Medicine Lodge: Request for Bids 4-9-26

REQUESTS FOR BIDS / INVITATION FOR BIDS

(Advertisement)

Sealed proposals will be received by the City of Medicine Lodge, 114 W. 1st  Avenue, Medicine Lodge, Kansas 67104 until 11:00 AM CST on April 30, 2026, for furnishing all labor, materials and equipment and performing all work necessary on the:

Obstruction Grading

Medicine Lodge Airport (K51), Medicine Lodge, Kansas

AIP Project Numbers 3-20-0098-017/018-2025, 019/020-2026

In general, the improvements on which bids are requested will require the following major construction items: removal of obstructions, grading around the runway, and moving extra fill to the future apron expansion area.

Copies of the bid documents including project drawings and technical specifications are on file and may be inspected at:

Kirkham, Michael & Associates, Inc., 217 North Douglas Avenue, Ellsworth, Kansas 67439

Contract documents may be examined at the above addresses. Digital contract documents are available on QuestCDN (Ebid #9811563). Paper copies may be procured from the office of the Engineer, Kirkham Michael, 217 North Douglas Avenue, Ellsworth, Kansas 67439, upon a fee payment of $100.00. Bids will only be accepted from bidders receiving contract documents directly from QuestCDN or Kirkham Michael. Questions regarding bids shall be directed to Cory Gaston at cgaston@kirkham.com and Alexa Hazelton at ahazelton@kirkham.com no later than seven (7) calendar days prior to the bid opening.

Each bid 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 cashier’s check, certified check or bid bond made payable to the City of Medicine Lodge, Kansas.

Bids may be held by the City of Medicine Lodge, Kansas, for a period not to exceed ninety (90) days 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 Medicine Lodge, Kansas, may require to reject any and all bids and to waive any informality in the bids received.

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.

This project is subject to the requirements of 49 CFR Part 26 Disadvantaged Business Enterprise Participation. The owner has established a contract goal of 0.0% participation for small business concerns owned and controlled by qualified Disadvantaged Business Enterprises (DBE) due to the Interim Final Rule (IFR) issued in October 2025. 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:

• DOL Regulation 29 CFR Part 5 – Davis Bacon Act

• DOT Regulation 49 CFR PART 29 – Governmentwide Debarment and Suspension and Governmentwide 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

• 31 U.S.C. § 1352 – Byrd Anti-Lobbying Amendment; 2 CFR part 200, Appendix II (J); and 49 CFR part 20, Appendix A

• Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act and the regulatory provisions of 40 CFR Part 247

• Title VI of the Civil Rights Act of 1964 (49 USC § 47123 and FAA Order 1400.11)