of wage rates established by the United States Department of Labor.

Award of contract is also subject to the following Federal provisions:

Title 49 United States Code, SECTION 50101 – Buy American Preferences
Title VI of the Civil Rights Act of 1964, as amended, (Title VI)
DOL Regulation 29 CFR Part 5– Davis Bacon Act Certification Regarding Debarment and Suspension (Non-Procurement)
Title 2 CFR Part 180 & Title 2
CFR Part 1200 DOT Regulation 49 CFR Part 26 Disadvantaged Business Enterprise Participation DOT Regulation 49
CFR PART 30 – 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 (Foreign Trade Restriction). Lobbying Federal Employees – 31 USC §
1352 – Byrd Anti-Lobbying Amendment, 2 CFR part 200, Appendix II(J) 49 CFR part 20, Appendix A Procurement of Recovered Materials – 2 CFR §
200.322, 40 CFR part 247 and Solid Waste Disposal Act

The Barkley Regional Airport Authority reserves the right to reject any or all proposals and to waive any informalities or irregularities in the proposals received or to accept any proposal which is deemed most favorable to the Authority at the time and under the conditions stipulated in the Contract Documents to the extent permitted by law.

Dated at Paducah, Kentucky, this 21st day of January 2022.
BARKLEY REGIONAL AIRPORT AUTHORITY
BY: Dennis Rouleau, Executive Director, Barkley Regional Airport Authority