3-09722 JUMPERTOWN WASTEWATER SYSTEM IMPROVEMENTS #13154
Status
Bidding Closed
Bid Date | 4/25/23 10:00am |
Company & Contacts
COOK COGGIN IS NOT RESPONSIBLE FOR THIRD PARTY DOCUMENT DISTRIBUTION. BIDS WILL BE ACCEPTED ONLY UNDER THE NAME OF THE BIDDER TO WHOM CONTRACT DOCUMENTS HAVE BEEN ISSUED BY PLAN HOUSE PRINTING, ON BEHALF OF THE ENGINEER, AND WHOSE NAME APPEARS ON THE OFFICIAL LIST OF PLANHOLDERS MAINTAINED BY PLAN HOUSE PRINTING
THE HARD COPY PURCHASE AND DIGITAL DOWNLOAD OPTION WILL BECOME AVAILABLE WHEN THE DOCUMENTS HAVE BEEN APPROVED BY THE ENGINEER AND HAVE BEEN PLACED ON THE PLAN ROOM
Separate and sealed bids for the construction of WASTEWATER SYSTEM IMPROVEMENTS
- 2021, SRF PROJECT NO. C280862-02 will be received by the TOWN OF JUMPERTOWN
herein called the “owner”, AT THE TOWN HALL LOCATION, 679 HWY 4 WEST,
BOONEVILLE, MS 38829, until TUESDAY, APRIL 25, 2023 AT 10:00 AM, LOCAL TIME
and then at said office publicly opened and read aloud.
The project consists of the following approximate items and quantities:
• Contract A – Project consists of rehabilitating existing sewage pumping station and
rehabilitating a duplex grinder station. Replacing combination sewage air valve
assemblies, and replacing manual air release valve assemblies. Installing chain link
• Contract B – Project consists of cleaning and videoing gravity sewer lines, and
smoke testing gravity sewer lines. Manhole improvements and sanitary sewer line
improvements.
The Plans, Specifications and Contract Documents may be examined at the following
locations:
• TOWN OF JUMPERTOWN, 679 HWY 4 WEST, BOONEVILLE, MS 38829,
662-728-3930
• Cook Coggin Engineers, Inc., 200 Hotel Street, Booneville, Mississippi 38829,
662-728-1790 or fax at 662-728-2041.
Additional information and assistance regarding this bid opportunity, the MS Procurement
Technical Assistance Program, and local contract procurement center may be found at
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, equipment, material and/or supply needs.
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 Water Pollution Control Revolving Loan
Fund (WPCRLF) loan program from the State of Mississippi. Neither the State of
Mississippi, the 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, Annotated.
Registering for a free account at www.cceplanroom.com will enable bidders to view and/or
order Contract Documents online. The only requirement for account registration is a valid
email address. Questions regarding website registration and online orders shall be directed
to Plan House Printing at (662) 407-0193.
Contract Documents are issued to potential Bidders from Plan House Printing and Graphics,
607 West Main Street, Tupelo, MS 38804. Bidders may opt to purchase Contract
Documents online at www.cceplanroom.com. All payments for Bid Documents are nonrefundable
and shall be made payable to Plan House Printing and Graphics, 607 West Main
Street, Tupelo, MS 38804.
Bids will be accepted only under the name of the Bidder to whom contract documents
have been issued by Plan House Printing, on behalf of the Engineer, and whose name
appears on the official list of Planholders maintained by Plan House Printing.
The contract will be awarded as an entire job and individual items will not be let for
separate work.
Each bidder must deposit with this bid, security in the amount, form and subject to the
conditions provided in the Information for Bidders.
No Bidder may withdraw his bid within 60 days after the actual date of the opening
thereof.
Simultaneously with his delivery of the executed contract, the Contractor shall furnish
surety bonds subject to the conditions provided in the Information for Bidders.
All applicable laws, ordinances and the rules and regulations of all authorities having
jurisdiction over construction of the project shall apply to the contract throughout.
Each Bidder is responsible for inspecting the site and for reading and being thoroughly
familiar with the Contract Documents. The failure or omission of any Bidder to do any of
the foregoing shall in no way relieve any Bidder from any obligation in respect to this Bid.
A conditional or qualified Bid will not be accepted. Award will be made to the lowest
responsible, responsive Bidder.
The Owner reserves the right to waive any informality or to reject any or all Bids.
Cindy White, Mayor
Town of Jumpertown
Publish: March 23, 30, 2023