Apr 8
Bid ended

3-28-0015-027-2022 Runway Electrical Rehabilitation AIP Project #11211

Cleveland, MS (H-NR-E)

Status

Bidding Closed

Prebid Date3/16/22 9:00am

Bid Date4/8/22 2:00pm

Company & Contacts

City of Cleveland
Kevin Easom (Barge Design Solutions, Inc.)  
901-755-7166

FAA AIP Project No. 3-28-0015-027-2022
City Of Cleveland, Mississippi

Separate sealed BIDS for the construction of IMPROVEMENTS TO CLEVELAND MUNICIPAL AIRPORT will be received by the City Of Cleveland, Mississippi, hereinafter referred to as the OWNER, at the City Hall until 2:00 P.M., local time, Tuesday, April 05, 2022. BIDS will then be publicly opened and read aloud. Bids received after this time will not be accepted and will be returned unopened.

The Work includes the following principal items:
Installation of new runway lights and cable.

Total Contract Time for completion of the work is forty-five (45) calendar days.

Liquidated damages for delay will be in the amount of $1,000.00 per calendar day that the project remains incomplete after the specified completion time.

Other Bidding Requirements, Contract Forms, Conditions of the Contract, Specifications, Drawings and other Bidding and Contract Documents may be examined at the office of the following:

Barge Design Solutions, Inc., 60 Germantown Court, Suite 100, Memphis, Tennessee, (901) 755-
7166

Cleveland Municipal Airport, 1021 Terminal Road, Cleveland, Mississippi 38732; (662) 843-8936

Bid Security: Each BIDDER must deposit with his BID, as Bid Security, a Bid Bond payable to the OWNER in an amount equal to five (5) percent of the total amount Bid, but in no case more than
$10,000.00.

Contract Security: The Successful BIDDER will be required to furnish separate performance and payment bonds payable to the OWNER. Each bond shall be in an amount equal to 100% of the Contract Price as security for CONTRACTOR’S faithful performance and payment of all obligations under the Contract Documents.

No BID may be withdrawn by the BIDDER within one hundred twenty (120) days after actual date of opening thereof.

BIDS in the case of corporations not chartered in Mississippi, must be accompanied by proper certificate evidencing that such corporation is authorized to do business in the State of Mississippi.

Bids are to be based upon prevailing wages in Bolivar County, Mississippi; and in no case are wages considered less than those predetermined by the Secretary of Labor, a schedule of which is contained in the Contract Documents.

The Successful BIDDER whether a resident or nonresident shall be required to comply with all City, County and State licensing and/or permit laws.

Any contract(s) awarded pursuant to this ADVERTISEMENT FOR BIDS may be funded in part by a grant from the U.S. Department of Transportation, Federal Aviation Administration. Neither the United States nor any of its departments, agencies or employees is or will be a party to this ADVERTISEMENT FOR BIDS or any resulting contract. This procurement will be subject to regulations contained in Airport and Airway Department Act of 1982, as amended. Bidders must comply with the following:

(a) Presidents Executive Order No. 11246 supplemented by Department of Labor regulations regarding race, creed, color, sex or national origin;
(b) Davis Bacon Act (40 USC276a-176a-7) as supplemented by Department of Labor Relations (29CFR Part 5);
© Title VI of the Civil Rights Act of 1964 (PL 88-352);
(d) Copeland “Anti-Kickback Act” (19 USC 874) as supplemented by Department of Labor Regulations (29 CFR Part 3);
(e) Sections 103 and 107 of the Contract Work Hours and Safety Standards Act (40 USC 327- 333) as supplemented by Department of Labor Regulations (29 CFR, Part 5); and
(f) 49 CFR Part 26 regarding small and minority business enterprise participation. BIDDERS must certify that they do not, and will not, maintain or provide for their employees any facilities that are segregated on a basis of race, color, creed or national origins. BIDDERS must submit with their BID an EEO Report Statement as required by 41 CFR 60-1-7 (b).

The Owner reserves the right to refuse to issue a proposal form to a prospective bidder should such bidder be in default for any of the following reasons:
(a) Failure to comply with any prequalification regulations of the Owner, if such regulations are cited, or otherwise included, in the proposal as a requirement for bidding.
(b) Failure to pay, or satisfactorily settle, all bills due for labor and materials on former contracts in force (with the owner) at the time the owner issues the proposal to a prospective bidder.
© Contractor default under previous contracts with the Owner.
(d) Unsatisfactory work on previous contracts with the Owner.

BIDS shall be on the forms included in the Bidding Documents and may be submitted electronically through the City’s website. Mailed bids shall be submitted in a sealed envelope clearly identified on the outside as follows:
BID FOR CONSTRUCTION OF IMPROVEMENTS TO CLEVELAND MUNICIPAL AIRPORT AIP PROJECT 3-28-0015-027-2022
SUBMITTED BY: (Name of Bidder with Bidder’s Current Mississippi General Contractor’s License Number).

The BID shall be addressed to: Dominique Green CITY CLERK
PO Box 1439
100 North Street
Cleveland, Mississippi 38732 BIDS submitted by mail shall be registered.
The OWNER reserves the right to reject any and all BIDS, to waive any informalities or irregularities in the BIDS received, and to accept the BID which is deemed most favorable to the OWNER at the time and under the conditions stipulated.

CITY OF CLEVELAND

By:
Dominique Green CITY CLERK