Mar 7
Bid ended

3744 Western Regional Wastewater Treatment Facility Outfall Relocation Project #12829

Hancock County, MS - Hancock County Utility Authority (G-NR-E)

Status

Bidding Closed

Prebid Date2/23/23 9:00am

Bid Date3/7/23 2:00pm

Company & Contacts

Brown, Mitchell & Alexander, Inc.
Scott Burge  
scott@bmaengineers.com

Notice is hereby given that the Hancock County Utility Authority, will receive sealed or electronic bids
at the office of the Executive Director, 401 Gulfside Street, Waveland, MS 39576,
until 2:00 P.M., local time on Tuesday, March 7, 2023, for the following:

HANCOCK COUNTY UTILITY AUTHORITY WESTERN REGIONAL WWTF OUTFALL RELOCATION

The Project consist of Installation of approximately 5 miles of 8” nominal size sewer force main (25,000 linear feet by open cut methods, 1,100 linear feet by Horizontal Directional Drilling Methods and 60 linear feet of ductile iron carrier pipe installed inside of casing pipe), 50 linear feet of 16” steel casing pipe installed by Bore and Jack Methods, 13 locator wire assemblies, 2 gate valves, 2 air release valves with vault, replacement of 2 existing wastewater treatment facility effluent pumps, along with associated work and restoration of disturbed facilities.

A PRE-BID MEETING will be held on Thursday, February 23, 2023, at 9:00 A.M., local time, at the office of the Hancock County Utility Authority, 401 Gulfside Street, Waveland, MS 39576. It is strongly recommended that all prospective Bidders attend. It is also suggested that all potential subcontractors and interested parties attend.

The BID SCHEDULE may be examined at the following locations:

A. Mississippi Procurement Technical Assistance Program (MPTAP) Mississippi Development Authority, Minority & Small Business Development Woolfolk Building
501 North West Street, Suite B 01
Jackson, MS 39201

B. South MS Contract Procurement Center
2500 14th Street, Eighth Floor
Gulfport, MS 39501
Phone: (228) 396-1288

Any contract awarded under this Invitation for Bids may be paid for in whole or in part with grant funding from the United States Department of the Treasury (“Treasury”) and the Mississippi Department of Environmental Quality (“MDEQ”) under the Resources and Ecosystems Sustainability, Tourist Opportunities, and Revived Economies of the Gulf Coast States Act of 2012 (RESTORE Act). Any contract resulting from this solicitation will be subject to the terms and conditions of the funding award, the RESTORE Act Financial Assistance Standard Terms and Conditions and Program-Specific Terms and Conditions, the Standard Sub-Award Terms and Conditions, the RETORE Act, 33 U. S. C. 1321(t), Treasury Regulations 31 C. F. R. § 34 et seq., including 31 C. F. R. §§ 34, Subpart D, all applicable terms and conditions in 2 C. F. R. Part 200 (including Appendix II to Part 200), and all other OMB circulars, executive orders or other federal laws or regulations, as applicable. Notwithstanding the above, neither MDEQ nor Treasury, or any of their agents, representatives, or employees, is or will be a party to this Invitation for Bids or any resulting contract. Further, any contractor awarded a contract under this Invitation for Bids shall not be deemed to be an agent, representative, employee or servant of MDEQ or Treasury.

Minority and women’s business enterprises are solicited to bid on this contract as prime contractors and are encouraged to make inquiries regarding potential subcontracting opportunities and equipment, material and/or supply needs.

All bidders must make positive efforts to use small and minority owned business and women business enterprises.

The maximum time allowable for completion of said project is 250 calendar days following the Owner’s written order to commence (Notice to Proceed).
The successful bidder will be required to furnish a 100% Payment and Performance Bond.

Proposals must be accompanied by a Proposal Guaranty consisting of a Bid Bond, Cashier’s Check or Certified Check in the amount of 5% of the amount of the bid. Such security to be forfeited as liquidated damages, not penalty, by any bidder who fails to carry out the terms of the accepted Bid and/or execute the Contract and Post Performance and Payment Bond as required within the time specified.

On bids which equal or exceed $50,000, Certificate of Responsibility number issued by the Mississippi State Board of Contractors shall be written on the outside of the envelope containing the bids. Bids of less than $50,000 will be marked on the outside that the bid contained within does not exceed $50,000. When bids are submitted electronically, the requirement for including a certificate of responsibility, or a statement that the bid enclosed does not exceed Fifty Thousand Dollars ($50,000.00), on the exterior of the bid envelope shall be deemed in compliance by including the same information as an attachment with the electronic bid submittal.

Bids, which are for work outside of the classification listed for any bidder, shall be returned unopened.
Bids will be received from a single prime Contractor. Bids shall be on a unit price basis, with additive alternate bid items, if any, as indicated in the Bid Form.

This Issuing Office for the Bidding Documents is Brown, Mitchell & Alexander, Inc., 401 Cowan Road, Suite A, Gulfport, MS 39507, (228) 864-7612. Prospective Bidders may examine the Bidding Documents at the Issuing Office on Monday through Thursday (between the hours of 7:30 A.M. and 5:30 P.M.) and Friday (between the hours of 8:00 A.M. and Noon). Copies of the Bidding Documents may be obtained from the Issuing Office as described below.

Plan holders are required to log-in or register for an account at www.bmaprojects.com to view and order Bidding Documents. All plan holders are required to have a valid email address for registration. The cost for the bidding documents is non-refundable and must be purchased through the website.

For questions regarding website registration and
online orders please contact Plan House Printing at
(228) 248-0181.

The date that the Bidding Documents are transmitted by the Issuing Office will be considered the prospective Bidder’s date of receipt of the Bidding Documents. Partial sets of Bidding Documents will not be available from the Issuing Office. Neither Owner nor Engineer will be responsible for full or partial sets of Bidding Documents, including Addenda, if any, obtained from sources other than the Issuing Office.

When submitting an electronic bid, the bid must be submitted in “pdf” format and shall contain the same information and forms as required for the paper bids. Electronic bids must be secured with a bid bond. When submitting a bid electronically, the authorized signature shall be an electronic signature or handwritten in blue-ink signature. In the event that an electronically submitted bid has a corrupted attachment, the bid will be considered null and void. When bids are submitted electronically, the requirement for including a certificate of responsibility, or a statement that the bid enclosed does not exceed Fifty Thousand Dollars ($50,000.00), on the exterior of the bid envelope shall be deemed in compliance by including the same information as an attachment with the electronic bid submittal.

For an electronic bid, documents can be downloaded from Plan House Printing. Electronic bids shall be submitted at www.bmaprojects.com For any questions relating to the electronic bidding process, please call Plan House Printing at 662-407-0193.

Preference shall be given to resident contractors, and a nonresident bidder domiciled in a state, city, county, parish, province, nation or political subdivision having laws granting preference to local contractors shall be awarded Mississippi public contracts only on the same basis as the nonresident bidder’s state, city, county, parish, province, nation or political subdivision awards contracts to Mississippi contractors bidding under similar circumstances. In order to ensure that Mississippi’s so-called Golden Rule is followed, state law requires a non-resident bidder to attach to his bid a copy of his resident state’s current law pertaining to such state’s treatment of non-resident contractors. Resident contractors actually domiciled in Mississippi, be they corporate, individuals or partnerships, are to be granted preference over nonresidents in awarding of contracts in the same manner and to the same extent as provided by the laws of the state, city, county, parish, province, nation, or political subdivision of domicile of the nonresident.

The ability to obtain any insurance required by the contract documents must be demonstrated in the bid by the means specified in the contract documents. Proof of actual insurance coverage must be submitted within five (5) business days from the bid acceptance.

In compliance with the laws of the State of Mississippi, in choosing materials for the project, the successful bidder shall be required to give preference to materials grown, produced, prepared, made or manufactured within the State of Mississippi. The foregoing notwithstanding, no preference shall be given to materials grown, produced, prepared, made or manufactured in the State of Mississippi when other materials of like quality produced outside the State of Mississippi may be purchased or secured at less cost, or any other materials of better quality produced outside the State of Mississippi can be secured at a reasonable cost. The Contractor shall not use any materials on the project that are grown, produced, prepared, made or manufactured outside of the United States. If such materials are not available, then those which are grown, produced, prepared, made or manufactured outside the United States may be used.

Bids shall be in letter form with the envelope or electronic attachment and bid marked plainly HANCOCK COUNTY UTILITY AUTHORITY WESTERN REGIONAL WWTF OUTFALL RELOCATION, and shall be addressed to the Executive Director, 401 Gulfside Street, Waveland, MS 39576. In addition, the envelope or electronic attachment shall list the Company Name and Address, and all applicable state and local license numbers.

The OWNER reserves the right to reject any, and all bids and to waive any informality in the proposal accepted. No bidder may withdraw his bid within 90 days after the actual date of the opening thereof.
Published by order of the Hancock County Utility Authority, this the 5th day of January 2023.

Publish Dates:
February 2, 2023
February 9, 2023