Stormwater System Resilience Through Green Infrastructure

Agency: Mississippi Department of Marine Resources
State: Mississippi
Type of Government: State & Local
NAICS Category:
  • 541330 - Engineering Services
  • 541620 - Environmental Consulting Services
Posted Date: Mar 12, 2024
Due Date: Apr 17, 2024
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Stormwater System Resilience Through Green Infrastructure
Current Procurement , Request for Bids / March 12, 2024
This is an Invitation for Bids.SMART NUMBER:

1450-24-R-IFBD-00007

RFX NUMBER:

3160006415


IMPORTANT DATES

ISSUE DATE


10:00 am March 12, 2024

CLOSED DATE


2:00 pm April 17, 2024

QUESTIONS TO MDMR DEADLINE


10:00 am March 27, 2024

ANSWERS TO QUESTIONS POSTED


4:00 pm March 28, 2024

NOTIFICATION OF SUCCESSFUL BIDDER


April 18, 2024

DEBRIEFING REQUEST DEADLINE


April 22, 2024

BID PROTEST DEADLINE


April 24, 2024

All bids must be submitted by 2:00pm, April 17, 2024



DOWNLOAD BID SPECIFICATIONS

Attachment Preview

Mississippi Department of Marine Resources
SOLICITATION:
SOLICITATION NUMBER:
Invitation for Bids (IFB)
3160006415
DESCRIPTION:
Stormwater System Resilience Through
Green Infrastructure
ISSUE DATE:
March 12, 2024
BID CLOSING LOCATION:
Mississippi Department of Marine Resources
1141 Bayview Avenue
Biloxi, Mississippi 39530
BID COORDINATOR:
CLOSING DATE AND TIME:
Janie Ballew
(228) 523-4118
procurement@dmr.ms.gov
April 17, 2024 2:00 PM CST
1. INTRODUCTION
The Mississippi Department of Marine Resources (MDMR) manages the coastal resources for
the State of Mississippi through the authority of the Mississippi Advisory Commission on
Marine Resources. We are dedicated to enhancing, protecting, and conserving the marine
interests of Mississippi for present and future generations. We manage all marine life, public
trust wetlands, adjacent uplands, and waterfront areas for the long-term recreational,
educational, commercial, and economic benefit of everyone.
2. PURPOSE
The MDMR is seeking bids from qualified and experienced contractors to demonstrate how
nature-based stormwater management can reduce flooding by directing stormwater through
vegetation to infiltrate soils with a high drainage capacity rather than to underground pipes,
such as is the conventional approach. The scope of work to be performed and the deliverables
required under the contract are also set forth herein.
3. TIMELINE
Start Date
First Date of Advertisement:
Second Date of Advertisement
Questions Submission Deadline
Answers Posted
March 12, 2024
March 19, 2024
March 27, 2024 10:00 AM CST
March 28, 2024 4:00 PM CST
Pre Bid Meeting
March 26, 2024 at 10:00am
Bid Submission/Bid Open Deadline
April 17, 2024, 2:00 PM CST
Bid Evaluations
Contract Intent to Award
Debriefing Request Deadline
Protest Deadline
Contract Approval
April 17, 2024
April 18, 2024
April 22, 2024
April 24, 2024
Unexecuted contract will require
additional approval from DFA before it
is awarded.
4. SCOPE OF SERVICES
The scope of work for the contract will include, but is not limited to, the following:
Five parking islands will be converted to bioretention cells by removing existing compacted
soil to a 36” depth and replacing with a high-drainage-capacity soil and drainage rock as
specified in the plans. The soil will be sloped to the center of each rain garden and planted with
plants or trees suitable for these conditions. Stormwater will be directed to enter the five rain
gardens via curb gaps that are detailed in the construction drawings. A 170’ linear foot
bioretention swale will be constructed along Martin Luther King Boulevard by removing
2
compacted soil to a 44” depth and replacing with a high-drainage-capacity soil and drainage
rock as specified in the plans. The soil will be sloped to the center of each bioretention cell and
planted with plants or trees suitable for these conditions according to the drawings. Stormwater
will be directed to enter the linear bioretention cells via three 4'-6" curb inlets that narrow to
2'-6" as they pass under formed concrete sidewalk/inlet structures. A series of containing walls
and an earthen berm constrain the in-flow, while the entire system is connected subsurface. A
series of 4" diameter standpipes will direct any overflow into an existing 18" RCP to prevent
stormwater from flowing back out into the roadway. The Contractor will be responsible for
municipal permitting and procurement of materials, subcontractors, and equipment.
The Contractor shall provide services for this project that will include, but not be limited to, the
following:
1. Project Meeting. The Contractor is required to attend a field inspection with a
MDMR/Grand Bay NERR representative and the Gulf Coast Community Design Studio
(GCCDS) Architect to ensure construction meets design standards as per stamped
construction drawings and specifications.
2. Project Schedule. The Contractor is responsible for providing the MDMR and Architect
with a project schedule.
3. Communications. The Contractor will communicate directly with the GCCDS
Architect.
4. Environmental Permitting. No environmental permitting is required for this project.
5. Building Permits. The Contractor is responsible for obtaining and posting on-site all
necessary building permits and managing all inspections.
6. Procurement of Materials and Equipment. The Contractor is responsible for
procurement of all materials and equipment as per construction documentation and
specifications. Allowable alternates must be approved by the MDMR and Architect.
7. Construction. The Contractor is to ensure the project is built as per construction
documentation and specifications, and in accordance with local building codes.
8. Best Management Practices (BMPs). The Contractor shall be responsible for utilizing
accepted Best Management Practices (BMPs) during the project including, but not
limited to, the following:
a. Wash all equipment to be used on the job prior to mobilizing to site.
b. Site Access, Parking, and Equipment Storage shall comply with specifications
outlined in the construction documents. Equipment shall be limited to the minimum
necessary.
c. Install and maintain structural BMPs for erosion and sediment control. Such
measures may include: straw wattles, sediment logs, erosion control blankets or silt
fencing.
d. Ensure proper materials handling and waste management measures are in place.
e. Stabilize areas of disturbance during construction and through the landscape
establishment period.
3
5. DELIVERABLES
The deliverables are to include:
Five parking islands will be converted to bioretention cells by removing existing
compacted soil to a 36” depth and replacing with a high-drainage-capacity soil and
drainage rock as specified in the plans. The soil will be sloped to the center of each rain
garden and planted with plants or trees suitable for these conditions. Stormwater will be
directed to enter the five rain gardens via curb gaps that are detailed in the construction
drawings. A 170’ linear foot bioretention swale will be constructed along Martin Luther
King Boulevard by removing compacted soil to a 44” depth and replacing with a high-
drainage-capacity soil and drainage rock as specified in the plans. The soil will be sloped
to the center of each bioretention cell and planted with plants or trees suitable for these
conditions according to the drawings. Stormwater will be directed to enter the linear
bioretention cells via three 4'-6" curb inlets that narrow to 2'-6" as they pass under formed
concrete sidewalk/inlet structures. A series of containing walls and an earthen berm
constrain the in-flow, while the entire system is connected subsurface. A series of 4"
diameter standpipes will direct any overflow into an existing 18" RCP to prevent
stormwater from flowing back out into the roadway.
Project Schedule:
The Scope of Work of the Contract, if any, resulting from this solicitation will be completed within
60 days of contract execution.
6. MINIMUM REQUIRED QUALIFICATIONS
The minimum qualifications for bidding include:
Bidders must be able to build, obtain, and deploy desired materials of design.
Bidders must have at least three (3) years of demonstratable knowledge and experience in
earthwork, stormwater management, prevention of sedimentation due to runoff, and
landscape installation in a public setting, including permitting, costing, procurement of
materials, and adherence to local building codes and meet the requirements outlined in the
Standards of Responsibility.
By submitting a bid, you are certifying that you are not currently debarred from bidding by
the State, any political subdivision of the State (towns, cities, counties, agencies, etc.), any
other state, or the federal government. You also certify that you are not submitting a bid as
an agent of someone so debarred.
Bidders are required to be electronically registered in Mississippi’s Accountability System
for Government Information and Collaboration (MAGIC) before submitting their bid.
Instructions for registering in MAGIC can be found below in Section 10.
4
Standards of Responsibility
MDMR will receive bids from firms having specific experience and qualifications in
the area identified in this solicitation. For consideration, bids for the project must
contain evidence of the firm's experience and abilities in the specified area and other
disciplines directly related to the proposed service. Other information required by
MDMR may be included elsewhere in the solicitation. Unless otherwise stated, all
bidders shall provide references, illustrative examples of similar work performed, and
any other information that clearly demonstrates the bidders' expertise in the solicitation.
An evaluation of bids will include but not be limited to MDMR/Grand Bay NERR
staff, and the GCCDS Design Architect. Two (2) relevant references must be provided
on Attachment B. Sections A, B, and C listed below will be asked of the two provided
references. It is therefore important that bidders emphasize specific projects and
information pertinent to the scope in this IFB. The contract will be awarded to an
experienced applicant that meets or exceeds the qualifications set forth in this IFB.
Factors that will be considered in determining whether the Standards of Responsibility
have been met include whether a bidder has:
A. A satisfactory record of relevant experience (2 points)
Evaluators will verify with provided references the relevance of listed project within the
past five (5) years to the Work solicited under this Invitation for Bids.
B. A satisfactory record of performance (2 points)
Evaluators will verify with the provided references completion dates (scheduled and
actual) and whether the project resulted in construction claims associated with
defective work, defaulted or required action by the bonding company. A bidder will
not be penalized for claims won by the Bidder.
C. A satisfactory record of integrity (2 points)
Evaluators will verify with provided references the firm’s integrity with the provided
references.
D. Satisfactory staff qualifications (4 points)
Provide qualifications of at least four (4) staff assigned to the project.
The information requested in A through D above should be provided in Attachment
B. Resumes of staff may be attached separately.
Any bidder with an overall score of eight (8) points or below on the above Standards
of Responsibility will be deemed non-responsible and will be rejected.
5

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Procurement Details Smart Number 1130-24-R-IFBD-00082 Advertised Date 04/02/2024 2:00 PM RFx # 3160006521

State Government of Mississippi

Bid Due: 5/02/2024

Procurement Details Smart Number 5692-20240418080655 Lamar Chrome Advertised Date 04/18/2024 12:00 PM RFx

State Government of Mississippi

Bid Due: 5/07/2024

Procurement Details Smart Number 7887-20240417175027 Shubuta Drai Advertised Date 04/18/2024 12:00 PM RFx

State Government of Mississippi

Bid Due: 5/12/2024

Title Ends Time Left 01-2025 GHS Athletic Discount & Rewards Program 30-Apr-2024 2:00:00

Madison County Schools

Bid Due: 4/30/2024