Jackson County Utility Authority Pump Station No. 8 Rehabilitation Project
Mississippi > Jackson County Utility Authority
Sealed Bid: 65759911
Listing Information/Advertisement:


SECTION 00 11 13
INVITATION TO BIDDERS
 
Notice is hereby given that sealed bids will be received by the Jackson County Utility Authority at 1225 Jackson Avenue, Pascagoula, Mississippi 39567, until 1:00 pm, May 26, 2021 at which time they will be publicly opened and read aloud.  Envelopes containing the bids must be sealed, addressed to Jackson County Utility Authority, and designated as Bid for:
 
“Pump Station No. 8 Rehabilitation Project”
 
The project primarily consists of the rehabilitation of a duplex submersible pump station, installation of approximately 35 linear feet of ductile iron force main, approximately 60 linear feet of gravity sewer, and two (2) manholes; furnishing and installing new electrical and controls; odor control; sediment and erosion control; and all incidentals and appurtenances.
 
All bids must be on file with the Jackson County Utility Authority, 1225 Jackson Avenue, Pascagoula, Mississippi 39567 on or prior to the hour and date first mentioned above, and must be sealed.
 
Bidding Documents may be examined at the office of Jackson County Utility Authority, 1225 Jackson Avenue, Pascagoula, MS 39567.  Contact Richard Torjusen – Purchasing Supervisor for review of the documents.  Partial sets of Bidding Documents will not be available.  The Owner will not be responsible for full or partial sets of Bidding Documents, including Addenda, if any, obtained from other sources. 
 
Bid documents can be downloaded from Central Bidding at www.centralbidding.com. Electronic bids can be submitted at www.centralbidding.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814.
 
A strongly recommended Pre-Bid meeting will be held at 1225 Jackson Ave., Pascagoula, MS 39567, and a following visit to the project site at 10:00 AM on Thursday, May 13, 2021.
 
Bid security shall be furnished in accordance with the Instructions to Bidders.
 
Bidders shall furnish proof of qualifications to perform the Work as described in the Instructions to Bidders.
 
Time of commencement of the Work and Contract Times for completion shall be in accordance with the Agreement.
 
All Bids submitted in excess of $50,000.00 by a prime or subcontractor to do any erection, building, construction, repair, maintenance or related work, must comply with Section 31-3-21, Mississippi Code of 1972, by having a current Certificate of Responsibility from the State Board of Public Contractors.  The current Certificate of Responsibility Number shall be indicated on the exterior of the sealed bid envelope before it can be opened.
 
ALL BIDS SUBMITTED FOR $50,000 OR LESS SHALL BE SO MARKED ON THE EXTERIOR OF THE SEALED BID ENVELOPE.
 
The Jackson County Utility Authority reserves the right to reject any and all bids, waive technicalities, informalities or irregularities in the bids received, solicit new bids, or to choose that bid which is deemed to be in the best interest of the Jackson County Utility Authority.
 
The instructions contained in this “Notice to Bidders” shall be considered as an extension and part of the project contract documents.
 
Additional information and assistance regarding this bid opportunity, the MS Procurement Technical Assistance Program, and local contract procurement center may be found at www.mscpc.com
 
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.
 
 
 
Eric Page, P.E.                                                                          RUN:   April 28, 2021
Executive Director                                                                                 May 5, 2021
JACKSON COUNTY UTILITY AUTHORITY                                                            
1225 JACKSON AVENUE                                                                  
PASCAGOULA, MS  39568                                                     OPEN:  May 26, 2021

SUBMITTAL INFORMATION
Creator Username: JCUART
Bidding Privacy: Bid encryption
Started: 29-Apr-2021 8:56:44 AM CDT
Ends: 26-May-2021 1:00:00 PM CDT ( Expired )
History: 871 Views
Event Status: Expired since 26-May-2021 1:00:00 PM CDT
Actions: Sign-In to Bid
Username:

Password:
Visitors: Visitors/Central Bidding Plan Holders
UPDATE/ADDENDUM HISTORY
All updates/changes are listed below::
20-May-2021 8:16:03 AM CDT
Addendum 2 added
20-May-2021 6:35:43 AM CDT
NO. 2 PUMP STATION No. 8 REHABILITATION PROJECT May 19, 2021 TO: Prospective Bidders FROM: Jackson County Utility Authority Pascagoula, MS Engineer of Record: Kimley-Horn and Associates, Inc. 11 North Water Street, RSA Battle House Tower, Suite 9290 Mobile, Alabama 36602 Phone: (251) 263-8311 SUBJECT: Jackson County Utility Authority ? Pump Station No. 8 Rehabilitation Project This Addendum forms a part of the Contract Documents and modifies the original Bidding Documents dated April 2021, as noted below. Acknowledge receipt of this Addendum in the space provided in the Bid Form. Failure to do so may subject the Bidder to disqualification. This Addendum consists of 2 pages, not including attachments. CHANGES TO THE DRAWINGS 1.01 Drawing No. C-4, Proposed PS No. 8 Site Layout: Delete leader text ?6? S.STL ODOR CONTROL AIR INTAKE PIPE? its entirety and replace with the following: ?6? SCH. 80 PVC ODOR CONTROL AIR INTAKE PIPE? 1.02 Drawing No. M-1, Pump Station 8 Plan View: Delete leader text ?6? S.STL ODOR CONTROL AIR INTAKE LINE? its entirety and replace with the following: ?6? SCH. 80 PVC ODOR CONTROL AIR INTAKE PIPE? 1.03 Drawing No. M-2, Pump Station 8 Section View: Delete leader text ?6? S.STL ODOR CONTROL AIR INTAKE PIPE? its entirety and replace with the following: ?6? SCH. 80 PVC ODOR CONTROL AIR INTAKE PIPE? 1.04 Drawing No. M-3, Pump Station Bypass Piping Section View: Delete leader text ?6? S.STL ODOR CONTROL AIR INTAKE PIPE? its entirety and replace with the following: ?6? SCH. 80 PVC ODOR CONTROL AIR INTAKE PIPE? CLARIFICATIONS 1. Question: Several places in the specifications state ?Training requirements, duration of instruction, and other qualifications shall be in accordance with Section 01 79 23, Instruction of Operations and Maintenance Personnel.? However, the specifications do not include Section 01 79 23. Please provide way of addendum. Response: Training shall be as required by JCUA Standard Technical Specifications (https://www.jcua-ms.us/documents/531/JCUA_Standards_Specifications_Appendix_C.pdf) 2. Question: Keynote #1 on Sheet E-3 states ?The variable frequency drives, MCC, and circuit breakers shall be coordinated as required by JCUA standard specifications to ensure that the equipment is properly sized and fully compatible.? Please provide the JCUA standard specifications by way of addendum. Response: The statement is intended to ensure that the VFD?s and electrical equipment provided are compatible with existing VFD?s in JCUA?s System. The VFD?s and circuit breakers shall be compatible and meet the requirements of Specification Section 26 29 24 Low-Voltage Variable Frequency Drives. 3. Question: Sheet E-2 (top center) indicates a connection between the MCC and the HVAC Air Handler, but there is no feeder breaker shown on the MCC one-line on Sheet E-3. Panel ?P? Circuit Schedule on Sheet E-3 does show a 20/2 feeder breaker for the HVAC Air Handler. Sheet E-4 does not show the connection like Sheet E-2. Please advise which is correct. Response: The MCC is not connected to the Air Handler. The MCC is connected (underground) to the Manual Transfer Switch as indicated by the One-Line Diagram on DWG. No. D-3. The HVAC is provided with power from Panel ?P? Ckt Nos. 10 and 12 as indicated on the Pump Station Control Building Plan on Drawing No. E-4. 4. Question: Sheet E-4 (center right) ? ?Pump Station Control Panel w/ Missions Controls.? The specifications don?t mention Mission Controls anywhere. Please advise if this notation is correct and Mission Control unit is required. If so, please provide dimension of the required Mission Unit. Response: The statement ?Pump Station Control Panel with Mission Controls? is correct. The Mission Controls shall be used to monitor and provide information to the existing SCADA System. The Mission unit size and interface shall be coordinated with the Control Panel Supplier. Pump station operation shall be controlled by the local PLC. 5. Question: The Electrical one-line plan sheet E-3 shows there is a 2 ?? conduit with 4 #4/0, 1 #4 between the portable generator and the manual transfer switch, but I cannot find anything on the E-2 site electrical plan on where this is located can you find some clarification on this? Response: The new 2 ?? conduit shall be routed from the Bypass Pumping Junction Box located North of the Bypass Pumping Pad to the Manual Transfer Switch. Location of the Bypass Pumping Junction Box is shown on Drawing E-2. The 1?control conduit (with pull string) shall be routed to the Pump Station Control Panel as shown on E-2. 6. Question: Please provide the Opinion of Probable Cost. Response: The Opinion of Probable Cost for this project is $950,000.00. ++ END OF ADDENDUM ++
29-Apr-2021 9:44:31 AM CDT
Added Addendum No. 1