Skip to content

Contact SCA

Springfield Contractors Association
1313 N. Nias
Springfield MO 65802
Phone: 417-862-1313

Click to Email Us

Office Hours:
Monday-Thursday, 8:30am-4:30pm
Friday, 8:30am-Noon

Map to Our Office:

View Larger Map

Airport Bid

REQUESTS FOR BIDS/INVITATION FOR BIDS

THE CITY OF SPRINGFIELD, MISSOURI
SPRINGFIELD-BRANSON NATIONAL AIRPORT
AIP Project No. 3-29-0077-057-2020
IFB 2020-SGF-02

Click here for PDF Version.

Sealed bids subject to the conditions and provisions presented herein will be received until 2:00 PM prevailing central time, March 25, 2020, and then publicly opened and read at the Springfield-Branson National Airport Office of Administration, 2300 North Airport Boulevard, Springfield, Missouri 65802, for furnishing all labor, materials, equipment and performing all work necessary to do the complete the project titled: RECONSTRUCTION OF TAXIWAY U FROM RUNWAY 20 TO SOUTH OF TAXIWAY B; REMOVAL OF TAXIWAY B FROM TAXIWAY U TO RUNWAY 2-20; CONSTRUCTION OF THE RUNWAY 20 BLAST PAD; REHABILITATION OF TAXIWAY U FROM RUNWAY 14-32 TO SOUTH OF TAXIWAY B; REHABILITATION OF RUNWAY 2-20.

Copies of the bid documents including project drawings and technical specifications are on file and may be inspected at:
Springfield-Branson National Airport, Administration Offices, 2300 North Airport Boulevard,
Springfield, Missouri 65802
McGraw-Hill Construction Dodge/AGC; 6330 Knox Industrial Drive, 1st Floor; St. Louis, MO 63139
Missouri AGC Construction News; 1221 Jefferson Street, Lower Level; Jefferson City, MO 65109
The Builders’ Association; 3632 W. Truman Blvd.; Jefferson City, MO 65109
Crawford, Murphy & Tilly, Inc.; One Memorial Drive, Suite 500; St. Louis, MO 63102
Crawford, Murphy & Tilly, Inc.; 1631 W. Elfindale; Springfield, MO 65807

A complete set of bid documents may be obtained from the CRAWFORD, MURPHY & TILLY, INC.; Gateway Tower; One Memorial Drive, Suite 500; St. Louis, MO 63102 or by calling Vicki at 314-436-5500 for a nonrefundable fee of $35.00, made payable to Crawford, Murphy & Tilly, Inc. Questions regarding bids shall be directed to Brian Hutsell, Project Manager at Crawford, Murphy & Tilly, Inc. at the above address, at bhutsell@cmtengr.com or by calling 314-571-9077.

A prebid conference for this project will be held at 2:00 PM. prevailing Central Time, March 11, 2020 at the Board Room (M473), Springfield-Branson National Airport, 2300 North Airport Boulevard, Springfield, MO 65802.

Major Contract Work Items Summary. This project will involve the following major work items summary and estimated quantities. NOTE: Some individual line items have been combined for simplicity. Prospective bidders are hereby advised that the quantities indicated herein are approximate and are subject to change. Refer to the Proposal Section of the Project Manual for the actual Project Quantities.
1. Pavement Removal (14”-15” PCC) 27,790 SY
2. 10” Recycled Concrete Subbase 24,018 SY
3. 6” Crushed Aggregate Base Course 4,659 SY
4. 5” Cement Treated Permeable Base Course 19,371 SY
5. 17” PCC Pavement 18,643 SY
6. 6” PCC Pavement 4,445 SY
7. Existing PCC Joint Chamfering, Resealing 34,000 LF
8. Pavement Markings (Black, White, Yellow, Red) 36,401 SF
9. Airport Underground Cable (1/C, #8, L-824, 5kV) 31,102 LF
10. Concrete Encased PVC Electrical Duct Bank 731 LF
11. Runway/Taxiway Edge Lights 163 EA

The owner has established a contract performance time of one hundred eighty (180) calendar days from the date of the Notice-to-Proceed. All project work shall be substantially completed within the stated timeframe. This project is subject to liquidated damages as prescribed in the project manual.

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 certified check or bid bond made payable to The City of Springfield, Missouri.

Bids may be held by the City of Springfield, Missouri for a period not to exceed ninety (90) from the date of the bid opening for the purpose of evaluating bids prior to award of contract.

The right is reserved, as the City of Springfield, Missouri may require, to reject any bid and also the right to reject all bids.

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 City of Springfield, Missouri, 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 for 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 six percent (6%) 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.

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

  • Executive Order 11246 and DOL Regulation 41 CFR PART 60 – Affirmative Action to Ensure Equal Employment Opportunity.
  • DOL Regulation 29 CFR Part 5 – Davis Bacon Act.
  • DOT Regulation 49 CFR PART 29 – Government wide Debarment and Suspension and Government wide Requirements for Drug-free Workplace.
  • DOT Regulation 49 CFR PART 30 – Denial of Public Works Contracts to Suppliers of Goods and Services of Countries that Deny Contracts to Suppliers of Goods and Services of Countries that Deny Procurement Market Access to U.S. Contractors (Foreign Trade Restriction).
  • TITLE 49 United States Code, CHAPTER 501 – Buy American Preferences.
Back To Top