Jun 30
Bid ended

21-33 Plum Point Water Treatment Plant and Water Well Installation (REBID) #13547

Pope, MS (T-NR)

Status

Bidding Closed

Prebid Date6/13/23 10:00am

Bid Date6/30/23 10:00am

Company & Contacts

Cornerstone Engineering, LLC
Mauricka McKenzie (mmckenzie@cornerstoneengllc.com)  
601-473-2403

Location

Plum Point Water Association

Sealed bids will be received by the Plum Point Water Association, until 10:00 A.M. CST, Friday, June 30, 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. 

A pre-bid meeting will be held virtually via Zoom on June 13, 2023 at 10 am Join Zoom Meeting.  See the link below:

https://us02web.zoom.us/j/86504920839?pwd=cDcwbi90eVJLNGZ0WGJocFNHT0lmUT09 

Meeting ID: 865 0492 0839

Passcode: 553097 

Phone: 1 312 626 6799

 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 of the Act.

Any contract or contracts awarded under this invitation for bids are expected to be funded in whole or in 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:  Plans and proposals may be secured from the Cornerstone Planroom at https://www.cornerstoneengllcplanroom.com/The cost for plans and specifications is non-refundable.  Technical questions and inquiries shall be addressed to the project manager, Mauricka McKenzie, P.E. of Cornerstone Engineering, LLC in Clinton, MS at email address of mmckenzie@cornerstoneengllc.com.  The phone number is 601-473-2403.

2.  Office of the MSDH/DWSIRLF Program: located at 501 Hwy. 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:

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

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 or Payment Bonds and Performance Bonds must file with each bond a certified and effective dated copy of their power of attorney.

Proposals shall be submitted in triplicate, sealed and deposited with the Plum Point 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: May 31, 2023; June 7, 2023

Pre-Bid Date: June 13, 2023

Bid Opening Date: June 30, 2023

Publication: The Panolian Newspaper