2-09998 New Candler Water Association's Contract F - Water Line Distribution #18752
Status
Accepting Bids
Bid Date | 9/15/25 10:00am |
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
NEW CANDLER WATER ASSOCIATION (Owner) located at 237 County Road 1101, Booneville, MS 38829 is requesting Bids for the construction of the following Project:
WATER SYSTEM IMPROVEMENTS
CONTRACT F: WATER LINE DISTRIBUTION
2-09998
Bids for the construction of the Project will be received by the NEW CANDLER WATER ASSOCIATION, at the office of Cook Coggin Engineers, Inc., located at 200 Hotel St., Booneville, MS 38829, until Monday, September 15, 2025 at 10:00 A.M. local time. At that time the Bids received will be publicly opened and read.
The project includes the following work: approximately 20,000 LF of 10” PVC waterline and appurtenances, 8 directionally-bored HDPE creek crossings from 4”-6”. Reconnection of approximately 46 meters, including 3/4” service line and directionally bored 2” encasement for road crossings.
Bids are requested for the following Contract: WATER SYSTEM IMPROVEMENTS/2-09998 This project is being supported in whole or in part by the American Rescue Plan Act (ARPA), federal award number ARWAI-G-0590011 awarded to New Candler Water Association, Mississippi by the U.S. Department of the Treasury.” Owner anticipates that the Project’s total bid price will be approximately $1,500,000. The Project has an expected duration of 150 consecutive calendar days. Obtaining the Bidding Documents
Information and Bidding Documents for the Project can be found at the following designated website: www.cceplanroom.com
Bidding Documents may be downloaded from the designated website. Prospective Bidders are urged to register with the designated website as a plan holder, even if Bidding Documents are obtained from a plan room or source other than the designated website in either electronic or paper format. The designated website will be updated periodically with addenda, lists of registered plan holders, reports, and other information relevant to submitting a Bid for the Project. All official notifications, addenda, and other Bidding Documents will be offered only through the designated website. Neither Owner nor
Engineer will be responsible for Bidding Documents, including addenda, if any, obtained from sources other than the designated website.
The Issuing Office for the Bidding Documents is:
PLANHOUSE PRINTING, www.cceplanroom.com , 607 W. MAIN ST., TUPELO, MS 38804, 662-407-0193
COOK COGGIN ENGINEERS, 703 CROSSOVER RD., TUPELO, MS 38801, 662-842-7381
Prospective Bidders may obtain or examine the Bidding Documents at the Issuing Office on Monday through Thursday between the hours of 8 AM–4 PM, and may obtain copies of the Bidding Documents from the Issuing Office as described below. Partial sets of Bidding Documents will not be available from the Issuing Office. Neither Owner nor Engineer will be responsible for full or partial sets of Bidding Documents, including addenda, if any, obtained from sources other than the Issuing Office. Printed copies of the Bidding Documents may be obtained from the Issuing Office by paying a nonrefundable fee for each set.
Bidding Documents may be purchased from the Issuing Office during the hours indicated above. Cost includes shipping charges. Upon Issuing Office’s receipt of payment, printed Bidding Documents or electronic documents will be sent to the prospective Bidder’s email address/physical address.
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 ARPA Rural Water Associations Infrastructure Grant (RWAIG). Neither the State of Mississippi, the Local Governments and Rural Water Systems Improvements Board, 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, as they apply to local governments, in accordance with RWAIG Program Regulations. Based on the Assistance Listing: Coronavirus State and Local Fiscal Recovery Funds and Part 2 of the US Treasury State and Local Fiscal Recovery Funds Compliance and Reporting Guidance (v3.0 February 2022) (Compliance Guide), the following Uniform
Guidance provisions will be required in all contracts:
• Subpart A, Acronyms and Definitions
• Subpart B, General provisions
• Subpart C, Pre-Federal Award Requirements and Contents of Federal Awards (except 2 CFR 200.204, .205, .210, and .213)
• Subpart D, Post Federal; Award Requirements (except 2 CFR 200.305(b)(8) & (9), .308, .309, and .320(c)(4))
• Subpart E, Cost Principles
• Subpart F, Audit Requirements
• 2 CFR Part 25 (Universal Identifier & System for Award Management)
• 2 CFR Part 170 (Reporting Subaward and Executive Compensation Information)
• 2 CFR Part 180 (OMB Guidelines to Agencies on Governmentwide Debarment and Suspension (Non-procurement)
• 2 CFR 200 Appendix ii
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 Plan holders maintained by Plan House Printing.
Instructions to Bidders.
For all further requirements regarding bid submittal, qualifications, procedures, and contract award, refer to the Instructions to Bidders that are included in the Bidding Documents.
American Iron and Steel
Section 746 of Title VII of the Consolidated Appropriations Act of 2017 (Division A - Agriculture, Rural Development, Food and Drug Administration, and Related Agencies Appropriations Act, 2017) and subsequent statutes mandating domestic preference applies an American Iron and Steel requirement to this project. All iron and steel products used in this project must be produced in the United States. The term “iron and steel products” means the following products made primarily of iron or steel: lined or unlined pipes and fittings, manhole covers and other municipal castings, hydrants, tanks, flanges, pipe clamps and restraints, valves, structural steel, reinforced precast concrete, and Construction Materials.
The following waivers apply to this Contract:
De Minimis,
Minor Components,
Pig iron and direct reduced iron, and Edited per RUS Bulletin 1780-26, Exhibit B, Attachment 2, Page 1. .
This Advertisement is issued by:
Owner: NEW CANDLER WATER ASSOCIATION
By: JAMES A. BURCHAM, PRESIDENT
Title: PRESIDENT
Date: August 14, 21, 2025