Bid Advertisement
Sioux Falls Regional Airport
Sioux Falls, South Dakota
AIP Project No. 3-46-0050-067-2025
Project Name: Terminal Concourse Expansion – Phase 1 – Bid Package 1.2
Bid Date: Tuesday, October 28, 2025, at 2:00 PM CT Local Time
Bids are being accepted for Foundation Backfill ONLY.
Sealed bids, subject to the conditions contained herein, for improvements to the Sioux Falls Regional Airport, Sioux Falls, South Dakota, AIP Project No. 3-46-0050-067-2025 will be received by the Weitz/Journey JV acting as the CMAR for the Sioux Falls Regional Airport Authority 2801 Jaycee Lane, Sioux Falls, South Dakota, 57104, until 2:00 PM CT local time on October 28, 2025, and then publicly opened and read aloud at 3:00 PM CT local time.
Project work consists of, but is not limited to, the following: Terminal Concourse Expansion – Phase 1 will consist of an approximate 31,000 SF terminal concourse addition to the existing Sioux Falls Regional Airport. Bids are being accepted for Foundation Backfill ONLY.
Construction for this project shall be completed by April 15, 2027 by for all bid schedules.
Bid Submission
Sealed bids must be filled out, compiled, and submitted before 2:00 PM, October 28, 2025. Any submissions received after this time will not be accepted or opened. Sealed bids must be submitted electronically to the Building Connected website. Submitters are to contact Jesse Davey at jesse.davey@weitzjourney.com to request setup and access to the Building Connected website.
Bidding Documents. Bid Documents can be downloaded from Building Connected. Bidders are to contact Jesse Davey at jesse.davey@weitzjourney.com to request setup and access to the Building Connected website. All official notifications, addenda, and other Bidding Documents will be offered only through the Building Connected website. Anyone requesting, reviewing, or copying Plans and Specifications for this project agrees that they are doing so for the sole purpose of submitting a proposal on the project. Bidder further agrees the Plans and Specifications are the sole property of the SFRAA.
Bid Guarantee. Each bid in the amount of $100,000.00 or more, shall contain a bid bond for ten percent (10%) of the amount of the bid. Such bond to be issued by a surety authorized to do business in the State of South Dakota payable to the Weitz/Journey JV, as a guaranty that the bidder will enter into a contract with the Weitz/Journey JV, its board or officers thereof, in accordance with the terms of the letting and bid in case the bidder be awarded the contract.
Pre-Bid Questions Due Date/Time:
Pre-Bid project questions may be submitted from bidders anytime during the bidding period but no later than 5:00 PM CST on October 22, 2025. Questions should be submitted via Building Connected. Responses to any questions submitted after the questions submission due date are at the discretion of the Construction Manager.
Federal Requirements for Federally Funded Projects. This Project is being partially funded under the Federal Aviation Administration (FAA) Airport Improvement Program (AIP). Contractors must comply with specific federally required provisions as listed herein and contained in the contract documents. The following federal provisions are incorporated in this solicitation by reference:
Affirmative Action (41 CRF Part 60-4; Executive Order 11246)Buy American Preference (49 USC § 50101; Executive Order 14005; Bipartisan Infrastructure Law (Pub. L No. 117-58); Build America; Buy America (BABA))Civil Rights – Title VI Assurance (49 USC § 47123; FAA Order 1400.11)Davis-Bacon Act (2 CFR Part 200, Appendix II (D); 29 CFR Part 5; 49 USC § 47112 (b); 40 USC § 3141-3144, 3146, and 3147)Debarment and Suspension (2 CFR Part 180 (Subpart B); 2 CFR Part 200, Appendix II(H); 2 CFR Part 1200; DOT Order 4200.5; Executive Orders 12549 and 12689)Disadvantaged Business Enterprise (49 CFR Part 26)Federal Fair Labor Standards Act (29 USC § 201, et seq; 2 CFR § 200.430)Foreign Trade Restriction (49 CFR Part 30; 49 USC § 50104)Lobbying and Influencing Federal Employees (49 CFR Part 20, Appendix A; 31 USC § 1352 – Byrd Anti-Lobbying Amendment; 2 CFR part 200- Appendix II(I))Procurement of Recovered Materials (2 CFR § 200.323; 2 CFR Part 200, Appendix II (J); 40 CFR Part 247; 42 USC § 6901, et seq (Resource Conservation and Recovery Act (RCRA)))Government-wide Requirements for Drug-free Workplace (49 CFR Part 32; Drug-Free Workplace Act of 1988(41 USC § 8101-8106, as amended)
Disadvantaged Business Enterprise. The Owner's award of this contract is conditioned upon Bidder or Offeror satisfying the good faith effort requirements of 49 CFR § 26.53.
As a condition of responsibility, every Bidder or Offeror must submit the following information on the forms provided herein within five days after bid opening.
The names and addresses of Disadvantaged Business Enterprise (DBE) firms that will participate in the contract;A description of the work that each DBE firm will perform;The dollar amount of the participation of each DBE firm listed under (1);Written statement from Bidder or Offeror that attests their commitment to use the DBE firm(s) listed under (1) to meet the Owner's project goal;Written confirmation from each listed DBE firm that it is participating in the contract in the kind and amount of work provided in the Construction Manager's commitment; andIf Bidder or Offeror cannot meet the advertised project DBE goal, evidence of good faith efforts undertaken by the Bidder or Offeror as described in appendix A to 49 CFR part 26. The documentation of good faith efforts must include copies of each DBE and non-DBE subcontractor quote submitted to the bidder when a non-DBE subcontractor was selected over a DBE for work on the contract.
Federal Fair Labor Standards Act. 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 -
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 (U.S.T.R.);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; andhas 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:
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 U.S.T.R. orwhose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such U.S.T.R. list; or
6. who incorporates in the public works project any product of a foreign country on such U.S.T.R. 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.
Civil Rights - Title VI Assurances. The Sioux Falls 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 for any contract entered into pursuant to this advertisement, business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and no business will be discriminated against on the grounds of race, color, or national origin (including limited English proficiency), creed, sex (including sexual orientation and gender identity), age, or disability in consideration for an award.
Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity
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.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: 1.2%
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. 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.
As used in this notice and in the contract resulting from this solicitation, the "covered area" is Minnehaha County, Sioux Falls, South Dakota.
Federal Funding. The award of the contract is subject to approval of the Federal Aviation Administration and availability of federal funding. See instruction to bidders for additional information.
Any questions regarding bids are to be directed to:
Jesse Davey – Sr. Project Manager, Weitz/Journey JV
Email: jesse.davey@weitzjourney.com
Phone: 605-201-6641
Published October 20 2025, at the total approximate cost of 173.2 and may be viewed free of charge at www.sdpublicnotices.com
LABD0389052