Invitation to offer
Separate subcontractor/
Supplier bids for
Construction of:
Bozeman Yellowstone
International Airport EAST Terminal Project –
Appendix 3
Is received in the office of the construction manager:
Martel Construction, Inc.
1203 S. Church, Bozeman, Mt 59715.
Book date: Wednesday,
October 1, 2025, 2:00 p.m., local time.
The project generally consists of the following main objects, but is not necessarily limited:
BZN EAST Terminal expansion – Appendix 3 – Interior and surfaces
The work consists, but is not limited to:
Appendix 3
Concrete, Precast, Masonry, Stone Masonry Veneer, Structural, Miscellaneous and Decorative Steel, Railings, Carpenry, Glu Lam Construction, Finish Carpenry, Casework, Solid Surface Fabrications, Countertops, FRP, Insulation, Caulking, Flashing, Expansion Control, Doors and Hardware, Access Doors, Traffic Doors, Sliding Pass Windows, Glazing, Mirrors, Storefront, Curtain Wall, Oh Doors and Grilles ,, Glass Railing, Metal Stud Framing, Drywall, Painting, Acoustic Ceilings, Drywall Suspension Assemblies, Wood Ceilings, Floor Coverings, Resinus Flooring, Floor and Wall Tile, Interior and Exterior Painting, Wall Covering, Signage, Toilet Commartment, Toilet and Bath Accessories, Folding Panel Partitions, Wall and Door Protection, Fire Place Specialties, Fire Exinguisher Cabinets, Lockers, Synthetic Gras, Grills and Biddle, Grills, Dash can, fire sprinkler, installation, HLK, electrics, communication, access control, fire alarm, luggage handling systems, cranes and hooves
A Prebid conference is planned for 2 p.m. on September 18, 2025 in the ARFF building north of the control tower.
This work includes all tools, devices, materials and workers to complete this project.
The contract documents, consisting of (1) a signing volume and (2) two volumes of project specifications and all published creation, can be examined in the Office of Martel Construction, Inc. An electronic copy is available free of charge.
In addition, the drawings and project manuals can also be examined in the following locations (all surface codes 406, unless otherwise stated):
– Bozeman Builders Exchange, 1105 Reeves Rd. West, Suite 800, Bozeman, MT 59718, 586-7653
– Builders exchange from Billings, 2050 Broadwater, Suite A, Billings, MT 59102, 652-1311
– Great Falls Builders Exchange, 325 2nd Street South, Great Falls, MT 59405, 453-2513
– Missoula Plans Exchange, 201 North Russell Street, Missoula, MT 59801, 549-5002
– Northwest Montana Plans Exchange, 2303 Highway 2 East, Kalispell, MT 59901, 755-5888
-Pokane Regional Plan Center, 209 N. Havana St., Spokane, WA 99202, 509-328-9600
– The branch of the construction manager in Martel Construction, Inc:
1203 S. Church Ave, Bozeman, MT 59715 (406) 586-8585
The bidder must provide all information required by the bid documents and specifications.
The required insurance is carried out by the successful bidders (s), and a certificate of this insurance is given to the construction manager as in the specifications.
The subcontractor can be asked to offer a performance and payment bond.
The owner reserves the right to reject all or all commandments and do without irregularities.
The bidder must provide all information required by the bid documents and specifications.
Funding for this contract is supported nationwide.
Claims of each stage must meet the applicable federal requirements, including but not limited: the purchase American Preference, Civil Rights -Allgemeine, Davis Bacon requirements, state debaria and suspension, lobbying of the federal employees and the procurement of recovered materials that are included in the BID documents.
Title VI order notice. The Gallatin Airport Authority, in Accordance with the Commission of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 USC ยงยง 2000d-4) and the regulations, HEREBY NOTIFISE ALL BIDDERSANAT IT Will Affirmatively Ensure that Into Pursuant To this advertisement, disadvantaged business enterprises wants to be afford full and fair opponity to submit bids in response to this invitation and not being discriminated against for reasons of breed, color or national origin in the examination for an award.
Davis Bacon and/or MT, who affects wages for wages for 2025. The contractor must comply with wage and work requirements and comply with the minimum wages in accordance with the wages committee or Montana Department of Labor stated by the Ministry of Labor of the US Ministry of Labor in accordance with the Ministry of Labor stated in the contract.
Law on fair work standards (Fall Fair Labe Atters Act (FLSA). All contracts and sub-orders that result from this request include the provisions of 29 CFR part 201, ff. The Federal Fair Fair Labor Standards Act (FLSA), with the same strength and effect. Full -time employees.
The contractor has full responsibility for monitoring compliance with the referenced statute or the referenced regulation. This must remedy all claims or disputes that result from this requirement directly with the US Ministry of Labor – wage and hourly department.
Registration of contractors. Contractors and subcontractors who work on this project need registration with the Montana Department of Labor and Industry. Forms for registration can be found in the Ministry of Labor and Industry, Postfach 8011, 1805 Prospect Avenue, Helena, Montana 59604-8011. Information on registration can be found on the phone number 1-800-556-6694. Before offering, contractors must have been registered with the Ministry of Labor and Industry.
Unserted facilities.
Unserted facilities. By submitting an offer/proposal from this request, the bidder or provider certifies that he meets the requirements for the non -separated facilities in accordance with Section 1.8 – 19 of these specifications.
Requirement of the requirement of positive measures to ensure opportunities for the same employment:
1. The attention of the provider or the bidder is called to the “Equal Opportunities Clause” set here and the “Standard Building Contract Contracts of the Confederation for the same employment opportunities”.
2. The goals and schedules for the participation of minorities and women, which are expressed in every trade with all construction work in the insured area for the overall workforce of the contractor, are as follows:
Goals for the participation of minorities for every trade: 3.3%
Goals for the participation of women in every trade: 6.9%
These goals apply to all construction work of the contractor (regardless of whether they are carried out by federal or federal companies in the covered area or not. If the contractor carries out construction work in a geographical area outside the covered area, this uses the goals specified for such geographical areas in which the work is actually carried out. In terms of this second area, the contractor is also subject to the objectives for both the nationwide and for those who are not broken Building.
Compliance with the executive regulation and the provisions of the contractor in 41 CFR part 60-4 is based on the implementation of the gender equality clause, specific positive measures, which are required by the specifications specified in 41 CFR 60-4.3 (a), and their efforts to achieve the goals. The hours of employment and training for minorities and female training must be significantly uniform throughout the duration of the contract and in every trade, and the contractor tries to deal evenly for each of his projects. The transfer of minority or female employees or trainees from the contractor to the contractor or from a project to project in order to achieve the goals of the contractor is a violation of the contract, the executive regulation and the regulations in 41 CFR part 60-4. Compliance with the goals is measured based on the total working hours carried out.
3. The contractor must submit a written notification to the director of the Office of Federal Contract Compliance Program (OFCCP) within 10 working days after a building submission of more than 10,000 US dollars for construction work as part of the construction work resulting from this request. The names, the address and telephone number of the subcontractor are specified in the notification. Employer identification number of the subcontractor; estimated dollar amount of the subordinate; estimated start and final data of the subordinate; and the geographical area in which the sub -order is to be awarded.
V.
DBE request. The Gallatin Airport Authority has set a general DBE goal for the year. According to this contract, the airport authority passes a racial-neutral means to facilitate DBE participation. The bidder does not discriminate against breed, color, national origin or gender in the execution of this contract. The bidder must take all applicable requirements of 49 CFR part 26 in the allocation and management of DOT -assisted contracts
According to 49 CFR part 26, the airport authority must create a list of bidders that consists of information on all DBE and non-DBE companies that offered or cited the contracts for dot-assisted. The purpose of this requirement is to enable the bidding list to calculate future overall goals of the DBE goals. In accordance with the requirements of the proposal section, all Prime bidders who submit the bids for this project must submit a list with the name, address and the DBE/non-DBE status of all subcontractors and suppliers who offer or cite information for work or information for work or citation. If you do not provide this information, as described in the section, the bidder will not be accessible and not entitled to award the contract.
Financing and award. This contract is partially financed by a subsidy of the Federal Aviation Administration. The right is reserved to reject all commandments received, to forego irregularities, to award the contract for a period of sixty (60) days and to accept the reaction -fast and most responsible offer that is in the best interest of Gallatin Airport Authority
Invitation to offer
PUB BDC September 6, 13, Bln September 11, 18, 2025
671859
Mnaxlp