BLOCK PAGE!!!
Get Full Details

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Published May 21, 2025 at 8:00 PM

Updated September 26, 2025

Site work and paving for a mixed-use development in Kiln, Mississippi. Completed plans call for site work for a transportation facility; for paving for a transportation facility; and water / sewer project.

The work is generally described as follows: Installing approximately 24,420 linear foot of perforated edge drains and non-perforated outfall laterals spaced intermittently along either side of 8,200 linear feet of runway at Stennis International Airport. The contract time for the base bid is 120 consecutive calendar days to reach Substantial Completion. Liquidated damages in the amount of $1,000.00 per calendar day will be assessed for each calendar day thereafter, and $1,500.00 per 15-minute interval of runway closure past scheduled opening. Any questions that bidders might have should be directed to the following: Neel-Schaffer, Inc., 3036 Longfellow Drive, Bay St. Louis, MS 39520 to the attention of Alex Davis or via email at alex.davis@neel-schaffer.com. Bidders must be qualified under Mississippi Law and show a current Certificate of Responsibility issued by the Mississippi Board of Public Contractors establishing classification as to the value and type of construction work on which he is authorized to bid. ALL BIDDERS must be properly licensed contractors at the time of submitting bids in accordance with the provisions of the State of Mississippi. Contractors submitting a written sealed bid must indicate their current Mississippi Certificate of Responsibility number on the outside of the sealed envelope containing their Bid as well as on their Bid. Bidder's attention is invited to the Instructions to Bidders relative to pre-award, equal employment opportunity requirements, and non-segregated facilities. Bids must be submitted on the standard form of bid proposal and must include a Bid Bond in the amount of 5% of the Bid. The successful bidder will be required to execute the standard form of Contract and Agreement, together with a 100% Performance Bond and a 100% Payment Bond, within 10 days after formal award of the contract. If the bid is being submitted electronically, originals of the bid bond, signed or countersigned by a Mississippi Resident Agent, with Power of Attorney attached, a cashier's check or certified check for five (5%) percent of bid, payable to the Owner must be delivered to the Hancock County Port & Harbor Commission within forty-eight (48) hours of the bid opening time and date. The bidder shall guarantee to hold his bid good and may not withdraw his bid for a period of 90 calendar days after the scheduled closing time for receiving bids. This project is subject to the requirements of the Davis-Bacon Act, as amended. The Contractor is required to comply with wage and labor provisions and to pay minimum wages in accordance with the schedule of wage rates established by the United States Department of Labor. The attention of bidders is directed to the Contract Provisions governing selection and employment of labor. Minimum wage rates have been predetermined by the Secretary of Labor and are subject to Public Law 87- 58-1, Work Hours Act of 1962, as set forth in the Contract Provisions. This project is subject to the requirements of 49 CFR Part 26 Disadvantaged Business Enterprise Participation. The Owner hereby notifies all bidders that it will affirmatively ensure that in any contract entered pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, religion or national origin in consideration for an award. The award of this contract will be contingent upon the Contractor satisfying the DBE requirements. The DBE participation goal for this contract is 9.22%. The bidder (proposer) will be required to submit information concerning the DBE's that will participate in this contract (subcontract). The information will include the name and address of each DBE, a description of the work to be performed by each named firm, and the dollar value of the contract (subcontract). If the bidder fails to achieve the contract goal as stated herein, the bidder must include documentation demonstrating that it made good faith efforts in attempting to do so. A bid that fails to meet these requirements will be considered non-responsive. The Hancock County Port & Harbor Commission 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. Award of contract is also subject to certain Federal provisions, including, but not limited to, the following: Title 49 United States Code, 49 U.S.C. Section 50101-Buy American Preferences; DOT Regulation 49 CFR Part 30-Foreign Trade Restriction; DOL Regulation 29 CFR Part 5-Davis Bacon Act; Executive Order 11246 and DOL Regulation 41 CFR Part 60-Affirmative Action Regulation 2 CFR 180-Government Wide Debarment and Suspension; and Title 41 United States Code, 41 U.S.C. section 8102-Drug Free Workplace 49 CFR Part 26, Disadvantaged Business Enterprise Participation The award, if made, will be made to the party submitting the bid deemed most favorable to Hancock County Port & Harbor Commission at the time the conditions are stipulated. The Hancock County Port & Harbor Commission reserves the right to reject any and all bids and to waive any informalities or irregularities in the bids received. Runway 15-33 is currently 7820 feet long, with a 500 foot stopway on the north end. This project will remove the stopway and extend the runway 1000 feet to the north and 500 feet to the south. Finally, the existing portion of the runway will be repaved. The runway 33 glide slope will be relocated. The new runway 33 localizer has already been installed by FAA Technical Operations and only needs to be switched on. Runway 15 is currently served only by a localizer, which will remain in operation as it will be beyond the future RSA. Appropriate NOTAMS will be issued throughout the project. During Phase I, the runway 15 threshold will be displaced 1000 feet to keep construction equipment below the approach surface. The start of runway 15 takeoff and the departure end of runway 33 will also be moved 500 feet to protect workers from jet blast. Declared distances for runway 33 will be adjusted to provide the required RSA and applicable departure surface. This item shall consist of temporary control measures as shown on the plans or as ordered by the Resident Project Representative (RPR) during the life of a contract to control pollution of air and water, soil erosion, and siltation through the use of silt fences, berms, dikes, dams, sediment basins, fiber mats, gravel, mulches, grasses, slope drains, and other erosion control devices or methods. Temporary erosion control shall be in accordance with the approved erosion control plan; the approved Construction Safety and Phasing Plan (CSPP) and AC 150/5370-2, Operational Safety on Airports During Construction. The temporary erosion control measures contained herein shall be coordinated with the permanent erosion control measures specified as part of this contract to the extent practical to assure economical, effective, and continuous erosion control throughout the construction period. Temporary control may include work outside the construction limits such as borrow pit operations, equipment and material storage sites, waste areas, and temporary plant sites. Temporary control measures shall be designed, installed and maintained to minimize the creation of wildlife attractants that have the potential to attract hazardous wildlife on or near public-use airports. This item of work shall consist of, but is not limited to, work and operations necessary for the movement of personnel, equipment, material and supplies to and from the project site for work on the project except as provided in the contract as separate pay items. The intent of the contract is to provide for construction and completion, in every detail, of the work described. It is further intended that the Contractor shall furnish all labor, materials, equipment, tools, transportation, and supplies required to complete the work in accordance with the plans, specifications, and terms of the contract.

Post-Bid

Transportation Terminals

$100,000.00

Public - County

Paving, Site Work

29

8

2

5

Subscribe For Documents

22 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
43
Active Projects
0
Bidding Soon
362
All Active Projects
0
Updated Recently

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

May 23, 2025

June 23, 2025

Project location map

7250 Stennis Airport Rd, Kiln, MS


Recently Viewed

Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.