NW District, City of St. Joseph, Rosecrans Memorial Airport, Runway Reconstruction, Taxiway Rehabilitate, Install New FAA NAVAID Equipment, Relocate Vehicle Ser...

expired opportunity(Expired)
From: Missouri Department of Transportation(Transportation)
. 21-012A-01

Basic Details

started - 07 Jul, 2022 (22 months ago)

Start Date

07 Jul, 2022 (22 months ago)
due - 08 Aug, 2022 (21 months ago)

Due Date

08 Aug, 2022 (21 months ago)
Bid Notification

Type

Bid Notification
. 21-012A-01

Identifier

. 21-012A-01
Missouri Department of Transportation

Customer / Agency

Missouri Department of Transportation
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Issued for Bid Section 1-1 Jviation, a Woolpert Company June 30, 2022 Project No. 21-012A-01 SECTION 1 146 NOTICE TO BIDDERS 147 148 Rosecrans Memorial Airport 149 St. Joseph, MO 150 State Block Grant Project No. 21-012A-01 151 152 Sealed bids subject to the conditions and provisions presented herein will be received until 2:00 p.m., Thursday, 153 August 4, 2022, and then publicly opened and read at Purchasing Room 201, 1100 Frederick Ave, St. Joseph, 154 MO 64501, for furnishing all labor, materials, equipment and performing all work necessary to 155 156 Schedule I - Reconstruct Runway 17/35 157 Schedule II - Relocate Vehicle Service Outside Object Free Area 158 Schedule III - Rehabilitate Taxiway D 159 Schedule IV - Install New FAA NAVAID Equipment 160 161 162 Contract Documents. The complete set of Specifications and Contract Documents can be downloaded from 163 Jviation, Inc.’s bid site (http://bid.jviation.com
) beginning on July 5, 2022. In order to submit a responsive 164 bid as a Prime Contractor and to receive all necessary addendum(s) for this project, you must be on the 165 Planholder’s List. To view all planholder documents (contract documents, plans and addendums) you must fill 166 out the online form located at (https://jviation.com/bid-request). By filling out and submitting this form, you 167 agree to be publicly listed on the bid site with your contact information as a planholder for all projects requested. 168 It is the planholder’s responsibility to review the site for addendums and changes before submitting 169 their proposal. This includes review for environmental changes. Environmental changes during 170 construction could take up to four weeks for approval. For additional information, please contact us via 171 email at bidinfo@Woolpert.com. 172 173 *Note that contractors will NOT be automatically added to new projects. You will need to re-submit the online 174 form for access to new projects. Once granted access, additional projects will use your same login credentials. 175 Note: Plan ahead when submitting the online request form and allow up to 2 business days for approval and 176 access to projects. 177 178 Pre-Bid Conference. The pre-bid conference for this project will be held on Tuesday, July 26, 2022 at 2:00 179 p.m., at Rosecrans Memorial Airport. All bidders are required to examine the site to become familiar with all 180 site conditions. 181 182 Contract Work Items. This project will involve the following work items and estimated quantities. 183 Prospective bidders are hereby advised that the quantities indicated herein are approximate and are subject to 184 change. 185 186 187 188 189 190 191 192 193 194 195 196 197 198 199 200 http://bid.jviation.com/ mailto:bidinfo@Woolpert.com Issued for Bid Section 1-2 Jviation, a Woolpert Company June 30, 2022 Project No. 21-012A-01 SUMMARY OF APPROXIMATE QUANTITES ITEM NO. ITEM DESCRIPTION UNITS SCHEDULE I SCHEDULE II SCHEDULE III SCHEDULE IV ESTIMATE ESTIMATE ESTIMATE ESTIMATE C-100a Contractor Quality Control Program (CQCP) LS 1 1 1 1 C-102a Temporary Air and Water Pollution, Soil Erosion, and Siltation Control LS 1 1 1 1 C-105a Mobilization (10% Maximum) LS 1 1 1 1 P-101a Full Depth Concrete Removal SY 152,000 0 0 0 P-101b Full Depth Asphalt Removal SY 5,500 3,500 4,650 0 P-101c Partial Depth Asphalt Removal (Profile Mill) SY 675 0 0 0 P-101d Remove Existing 30” Reinforced Concrete Pipe LF 1,200 0 0 0 P-101e Remove 4’x27’ Concrete Pad Complete LS 1 0 0 0 P-101f Remove Miscellaneous Concrete Pad EA 4 0 0 0 P-101f Remove Existing 30” Reinforced Concrete Pipe LF 600 0 0 0 P-152a Embankment CY 35,000 0 0 0 P-152b Over excavation and Replacement CY 15,600 0 0 0 P-156a Cement-Treated Subgrade – 24 Inches SY 142,000 0 4,650 0 P-156b Cement-Treated Subgrade – 12 Inches SY 11,500 0 0 0 P-156c Class C Cement – 6% TON 12,400 0 400 0 P-209a 6-Inch Crushed Aggregate Base Course CY 25,600 575 800 0 P-209b Stabilization Fabric SY 153,500 3,300 4,650 0 P-218a Placement of Rubblized Recycled Concrete Section CY 0 46,600 0 0 P-304a Cement Treated Base Course SY 142,000 0 4,650 0 P-304b Bond Breaker Fabric SY 142,000 0 4,650 0 P-403a Bituminous Pavement TON 2,515 900 0 250 P-501a Portland Cement Concrete Pavement (12-Inches) SY 142,000 0 4,650 0 P-603a Emulsified Asphalt Tack Coat GAL 1,050 400 0 50 P-620a Permanent Pavement Markings SF 125,000 0 1,550 0 P-620b Temporary Pavement Markings SF 130,000 0 1,550 0 P-620c Pavement Marking Outline – Black Paint SF 130,000 0 2,000 0 P-620d Pavement Marking Obliteration SF 90,000 0 0 0 Issued for Bid Section 1-3 Jviation, a Woolpert Company June 30, 2022 Project No. 21-012A-01 ITEM NO. ITEM DESCRIPTION UNITS SCHEDULE I SCHEDULE II SCHEDULE III SCHEDULE IV ESTIMATE ESTIMATE ESTIMATE ESTIMATE P-620e Hold Position Sign – Thermoplastic EA 0 0 1 0 P-621a Runway Grooving SY 116,500 0 0 0 F-162a Chain-Link Fence with 3- Stranded Barbed Wire, 8 -Foot LF 1,200 0 0 0 F-162b Remove Wildlife Fence LF 1,160 0 0 0 D-701a Install 24” Reinforced Concrete Pipe, Class V LF 1,185 120 0 0 D-701b Install 30” Reinforced Concrete Pipe, Class V LF 600 0 0 0 D-705a Install 6-Inch Perforated Polyethylene Pipe LF 16,500 0 0 0 D-705b Install 6-Inch Non-Perforated Polyethylene Pipe LF 6,440 0 0 0 D-751a Install 6-Inch Underdrain Cleanout EA 9 0 0 0 D-751b Install New Inspection Pit EA 31 0 0 0 D-751c Install Aircraft Rated Double Inlet EA 6 0 0 0 T-901a Seeding with Hydromulch AC 115 0 0 0 T-905a Imported Top Soil CY 40,000 0 0 0 L-107a Remove L-806 Windcone, Complete EA 2 0 0 0 L-107b Install L-806 LED Windcone, Complete EA 2 0 0 0 L-108a Install #8 AWG, L-824C, 500 Volt Wire LF 32,000 0 0 0 L-108b Install #6 AWG Bare Copper Counterpoise, including Ground Rods LF 22,000 0 0 0 AIRPORT UNDERGROUND ELECTRICAL DUCT BANKS AND CONDUITS L-110a Install 1-2” Sch. 40 PVC Conduit (DEB) LF 18,000 0 0 0 L-110b Install 1-2” Sch. 40 PVC Conduit (CE) LF 1,500 0 0 0 L-110c Install 4-3” Sch. 40 PVC Conduit (CE) LF 2,000 0 0 0 ELECTRICAL MANHOLES AND JUNCTION STRUCTURES L-115a Remove Junction Box, Complete EA 6 0 0 0 L-115b Remove Electrical Pullbox, Complete EA 3 0 0 0 L-115c Install L-867B Junction Box, Complete EA 15 0 0 0 Issued for Bid Section 1-4 Jviation, a Woolpert Company June 30, 2022 Project No. 21-012A-01 ITEM NO. ITEM DESCRIPTION UNITS SCHEDULE I SCHEDULE II SCHEDULE III SCHEDULE IV ESTIMATE ESTIMATE ESTIMTE ESTIMATE L-115d Install Aircraft Rated Electrical Pullbox , Complete EA 3 0 0 0 L-115e Adjust Electrical Pullbox Complete EA 6 0 0 0 L-125a Remove Elevated Runway/Taxiway Edge Light, Complete EA 138 0 0 0 L-125b Remove and Reinstall Stake Mounted Solar Powered MOANG NVG Runway Light EA 11 0 0 0 L-125c Install LED L-861T Taxiway Edge Light, Complete EA 39 0 0 0 L-125d Install LED L-862 Runway Edge Light, Complete EA 79 0 0 0 L-125e Install LED L862E Runway Threshold Light, Complete EA 16 0 0 0 L-125f Install LED L-850C In- Pavement Runway Edge Light, Complete EA 1 0 0 0 L-125g Remove L-858 Guidance Sign, Complete EA 38 0 0 0 L-125h Install LED L-858 Guidance Sign, 2 Module, Size 1 Complete EA 19 0 0 0 L-125i Install LED L-858 Guidance Sign, 3 Module, Size 1 Complete EA 16 0 0 0 L-125j Install LED L-858 Guidance Sign, 4 Module, Size 1, Complete EA 3 0 0 0 L-125k Install LED L-858 Guidance Sign, RDR, Size 4, Complete EA 7 0 0 0 L-125l Remove FAA REIL System, Complete EA 0 0 0 2 L-125m Install FAA Furnished REIL System, Complete EA 0 0 0 2 L-125n Remove FAA PAPI System, Complete EA 0 0 0 2 L-125o Install FAA Furnished PAPI System, Complete EA 0 0 0 2 L-125p Spare Parts for Airport Visual Aids (Unit Cost Fixed at $10,000.00) LS 1 0 0 0 201 202 203 Issued for Bid Section 1-5 Jviation, a Woolpert Company June 30, 2022 Project No. 21-012A-01 Contract Time. The owner has established a contract perform time of 235 calendar day(s) from the date of 204 the Notice-to-Proceed. All project work shall be substantially completed within the stated timeframe. This 205 project is subject to liquidated damages as prescribed in the project manual. 206 207 Bid Security. No bid will be considered unless accompanied by a certified check or cashier’s check on any 208 bank or trust company insured by the Federal Deposit Insurance Corporation, payable to the Owner, for not 209 less than five (5) percent of the total amount of the bid, or by a bid bond secured by an approved surety or 210 sureties, payable to the City of St. Joseph, for not less than five (5) percent of the total amount of the bid. 211 212 Bonding Requirements. The successful bidder will be required to furnish separate performance and payment 213 bonds each in an amount equal to 100% of the contract price at the time of contract execution. 214 215 Award of Contract. The Owner intends to award a contract resulting from this solicitation to the lowest, 216 responsive, responsible bidder, whose offer, conforming to the solicitation, will be most advantageous to, and 217 in the best interest of, the Owner, cost or price and other factors considered. 218 219 a. In addition to other factors, bid offers will be evaluated on the basis of advantages and 220 disadvantages to the Owner that might result from offers received. 221 222 b. The Owner reserves the right to reject any or all proposals and to waive informalities and/or 223 irregularities in the bid offer. Bids may be held by the owner for a period not to exceed 90 224 calendar days from the date of the bid opening for the purpose of conducting the bid 225 evaluation. 226 227 c. Total bid will be evaluated and awarded as follows: It is the Owner’s intent to award this bid 228 based on the TOTAL BASE BID FOR ALL ITEMS, split awards will not be made. 229 230 d. The Owner will determine which Schedules and/or Bid Alternates will be awarded based on 231 the received bid prices and available funding. The project award will be based on the low bid 232 sum of the Schedules and Bid Alternates awarded by the Owner. Not all Schedules and/or 233 Bid Alternates may be awarded. A combination of Schedules and Bid Alternates may be 234 awarded, including only a single Schedule. The numbering of the Schedules or Bid Alternates 235 does not necessarily indicate the order of award. 236 237 e. The project award is contingent on the availability of funding. 238 239 Federal Provision. This project is subject to the following Federal provisions, statutes and regulations; 240 241 Equal Employment Opportunity - Executive Order 11246 and 41 CFR Part 60: The Bidder’s attention is 242 called to the “Equal Opportunity Clause” and the “Standard Federal Equal Employment Opportunity 243 Construction Contract Specifications” set forth within the supplementary provisions. The successful Bidder 244 shall not discriminate against any employee or applicant for employment because of race, color, religion, sex, 245 or national origin. The Contractor will take affirmative action to ensure the applicants are employed, and that 246 employees are treated during employment without regard to their race, color, religion, sex, or national origin. 247 248 Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity: 249 1. The Bidder’s attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal 250 Employment Opportunity Construction Contract Specifications" set forth within the supplementary 251 provisions. 252 253 2. The goals and timetables for minority and female participation, expressed in percentage terms for the 254 contractor's aggregate workforce in each trade on all construction work in the covered area, are as follows: 255 256 257 258 Issued for Bid Section 1-6 Jviation, a Woolpert Company June 30, 2022 Project No. 21-012A-01 Timetables 259 Goals for minority participation for each trade: 10% 260 Goals for female participation in each trade: 6.9%. 261 262 These goals are applicable to all of the contractor’s construction work (whether or not it is Federal or 263 federally-assisted) performed in the covered area. If the contractor performs construction work in a 264 geographical area located outside of the covered area, it shall apply the goals established for such 265 geographical area where the work is actually performed. With regard to this second area, the contractor is 266 also subject to the goals for both its federally involved and non-federally involved construction. 267 268 3. The Contractor shall provide written notification to the Director of the Office of Federal Contract 269 Compliance Programs (OFCCP) within 10 working days of award of any construction subcontract in excess 270 of $10,000 at any tier for construction work under the contract resulting from this solicitation. The 271 notification shall list the name, address, and telephone number of the subcontractor; employer 272 identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting 273 and completion dates of the subcontract; and the geographical area in which the subcontract is to be 274 performed. 275 276 As used in this notice and in the contract resulting from this solicitation, the “covered area” is City of St. Joseph, 277 Buchanan County, and state of Missouri. 278 279 Disadvantaged Business Enteprise – 49 CFR Part 26: The requirements of 49 CFR Part 26, Regulations 280 of the U.S. Department of Transportation, apply to this contract. It is the policy of MoDOT and the City of 281 St. Joseph to practice nondiscrimination based on race, color, sex or national origin in the award or 282 performance of this contract. All firms qualifying under this solicitation are encouraged to submit 283 bids/proposals regardless of their business size or ownership. Awards of this contract will be conditioned 284 upon satisfying the requirements of this section. These requirements apply to all bidders, including those who 285 qualify as a DBE. The owner’s award of this contract is condition upon the bidder satisfying the good faith 286 effort requirements of 49 CFR §26.53. A DBE contract goal of 4.0 percent has been established for this 287 contract. The non-DBE bidder shall subcontract 4.0 percent of the dollar value of the base bid(s), excluding 288 any additive alternates, to disadvantaged business enteEngineerises (DBE) or make good faith efforts to meet 289 the DBE contract goal. The bidder and any subcontractor who qualifies as a DBE who subcontracts work to another non-290 DBE firm must subtract the amount of the non-DBE contract from the total DBE work counted toward the goal, as defined in 291 49 CFR Part 26.55. 292 293 The apparent successful competitor will be required to submit the following information as a condition of bid 294 responsiveness: (1) the names and addresses of DBE firms that will participate in the contract; (2) a description 295 of the work that each DBE firm will perform; (3) the dollar amount of the participation of each DBE firm 296 participating; (4) written statement from bidder that attests their commitment to use the DBE firm(s) listed 297 under (1) above to meet the owner’s project goal; and (5) if the contract goal is not met, evidence of good faith 298 efforts undertaken by the bidder, as described in Appendix A to 49 CFR Part 26. 299 300 The apparent successful competitor must provide written confirmation of participation from each of the DBE 301 firms listed in their commitment with the proposal documents as a condition of bid responsiveness. 302 303 Davis-Bacon Act, as amended – 29 CFR Part 5: The Contractor is required to comply with wage and labor 304 provisions and to pay minimum wages in accordance with the current schedule of wage rates established by the 305 United States Department of Labor included in the supplementary provisions. 306 307 In addition, the contractor will also be required to comply with the wage and labor requirements and pay 308 minimum wages in accordance with the schedule of wage rates established by the Missouri Division of Labor 309 Standards included in the Supplementary Provisions. 310 311 The highest rate between the two (Federal and State) for each job classification shall be considered the 312 prevailing wage. 313 Issued for Bid Section 1-7 Jviation, a Woolpert Company June 30, 2022 Project No. 21-012A-01 314 Debarment, Suspension, Ineligibility and Voluntary Exclusion –Title 2 CFR Part 180 (Subpart C) Title 315 2, CFR Part 1200: The bidder certifies, by submission of a proposal or acceptance of a contract, that neither 316 it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or 317 voluntarily excluded from participation in this transaction by any Federal department or agency. 318 319 Foreign Trade Restriction – 49 CFR Part 30: By submission of an offer, the Offeror certifies that with 320 respect to this solicitation and any resultant contract, the Offeror-- 321 322 a. is not owned or controlled by one or more citizens of a foreign country included in the list of countries 323 that discriminate against U.S. firms published by the Office of the United States Trade Representative 324 (USTR); 325 326 b. has not knowingly entered into any contract or subcontract for this project with a person that is a 327 citizen or national of a foreign country included on the list of countries that discriminate against U.S. 328 firms as published by the USTR; and 329 330 c. has not entered into any subcontract for any product to be used on the Federal project that is produced 331 in a foreign country included on the list of countries that discriminate against U.S. firms published by 332 the USTR. 333 334 Buy American Certificate – Aviation Safety and Capacity Act of 1990: This contract is subject to the “Buy 335 American Preferences” of the Aviation Safety and Capacity Act of 1990. Prospective Bidders are required to 336 certify that steel and manufactured products have been produced in the United States and to clearly identify 337 those items produced or manufactured outside of the United States. 338 339 Additional Provisions: Modification to the project documents may only be made by written addendum by 340 the Owner or Owner’s authorized Representative. 341 342 The proposal must be made on the forms provided within the bound project manual. Bidders must supply all 343 required information prior to the time of bid opening. 344 345 Additional Federal provisions can be found in Section 4 of this document. 346

105 W. Capitol Avenue Jefferson City, MO 65102Location

Address: 105 W. Capitol Avenue Jefferson City, MO 65102

Country : United StatesState : Missouri

You may also like