May 2
Bid ended

3-28-0077-018-2024 Runway Crack Seal, Overlay, Drainage, Electrical and Related Improvements #15398

Starkville, MS (T-NR-E)

Status

Bidding Closed

Bid Date5/2/24 2:00pm

Company & Contacts

Clearwater Consultants
Carey Hardin  
(662) 323-8000

Notice is hereby given that the City of West Point, Mississippi, will receive sealed bids for construction of improvements to McCharen Field. Bids will be received at the WEST POINT CITY HALL, 580 COMMERCE STREET until 2:00 P.M., local time, April 11, 2024.

BIDS will then be publicly opened and read aloud. Bids received after this time will not be accepted and will be returned unopened. The project shall consist of RUNWAY CRACK SEAL, RUNWAY OVERLAY, DRAINAGE, ELECTRICAL AND RELATED IMPROVEMENTS at McCharen Field.

Instructions to bidders, bid forms, plans and specifications, and contract documents may be examined at the following locations:

Clearwater Consultants, Inc.
West Point City Hall 316 University Drive

or 580 Commerce Street Starkville, Mississippi
39759 West Point, Mississippi 39773 (662) 323-8000 (662) 494-2573

The Bid Schedule may be examined on-line at the Mississippi Contract Procurement Center, Mississippi Development Authority, https://www.mscpc.com/bid-opportunities/

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.

Copies of all Contract Documents required for bidding may be obtained from Clearwater Consultants, Inc. located at 316 University Drive, Starkville, Mississippi. Electronic copies of the Contract Documents are available without cost and hard copies are available upon payment of $75 for electronic copies and $150 for each paper set.

A certified check or bank draft drawn on a solvent bank, payable without condition to the City of West Point, Mississippi, or a bid bond of an amount not less than (5%) of the base bid amount shall be submitted with each bid as a guarantee that, if the bid is accepted, a contract will be entered into, and the performance of the contract properly secured. Any contract(s) awarded pursuant to this ADVERTISEMENT FOR BIDS may be funded in part by a grant from the U.S. Department of Transportation, Federal Aviation Administration. Neither the United States nor any of its departments, agencies or employees is or will be a party to this ADVERTISEMENT FOR BIDS or any resulting contract.

This procurement will be subject to regulations contained in Airport and Airway Department Act of 1982, as amended. Bidders must comply with the following: (a) Presidents Executive Order No. 11246 supplemented by Department of Labor regulations regarding race, creed, color, sex, or national origin; (b) Davis Bacon Act (40 USC276a-176a-7) as supplemented by the Department of Labor Relations (29CFR Part 5); (c) Title VI of the Civil Rights Act of 1964 (PL 88-352); (d) Copeland “Anti-Kickback Act” (19 USC 874) as supplemented by the Department of Labor Regulations (29 CFR Part 3); (e) Sections 103 and 107 of the Contract Work Hours and Safety Standards Act (40 USC 327-333) as supplemented by the Department of Labor Regulations (29 CFR, Part 5); and (f) 49 CFR Part 26 regarding small and minority owned business enterprise participation.

BIDDERS must certify that they do not, and will not, maintain or provide for their employees any facilities that are segregated on the basis of race, color, creed, or national origins. BIDDERS must submit with their BID an EEO Report Statement as required by 41 CFR 60-1-7 (b). The Owner reserves the right to refuse to issue a proposal form to a prospective bidder should such bidder be in default for any of the following reasons: (a) Failure to comply with any prequalification regulations of the Owner, if such regulations are cited, or otherwise included, in the proposal as a requirement for bidding. (b) Failure to pay, or satisfactorily settle, all bills due for labor and materials on former contracts in force (with the owner) at the time the owner issues the proposal to a prospective bidder. (c) Contractor default under previous Contracts with the Owner. (d) Unsatisfactory work on previous contracts with the Owner. No bid shall be withdrawn for a period of ninety (90) days after the scheduled date and time of the opening of bids without the written consent of the City of West Point. Within the limitations of state law.

The City of West Point reserves the right to reject any or all bids received, to waive any informalities or irregularities in the bids received, or to accept any bid that is deemed most favorable to the City of West Point.

By: Original Signed Delores Doss,
Municipal Clerk City of West Point, Mississippi

Date: 03-13-24

Publish Dates:
March 15th, 2024 (Weekend Edition)
and March 20th, 2024 (Wednesday