PLUM POINT COMMUNITY WATER TREATMENT PLANT IMPROVEMENT AND WATER WELL REPLACEMENT PROJECT (REBID)
Mississippi > Plum Point Water Association
Sealed Bid: 39322224
Listing Information/Advertisement:


 
ADVERTISEMENT FOR BIDS - NOTICE TO CONTRACTORS PLUM POINT COMMUNITY WATER TREATMENT
PLANT IMPROVEMENT AND WATER WELL REPLACEMENT PROJECT (REBID)
PANOLA COUNTY, MISSISSIPPI


 
Sealed bids will be received by the Plum Point Water Association, until 2:00 P.M. CST, Thursday, April27, 2023 at the PCW Secretary's Office located at 2330 Plum Point Road,
Pope, MS, for supplying all labor, materials, and equipment as required under the plans and specifications for the construction of PLUM POINT COMMUNITY WATER TREATMENT PLANT IMPROVEMENT AND WATER WELL REPLACEMENT PROJECT SRF LOAN #DWI-L0540032-01

Please address the envelope to Plum Point Board Secretary, 2330 Plum Point Road, Pope, MS 38658.

Apre-bid meeting will be held on April 1, 2023 at 1 am at 2330 Plum Point Road, Pope, MS. The entire project must be completed within TWO HUNDRED SEVENTY (270) calendar days. The contract will be subject to liquidated damages in the amount of five hundred dollars ($200.00) per calendar day for each consecutive calendar day in which the contract time is exceeded.

The Plum Point Community Water Association Inc. hereby notifies all bidders that in
compliance with Title VI of the Civil Rights Act of 1964, as amended, 42 U.S.C. 2000d to 2000d-4 that all bidders 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, national origin, sex, or disability in consideration for an award.

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.

This contract is funded in whole or in part by funds from the Consolidated Appropriations
Act of 214 (H.R. 3547); therefore, this project must comply with the American Iron and Steel Requirements o f the Act.

Any contract or contracts awarded under this invitation for bids are expected to be funded
in whole or ni part by anticipated funds from the Drinking Water Systems Improvements Revolving Loan Fund (DWSIRLF loan program from the State of Mississippi. Neither the State of Mississippi, the Local Governments and Rural Water Systems Improvements
Board, the MS Department of Health, the MS Commission on Environmental Quality, nor any of their employees, is or will be a party to this invitation for bids or any resulting or related contracts. This procurement will be subject to all applicable sections of the Mississippi Code of 1972, Annoted, as they apply to local governments, in accordance with Appendix D of the DWSIRLF Program Regulations.

The PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS may be examined at the following locations:

1. Office of the Consulting Engineer: Cornerstone Engineering LLC, located at 600 Northside Drive, Suite A, Clinton, MS 39056, call Mauricka McKenzie,P.E.. Project Engineer at 601-473-2403 office. One copy of the Plans, Specifications and Contract Documents may be procured from the Consulting Engineer, upon
payment of$250, none of which is refundable.


2. Official bid documents can be downloaded from
CentralBidding at www.centralbidding.com Electronic
bids c a n be submitted www.centralbidding.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814


3. Office ofthe MSDH/DWSIRLF Program: located at 501 Hw. 12 West, Suite 160, Starkville, MS 39759, call Laurel Rouse, P.E., Project Manager at 662-312-2595

The BID SCHEDULE may be examined at the following locations:

A. Mississippi Procurement Technical Assistance Program (MPTAP)
Mississippi Development Authority, Minority & Small Business Development
WoolfolkBuilding
501 North West Street, Suite B-01 Jackson, MS 39201
Contact: LaTisha Landing 601-359-3448


Bidders must be qualified under Mississippi law and possess a certificate of responsibility issued by the Mississippi State Board of Contractors establishing its classification as to the value and type of construction on which it is authorized to bid. Each bidder must deposit with its proposal, a bid bond or certified check in an amount equal to five percent (5%) of the total bid for the work, payable to the Plum Point Water Association, Inc., as the bid security.

The successful bidder shall furnish a Performance Bond and Payment Bond each in the amount of one hundred percent (100%) of the contract amount awarded. Attorneys-in-fact who sign Bid Bonds orPayment Bonds and Performance Bonds must file with each bond a certified and effective dated copy of their power ofattorney.

Proposals shall be submitted in triplicate, sealed and deposited with the PlumPoint Water Association prior to the hour and date designated above. Each bidder shall write its certificate of responsibility number on the outside of the sealed envelope containing its proposal.

The Plum Point Community Water Association, Inc. reserves the right to reject any and all bids and to waive any and all informalities

_____________________
Rick Brown
President, Plum Point Water Association


Publication Dates: March 27, 2023; April ,3 2023
Pre-Bid Date: April 11, 2023
Bid Opening Date: April 27, 2023

UPDATE/ADDENDUM HISTORY
All updates/changes are listed below::
16-May-2023 11:28:22 AM CDT
Added Addendum #4
15-May-2023 3:46:38 PM CDT
Added Addendum #3
24-Apr-2023 8:53:41 AM CDT
Addendum #2 added. Bid opening date extended to May 18, 2023 at 2pm.
13-Apr-2023 2:39:39 PM CDT
Addendum Added: the Pre-Bid meeting date of April 1, 2023 moved to the new date of Tuesday, April 18, 2023 at 11:00 am at the Pope Volunteer Fire Department, 788 Pope Water Valley Road, Pope, MS 38658.