DIVISION 1 ADVERTISEMENT FOR BIDS Rapid City Regional Airport Rapid City, South Dakota AIP Project No. 3-46-0048-070-2026 Project Name: Glycol Deicing Containment Facility
Bid Date: Thursday, April 23, 2026 at 2:30 PM Local Time Sealed bids, subject to the conditions contained herein, for improvements to the Rapid City Regional Airport, Rapid City, South Dakota, AIP Project No. 3-46-0048-070-2026 will be received by the Rapid City Regional Airport Board of Directors 4550 Terminal Road – Suite 102, Rapid City, South Dakota, 57703, until 2:30 PM local time on April 23, 2026, and then publicly opened and read aloud. Project work consists of but is not limited to the following: Glycol Deicing Containment Facility Glycol Deicing Containment Facility will consist of miscellaneous grading, liner installation, fence removal, fence installation, seeding, and miscellaneous construction. Construction for this project shall be completed by October 31, 2026 for all bid schedules.
Contract Documents. The complete set of Plans, Specifications, and Contract Documents can be obtained for a non-refundable downloaded fee of $30 at www.questcdn.com #10134092. Those wishing to download the bidding documents electronically, do so at their own risk for completeness of the bidding documents. Mead & Hunt, Inc. shall, upon request, furnish at least one copy of the plans and specifications in electronic format, without charge, to each contractor resident in South Dakota who intends, in good faith, to bid upon the public improvement.
Bidding. Each bid in the amount of $100,000.00 or more, shall contain a certified check or a cashier’s check, for five percent (5%) of the amount of the highest overall bid sum. Such check shall be certified or issued by either a state or a national bank and payable to the purchasing agency or to an officer of the Rapid City Regional Airport Board of Directors letting the contract and inviting bids. In lieu of a check, a bid may 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 Rapid City Regional Airport Board of Directors, as a guaranty that the bidder will enter into a contract with the Rapid City Regional Airport Board of Directors, its board or officers thereof, in accordance with the terms of the letting and bid in case the bidder be awarded the contract.
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: Buy American Preference (49 USC § 50101; Executive Order 14005; Infrastructure Investment and Jobs Act (IIJA) (P. 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; 49 USC § 47113) 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))) Prohibition of Covered Unmanned Aircraft Systems (UAS) (FAA Reauthorization Act of 2024(Public Law 118-63), Section 936; 49 USC § 44801)
Disadvantaged Business Enterprise. The requirements of 49 CFR Part 26 including any amendments thereto apply to this contract. In accordance with the amendment dated October 3, 2025, no DBE goals have been established for this contract. However, the contract clauses in 49 CFR §§ 23.9, 26.13(a-b), and 26.29 still apply to this contract. It is the policy of the Rapid City Regional 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
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 – 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 (U.S.T.R.); 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 U.S.T.R. or 2) whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such U.S.T.R. list; or 3) 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 Rapid City Regional Airport 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), 28 CFR § 50.3, and 49 CFR Part 21, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, all contractors will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of the owner’s race, color, national origin, sex, creed, age, or disability in consideration for an award.
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 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: Mead & Hunt, Inc. Address: 1905 N Plaza Boulevard – Suite 2, Rapid City, SD 57702 Phone: 605.610.2938 Advertised on: April 9, 2026 & April 16, 2026
DIVISION 1 ADVERTISEMENT FOR BIDS Rapid City Regional Airport Rapid City, South Dakota AIP Project No. 3-46-0048-070-2026 Project Name: Terminal Remote Parking Apron Bid Date: Thursday, April 23, 2026 at 2:00 PM Local Time Sealed bids, subject to the conditions contained herein, for improvements to the Rapid City Regional Airport, Rapid City, South Dakota, AIP Project No. 3-46-0048-070-2026 will be received by the Rapid City Regional Airport Board of Directors 4550 Terminal Road – Suite 102, Rapid City, South Dakota, 57703, until 2:00 PM local time on April 23, 2026, and then publicly opened and read aloud. Project work consists of but is not limited to the following: Terminal Remote Parking Apron will consist of the construction of approximately 5,000 square yards of parking apron; remove existing pavement; underdrain system; storm sewer system; electrical lighting system demolition; marking obliteration; seeding; hydro mulching and associated construction activities. Construction for this project is to take place over 80 calendar days between the dates of June 1, 2026 and November 30, 2026.
Contract Documents. The complete set of Plans, Specifications, and Contract Documents can be obtained for a non-refundable downloaded fee of $30 at www.questcdn.com #10134095. Those wishing to download the bidding documents electronically, do so at their own risk for completeness of the bidding documents. Mead & Hunt, Inc. shall, upon request, furnish at least one copy of the plans and specifications in electronic format, without charge, to each contractor resident in South Dakota who intends, in good faith, to bid upon the public improvement. Bidding. Each bid in the amount of $100,000.00 or more, shall contain a certified check or a cashier’s check, for five percent (5%) of the amount of the highest overall bid sum. Such check shall be certified or issued by either a state or a national bank and payable to the purchasing agency or to an officer of the Rapid City Regional Airport Board of Directors letting the contract and inviting bids. In lieu of a check, a bid may 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 Rapid City Regional Airport Board of Directors, as a guaranty that the bidder will enter into a contract with the Rapid City Regional Airport Board of Directors, its board or officers thereof, in accordance with the terms of the letting and bid in case the bidder be awarded the contract.
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: Buy American Preference (49 USC § 50101; Executive Order 14005; Infrastructure Investment and Jobs Act (IIJA) (P. 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; 49 USC § 47113) 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))) Prohibition of Covered Unmanned Aircraft Systems (UAS) (FAA Reauthorization Act of 2024(Public Law 118-63), Section 936; 49 USC § 44801)
Disadvantaged Business Enterprise. The requirements of 49 CFR Part 26 including any amendments thereto apply to this contract. In accordance with the amendment dated October 3, 2025, no DBE goals have been established for this contract. However, the contract clauses in 49 CFR §§ 23.9, 26.13(a-b), and 26.29 still apply to this contract. It is the policy of the Rapid City Regional 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
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 – 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 (U.S.T.R.); 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 U.S.T.R. or 2) whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such U.S.T.R. list; or 3) 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 Rapid City Regional Airport 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), 28 CFR § 50.3, and 49 CFR Part 21, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, all contractors will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of the owner’s race, color, national origin, sex, creed, age, or disability in consideration for an award.
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
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: Mead & Hunt, Inc. Address: 1905 N Plaza Boulevard – Suite 2, Rapid City, SD 57702 Phone: 701.495.0428 Advertised on: April 11, 2026 & April 16, 2026





