Aug 5
Bid ended

3.25 Firetower Road Drainage Improvements #16185

Hancock County, MS (G-NR-E)

Status

Bidding Closed

Prebid Date7/29/24 10:00am

Bid Date8/5/24 10:00am

Company & Contacts

Hancock County Board of Supervisors
Jason Chiniche  

Electronic or Sealed bids for the construction of the “FIRETOWER ROAD DRAINAGE IMPROVEMENTS” will be received by,
and addressed to, Attention: HANCOCK COUNTY BOARD OF SUPERVISORS at 854 Highway 90, Suite A, Bay St. Louis, MS 39520,
until 10:00 a.m., Monday, August 5, 2024. Bids will be publicly opened and read at the Hancock County Board of Supervisors meeting that is held at the Board Meeting Room at 854 Highway 90, Suite A, Bay St. Louis, MS 39520. Any bids received after the time and date specified will not be considered and will be returned unopened.

The project includes culvert replacement, ditch grading and clearing of vegetation, debris and sediment from drainage channels.

OBTAINING THE BIDDING DOCUMENTS

Information and Bidding Documents for the Project can be found at the following designated website:

www.hancockcountystormwaterbids.com

Plans and Specifications are being made available via hard copy or digital download. Plan Holders are required to log-in or register for an account to view or order bid documents at www.hancockcountystormwaterbids.com. Bid documents are non-refundable and must be purchased through the website. Questions regarding website registration and online orders are to contact the Plan House at (228) 248-0181. No partial sets of drawings or project manuals will be issued. No contract documents (hard copies or electronic copies) will be issued to Contractors within twenty-four (24) hours of the time indicated above for receiving bids.

Contract Documents may be examined at:

(1)  Office of the Design Engineer, Chiniche Engineering & Surveying, 407 Highway 90, Bay St. Louis MS 39520

or

(2)  Online at www.hancockcountystormwaterbids.com

All questions pertaining to clarification of the bidding documents shall be directed in writing to Jason Chiniche, P.E. at jason@chiniche.com.

Bids shall be deposited with the Hancock County Board of Supervisors, 854 Highway 90, Suite A, Bay St. Louis, MS 39520 or for those interested, bids can be submitted at www.hancockcountystormwaterbids.com under the project page, prior to the hour and date designated above. No oral, telegraphic, telephonic, or e-mail proposals shall be considered.

Each Bid shall be submitted in accordance with the Instructions to Bidders and shall be accompanied by the Bid Security (as defined in Section 00100 Instructions to Bidders) in the amount of not less than five percent (5%) of the Bid. The Bid Bond may be from a surety acceptable to the Owner satisfying the requirements specified in the Contract Documents or Certified Check upon a national (legally recognized to conduct business in the State of Mississippi) or state bank, payable without recourse to the Hancock County Board of Supervisors as a guarantee that the Bidder will within fifteen (15) days after the Notice of Award enter into a Contract. The Successful Bidder must furnish a Performance Bond and a Payment Bond equal to 100% of the Contract amount each with a surety company acceptable to the OWNER and in a form acceptable to the OWNER.

Bids may be modified or withdrawn at any time prior to the time set for opening Bids. Bidders may not withdraw their Bids for a period of ninety (90) calendar days after the actual date of the opening of the Bids.

Complete instructions for filing Bids are included in the Instructions to Bidders.

A Pre-Bid Conference will be held at the HANCOCK COUNTY BOARD OF SUPERVISORS Board Meeting Room at 854 Highway 90, Suite A, Bay St. Louis, MS 39520 on Monday, July 29 2024, at 10:00 AM.

The Owner reserves the right after opening Bids to reject any or all Bids, to waive  any informality (non-responsiveness) in a Bid, or to make award to the lowest and best qualified, responsive, and responsible Bidder and reject all other Bids, as it may best serve the interest of the OWNER.

The subject contract and work is being funded at least in part by American Rescue Plan Act of 2021. To the extent that any portion of this Addendum conflicts with any term or condition of this Contract expressed outside of this Addendum, the terms of this Addendum shall govern. Contractor acknowledges and understands that Contractor’s compliance with the applicable federal, local and state laws and regulations applicable, including those within, is necessary for Hancock County’s use of the ARPA funds, and is a benefit and use for which Hancock County has expressly bargained, hence, mandating compliance by Contractor with all requirements thereto as more detailed in the Agreement and this Addendum. Accordingly, all rules, regulations, and requirements of contractors of subrecipient, Hancock County, apply to the terms of this contract, including as follows:

1. The provisions of 2 C.F.R. Sections 200, et seq., as amended applies to Contractor (sometimes herein “Contractor”)’s contract and all services hereunder, including those provisions  below  as  any  procurement  or  solicitation  provisions  or  requirements of 2 C.F.R. Section 200.318 - 200.326.

2. The following federal provisions apply pursuant to 2 C.F.R. Section 200.326 and 2 C.F.R. Part 200, Appendix II, as well as the entirety of Appendix II, including: (Equal Employment Opportunity (41 C.F.R. Part 60); Davis-Bacon Act (40 U.S.C. 3141-3148); Copeland “Anti-Kickback” Act (40 U.S.C. 3145); Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708); Clean Air Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act (33 U.S.C. 1251-1387); Debarment and Suspension (Executive Orders 12549 and 12689); Byrd Anti-Lobbying Amendment (31 U.S.C. 1352); Procurement of Recovered Materials (2 C.F.R. § 200.322); and Record Retention Requirements (2 CFR § 200.324)).

Proposals sent through the U.S. Mail are done so at the risk of the Prospective Vendor/Contractor. The County is NOT responsible for proposals that arrive in the mail after the designated opening time.

If the agency is closed for any reason, including but not limited to: acts of God, strikes, lockouts, riots, acts of war, epidemics, governmental regulations superimposed after the fact, fire, earthquakes, floods, or other natural disasters (the “Force Majeure Events”), which closure prevents the opening of proposals at the advertised date and time, all proposals received shall be publicly opened and read aloud on the next business day that the agency shall be open and at the previously advertised time. The new date and time of the proposal opening, as determined in accordance with this paragraph, shall not be advertised, and all Vendors/Contractors, upon submission of a proposal, shall be deemed to have knowledge of and shall have agreed to the provisions of this paragraph. Proposals shall be received by the agency until the new date and time of the proposal opening as set forth herein. The agency  shall not be held responsible for the receipt of any proposals for which the delivery was attempted and failed due to the closure of the agency as a result of a Force Majeure Event. Each Vendor/Contractor shall be required to ensure the delivery and receipt of its proposal by the agency prior to the new date and time of the proposal opening. The Owner expressly reserves the right to accept or reject any or all proposals or any part of any or all proposals based on a lowest and best proposal determination.

To be published in The Sea Coast Echo and the Mississippi Procurement Technical Assistance Program (MPTAP) online Agency Bid Bank (https://agencybidbank.mississippi.org) on June 27, 2024 & July 4, 2024.