Queen City is accepting bids for the rehabilitation of the existing wastewater treatment facility. Sealed bids will be received until 2 p.m. prevailing time on July 29, 2025 at the Queen City Hall, 712 Hirschell Street, Queen City, Missouri, 6351. All bids submitted shall be clearly marked to indicate them as bids on the outside of the sealed envelope. All bids received will be publicly opened and read by the owner's representative at the above time and place.
Rehabilitation of the existing Wastewater Treatment Facility, including but not limited to, sludge removal from lagoons, the stabilization of the earthen lagoon berms, pipe and manhole structure replacements, the addition of an MBBR and Ultraviolet Disinfection Equipment, and all appurtenances.
Obtaining the Bidding Documents
Complete digital Contract Documents are available for a nonrefundable fee of $50.00 by going to our website www.bentonassociates.com and clicking on "Project Bid Info" or going directly to QuestCDN at www.questcdn.com and by entering the QuestCDN eBidDoc number and password on the website's project search page. QuestCDN eBidDoc number and password must be obtained from the Engineer, Benton & Associates, Inc. at 217-245-4146. Contact QuestCDN at 952-233-1632 or info@questcdn.com for assistance in free membership registration, downloading, and working with this digital project information. Hard copies of the Contract Documents are available for a nonrefundable fee of $200.00 per set and can be obtained from the Engineer at:
Benton & Associates Inc.
Consulting Engineers/Land Surveyors
2414 South Franklin Street
Kirksville, MO, 63501
660-665-3575 (phone)
217-245-4149 (fax)
Instructions to Bidders
A pre-bid meeting will be held at 2:00 PM, prevailing time on July 9, 2025 at the Queen City, Missouri, City Hall, 712 Hirschell St. Queen City, Missouri, 63561.
All questions of a technical nature regarding the project will only be answered in writing by Addendum. Any questions may be submitted by telephone or in writing to Joshua Stewart, jstewart@bentonassociates.com, (660) 665-3575, or at the pre-bid meeting. Questions should be submitted to the Engineer no later than five (5) working days prior to the bid date.
All proposals must be made on the Proposal forms furnished by the Owner's Project Engineer and shall contain the signature of the Bidder. The Owner may waive any informalities or minor defects or reject any or all bids, and determine which is the lowest, responsive, responsible bid based upon the Base Bid for the work. As this project is being funded in part by a grant and loan from the MDNR and a grant from CDBG, the contract award will be contingent upon the approval and awarding of the grant by MDNR and CDBG.
Attention of Bidders is particularly called to the requirements as to conditions of employment to be observed and minimum wage rates to be paid under the contract, Section 3, Segregated Facility, Section 109, and E.O. 11246.
Not less than the general prevailing rate of wages as required by the Prevailing Wage Law of the State of Missouri, including general prevailing rate for legal holidays and/or overtime work in the locality, must be paid for by craft or type of workman or mechanic needed to execute the Contract or perform the work. The City of Queen City does not discriminate on the basis of race, color, national origin, sex, religion, age or disability status in the provision of services.
Nondiscrimination in Employment - Bidders on this work will be required to comply with the President's Executive Order Number 11246. Requirements for bidders and contractors under this order are explained in the specifications.
Any bidder or equipment supplier whose firm or affiliate is listed on the General Services Administration (GSA) publication entitled "Lists of Parties Excluded from Federal Procurement or Non-procurement Programs" will be prohibited from the bidding process. Anyone submitting a bid who is so listed will be determined to be a nonresponsive bidder in accordance with 40 CFR 32.]
The City of Queen City is an “Equal Employment Opportunity”. Disadvantaged, Women Owned and Minority Owned Business Enterprises are invited and encouraged to participate in bidding on this project.