INVITATION TO BID
AIRPORT IMPROVEMENTS
BILLINGS LOGAN INTERNATIONAL AIRPORT
BILLINGS, MONTANA
Notice is hereby given that sealed bids will be received and publicly opened at 2:00 p.m., local time on Tuesday, March 3, 2026 by the Billings City Clerk, via e-mail at , or via mail delivery at 316 N. 26th Street, Billings, MT, 59101 (P.O. Box 1178, Billings, MT 59103) for the construction of “2026 Taxilane Construction” to include the following:
Schedule 1 – Taxilane Construction
This work is to include all tools, equipment, materials and labor to complete this project.
Bids must be sealed and delivered to the City of Billings, at or before 2:00 p.m., local time on Tuesday March 3, 2026, and marked "Bid for 2026 Taxilane Construction at the Billings Logan International Airport.” The bidder’s name, address, and state Contractor’s Registration Number shall appear in the lower left-hand corner of the envelope.
Bids will be publicly opened and read aloud via Facebook Live on the City's Facebook page: https://www.facebook.com/Billings-MT-City-Government-74352842013/. Bid tabulations will be posted for public viewing after the bids have been opened.
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.
Contract Documents. The Contract Documents consisting of half size Drawings and Project Manual may be viewed or obtained by electronic documents online by end of the day on February 13, 2026.
Electronic Transfer - Complete electronic Project Plans, Project Manual, and “Bid Proposal Packet” are available at the Morrison-Maierle, Inc. website “www.m-m.net”, by clicking on the “Projects Bidding” link and selecting this project from the project list. Documents can only be viewed on the Morrison-Maierle, Inc. website and cannot be downloaded or printed without purchasing. To purchase and download the project documents in pdf format and be placed on the planholder’s list, click “Download Project PDF” and sign on to QuestCDN.com. Plan documents and “Bid Proposal Packet” can be downloaded for a fee of $40.00. Please contact QuestCDN at 952-233-1632 or email “” for assistance in the free membership registration, downloading, and working with this digital project information.
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.
FEDERAL SOLICITATION REQUIREMENTS
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, Civil Rights Title VI Assurances, Davis Bacon Requirements, Governmentwide Debarment and Suspension, Lobbying of Federal Employees, and Procurement of Recovered Materials as contained in the bid documents.
Title VI Solicitation Notice: As a condition of a grant award, the Sponsor shall demonstrate that it complies with the provisions of Title VI of the Civil Rights Act of 1964 (42 U.S.C. §§ 2000d et seq) and implementing regulations (49 CFR part 21) including amendments thereto, the Airport and Airway Improvement Act of 1982 (49 U.S.C. § 47123), the Age Discrimination Act of 1975 (42 U.S.C. 6101 et seq.), Section 504 of the Rehabilitation Act of 1973 (29 U.S.C. § 794 et seq.), the Americans with Disabilities Act of 1990 (42 U.S.C. § 12101, et seq.), U.S. Department of Transportation and Federal Aviation Administration (FAA) Assurances, and other relevant civil rights statutes, regulations, or authorities, including any amendments or updates thereto. This may include, as applicable, providing a current Title VI Program Plan to the FAA for approval, in the format and according to the timeline required by the FAA, and other information about the communities that will be benefited and impacted by the project. A completed FAA Title VI Pre-Grant Award Checklist is required for every grant application, unless excused by the FAA. The Sponsor shall affirmatively ensure that when carrying out any project supported by this grant that it complies with all federal nondiscrimination and civil rights laws based on race, color, national origin, sex, creed, age, disability, genetic information, in consideration for federal financial assistance. The Department’s and FAA’s Office of Civil Rights may provide resources and technical assistance to recipients to ensure full and sustainable compliance with Federal civil rights requirements. Failure to comply with civil rights requirements will be considered a violation of the agreement or contract and be subject to any enforcement action as authorized by law.
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.
Disadvantaged Business Enterprise. The requirements of 49 CFR Part 26, including any amendments thereto, apply to this contract. It is the policy of the City of Billings – Billings Logan International Airport 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.
Fair Labor Standards Act (Federal Minimum Wage). All contracts and subcontracts that result from this solicitation incorporate by reference the provisions of 29 CFR Part 201, et seq, the Federal Fair Labor Standards Act (FLSA), with the same force and effect as if given in full text. The FLSA sets minimum wage, overtime pay, recordkeeping, and child labor standards for full and part-time workers.
The Contractor has full responsibility to monitor compliance to the referenced statute or regulation. The Contractor must address any claims or disputes that arise from this requirement directly with the U.S. Department of Labor – Wage and Hour Division.
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.
Prohibition of Covered Unmanned Aircraft Systems (UAS): The Bidder or Offeror certifies that they are aware of and comply with relevant Federal statutes and regulations, including those from the Federal Aviation Administration (FAA), for operating unmanned aircraft systems (UAS) in accordance, and in compliance with all related requirements in the FAA Reauthorization Act of 2024 (Public Law 118-63), section 936 (49 U.S.C. § 44801 note).
Contractor warrants that all UAS operations will be conducted in full compliance with all applicable Federal Aviation Administration (FAA) regulations, including but not limited to 14 CFR Part 107, and any other applicable local, state, or Federal laws and regulations.
Sponsors and subgrant recipients cannot use AIP grant funds to enter into, extend, or renew a contract related to covered unmanned aircraft systems (UAS). This includes both procurement and operational contracts, as well as contracts with entities that operate such systems.
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 must be registered with the Department of Labor and Industry prior to bidding on this project.
Funding and Award. 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 the concurrence of the FAA. Bidders may not withdraw Proposals for a period of sixty (60) days after the bid opening date.
Pre-bid Conference. The pre-bid conference is hereby established at 1:30 p.m., Tuesday, February 24, 2026, at the Airport Operations Building, 2281 Overlook Drive (west of the terminal), upstairs conference room. Failure of the Contractor to thoroughly familiarize themselves with the scope of this project does not relieve the Contractor from the requirement of this Agreement. A tour of the work site at the Billings Logan International Airport will be conducted following the pre-bid conference.
Published on February 13th, 20th and 27th, 2026.