JACKSON MUNICIPAL AIRPORT AUTHORITY
Jackson, Mississippi APRON LIGHTING IMPROVEMENTS
JMAA PROJECT NO. 232-782 ADVERTISEMENT FOR BIDS
Sealed bids for APRON LIGHTING IMPROVEMENTS, to be constructed at Jackson-Medgar Wiley Evers International Airport for JACKSON MUNICIPAL AIRPORT AUTHORITY will be received at the office of the JACKSON MUNICIPAL AIRPORT AUTHORITY and addressed to JMAA Administrative Office, Suite 300, Main Terminal Building Jackson-Medgar Wiley Evers International Airport, 100 International Drive, Jackson, Mississippi 39208, until 2:00PM on April 30, 2026, at which time the bids shall be publicly opened and read aloud.
An Optional Pre-Bid Conference will be held at 2:00PM CT on 4/16/2026 at the Staff Conference Room, Third Floor of the Main Terminal Building at Jackson-Medgar Wiley Evers International Airport, 100 International Drive, Jackson, Mississippi 39208. Each bidder shall be limited to three personnel per organization.
The Project consists of exterior apron lighting improvements at the Terminal Apron, West Cargo, Fuel Site, South Cargo, and GA Aprons. Exterior apron lighting includes installation of new high-mast lighting on light poles with electrical handholes, underground conduits, and lighting power and control equipment.
Bids will be received for a single prime contract. Bids shall be on a unit price basis, with additive alternate bid items as indicated in the Bid Form.
Digital copies of the bid documents are available at jmaabids.com for a fee of $25. These documents may be downloaded by selecting this Project from the "Public Bids" link. Addendums to the bid package will be issued through the JMAA online Plan Holders List; therefore, all Bidders shall be responsible for downloading the bid documents from the JMAA online plan room in order to be included in the Plan Holders List. Bidders must enter the addenda numbers in Article 3.01 of the Bid Form to verify receipt.
Bids shall be accompanied by a bid security in accordance with the Instructions to Bidders. The successful Bidder must furnish Performance and Payment Bonds in accordance with the Contract Documents.
Bidders must be licensed to perform work within the state of Mississippi.
Federal Requirements for Federally Funded Projects. This Project is being partially funded under the Federal Aviation Administration (FAA) Airport Improvement Program (AIP). Contractors must comply with specific federally required provisions as listed herein and contained in the contract documents. The following federal provisions are incorporated in this solicitation by reference:
Buy American Preference (49 USC § 50101)
Civil Rights - Title VI Assurances (78 Stat. 252, 42 USC§§ 2000d to 2000d-4) Davis-Bacon Requirements (2 CFR § 200, Appendix ll(D), 29 CFR Part 5)
Debarment and Suspension (2 CFR part 180 (Subpart C), 2 CFR part 1200, DOT Order 4200.5)
Lobbying and Influencing Federal Employees (31 USC§ 1352, 2 CFR part 200 Appendix ll(J), 49 CFR part 20 Appendix A) Procurement of Recovered Materials (2 CFR § 200.322, 40 CFR part 247, Solid Waste Disposal Act)
Civil Rights Title VI Assurance
The JACKSON MUNICIPAL AIRPORT AUTHORITY, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42, U.S.C. Section 2000d to 2000d-4), 28 CFR Section 50.3, and 49 CFR Part 21, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, all contractors will be afforded full opportunity to submit bids in response to the invitation and will not be discriminated against on the grounds of the owner's race, color, national origin, sex, creed, age, or disability in consideration for an award.
Federal Fair Labor Standards Act
All contracts and subcontracts that result from this solicitation incorporate by reference the provisions of 29 CFR part 201, et seq, the Federal Fair Labor Standards Act (FLSA), with the same force and effect as if given in full text. The FLSA sets minimum wage, overtime pay, recordkeeping, and child labor standards for full and part-time workers.
The Contractor has full responsibility to monitor compliance to the referenced statute or regulation. The Contractor must address any claims or disputes that arise from this requirement directly with the U.S. Department of Labor - Wage and Hour Division.
Trade Restriction Certification
By submission of an offer, the Offerer certifies that with respect to this solicitation and any resultant contract, the Offerer -
1) is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms as published by the Office of the United States Trade Representative (USTR);
2) has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country included on the list of countries that discriminate against U.S. firms as published by the USTR; and
3) has not entered into any subcontract for any product to be used on the Federal project that is produced in a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR.
This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18 USC § 1001.
The Offerer/Contractor must provide immediate written notice to the Owner if the Offerer/Contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The Contractor must require subcontractors provide immediate written notice to the Contractor if at any time it learns that its certification was erroneous by reason of changed circumstances.
Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR § 30.17, no contract shall be awarded to an Offerer or subcontractor:
1) who is owned or controlled by one or more citizens or nationals of a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR; or
2) whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such USTR list; or
3) who incorporates in the public works project any product of a foreign country on such USTR list.
Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge
and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.
The Offeror agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in all lower tier subcontracts. The Contractor may rely on the certification of a prospective subcontractor that it is not a firm from a foreign country included on the list of countries that discriminate against U.S. firms as published by USTR, unless the Offeror has knowledge that the certification is erroneous.
This certification is a material representation of fact upon which reliance was placed when making an award. If it is later determined that the Contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration (FAA) may direct through the Owner cancellation of the contract or subcontract for default at no cost to the Owner or the FAA.
Bids must remain in effect for 90 days after the bid opening date. Within 90 days from the bid date, the Owner may award the contract to the lowest responsive, responsible Bidder or reject any or all Bids for the Project.
The JACKSON MUNICIPAL AIRPORT AUTHORITY reserves the right to reject any or all Bids, to waive irregularities in the Bids and bidding deemed to be in the best interests of the JACKSON MUNICIPAL AIRPORT AUTHORITY, and to reject nonconforming, nonresponsive, or conditional bids.
Owner: JACKSON MUNICIPAL AIRPORT AUTHORITY
By: Kimberly Carlisle, Esq.
Title: General Counsel I Interim Director of Procurement
April 2, 9, 2026 #12203393