Bid Posting

Home > Bid Posting
6/30/2015 - Airport Apron Rehabilitation

Sealed bids will be received until 3:00 p.m., Tuesday, June 30, 2015, and then publicly opened and read by the City of Kirksville at City Council Chambers, Kirksville City Hall, 201 S. Franklin Street 10/4/2120, for furnishing all labor, materials and equipment and performing all work necessary to:

Schedule I - Reconstruct Air Carrier Apron

Schedule II - Reconstruct South Apron

Schedule III - Reconstruct T-Hangar Taxilanes

Sealed bids may be hand delivered or mailed to: City of Kirksville, Attn: City Clerk, 201 S. Franklin Street, Kirksville, MO. 63501 and marked in the lower left corner "Airport Apron Rehabilitation"

Contract Documents.  The complete set of Specifications and Contract Documents can be downloaded from Jviation, Inc.’s bid site (http://bid.jviation.com), beginning on June 16, 2015.  In order to submit a responsive bid as a Prime Contractor and to receive all necessary addendum(s) for this project, you must be on the Planholder’s List.  To view all planholder documents (contract documents, plans and addendum's) you must fill out the online form located at (http://www.jviation.com/bidrequest). By filling out and submitting this form, you agree to be publicly listed on the bid site with your contact information as a planholder for all projects requested. It is the planholder’s responsibility to review the site for addendums and changes before submitting their proposal. For additional information, please contact us via email at bidinfo@jviation.com.

*Note that contractors will NOT be automatically added to new projects. You will need to re-submit the online form for access to new projects. Once granted access, additional projects will use your same login credentials.  Plan ahead when submitting the online request form and allow up to 2 business days for approval and access to projects.

Pre-Bid Conference.  No pre-bid conference for this project will be held. All bidders are required to examine the site to become familiar with all site conditions. Bid questions may be submitted via email to: bidinfo@jviation.com with ‘IRK 14-028A-3’ in the subject line. Questions will be taken via written format only to Jviation, Inc. at the above email until Thursday, June 25, 2015, at 5:00 p.m. (CST).

Bid Conditions.  The bidder is required to provide all information as required within the Contract Documents.  The bidder is required to bid on all items of every schedule or as otherwise detailed in the Instructions to Bidders. Each proposal must be accompanied by a bid guaranty in the amount of five (5) percent of the total amount of the bid. The bid guaranty may be by bid bond made payable to City of Kirksville. Bids may be held by City of Kirksville for a period not to exceed 120 calendar days from the date of the bid opening for the purpose of evaluating bids prior to award of contract. The right is reserved, as City of Kirksville may require, to reject any and all bids and to waive any informality in the bids received. Construction for this project is expected to take 168 Calendar Day(s). Estimated Construction Start Date: Early Spring 2016 (by May 1, 2016)

In accordance with the Davis-Bacon Act, and the Missouri Prevailing Wage Law, 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 and the Missouri Division of Labor Standards, respectively. The highest rate between the two (Federal and State) for each job classification shall be considered the prevailing wage.

The , 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) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, 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 49 CFR Part 26 Disadvantaged Business Enterprise Participation.  The owner has established a contract goal of 3 percent participation for small business concerns owned and controlled by qualified disadvantaged business enterprises (DBE).  The bidder shall make and document good faith efforts, as defined in Appendix A of 49 CFR Part 26, to meet the established goal.

A certification of Nonsegregated Facilities, in accordance with 41 CFR Part 60, must be submitted prior to the award of a federally-assisted construction contract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity Clause.

Contractors receiving federally assisted construction contract awards exceeding $10,000, which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide for the forwarding of the notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause. The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001.

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

  • 49 USC § 59191 – Buy American Preference
  • 49 CFR Part 30 – Trade Restriction
  • 2 CFR § 200 Appendix II(D)) – Davis-Bacon Requirements
  • Executive Order 11246 and 41 CFR Part 60-1.4 – Affirmative Action to Ensure Equal Employment Opportunity
  • 2 CFR Part 180 (Subpart C), 2 CFR Part 1200 – Governmentwide Debarment and Suspension (non-procurement)
  • 41 USC 702 through 706 – Drug-Free Workplace Act of 1988

Bid Archives