Feb 17
Bid ended

220-041.002 Tropical Storm Cristobal Repairs To Washington Street Outfall #9323

Hancock County, MS (G-NR-E)

Status

Bidding Closed

Bid Date2/17/21 11:00am

Company & Contacts

Neel-Schaffer | Pascagoula 2
Devin Herrington  
228-467-2770

Electronic or Sealed Bids for Construction of “T.S. CRISTOBAL REPAIRS TO WASHINGTON STREET OUTFALL” will be received at “854 Highway 90, Suite A, BAY ST. LOUIS,”, Mississippi,
until 11:00 A.M. LOCAL TIME on the 17th day of February, 2021, and then will be publicly opened and read. Any bids received after the time and date specified will not be considered and will be returned unopened.

All bids must be addressed to the HANCOCK COUNTY BOARD OF SUPERVISORS of HANCOCK COUNTY, Mississippi; marked “SEALED BID TO BE OPENED AT 11:00 A.M., 17th DAY, FEBRUARY, 2021”, and specify the name of the bid item. If a bid is submitted by mail, the address of HANCOCK COUNTY BOARD OF SUPERVISORS is “854 HIGHWAY 90, SUITE A, BAY ST. LOUIS, MS 39520”. If a bid is hand-delivered, the street address of the HANCOCK COUNTY BOARD OF SUPERVISORS is “854 HIGHWAY 90, SUITE A, BAY ST. LOUIS, MS 39520”.

When bids are submitted electronically, the same requirements for submitting sealed bids shall apply. Electronic bids shall include a document representing the cover of the envelope containing the aforementioned criteria.

The scope of this project includes removing and reinstalling a portion of the existing storm drainage system at Washington Street and North Beach Boulevard, described as follows: Remove and reinstall approximately 104 lf of existing 36” RCP including new ramnek; and, constructing (6) six additional wood-timber, pipe-anchor systems. This project is intended to correct the separation of the existing storm drain culverts by removing and reinstalling the existing culverts, with new ramnek, at the current slope of the undisturbed portion of the existing storm drain system.

Contract Documents may be examined at the Hancock County Board of Supervisors, 854 Highway 90, Bay St. Louis, MS 39520, at the office of the Design Engineer, Compton Engineering, Inc., 3036 Longfellow Drive, Bay St. Louis, MS 39520 or online at www.comptonengineeringplans.com The bid documents are being made available online via original paper copy or compact disc upon payment of $125.00 per paper copy and $50.00 per compact disc. The drawings bound in the bid documents are photographic reductions of the original tracings. Full-scale drawings may be obtained (provided a set of reduced drawings and specifications has been purchased) for an additional $10.00 per set. Cost includes shipping and handling for each set. The bid documents are non-refundable and must be purchased through the website. Return of documents is not required. All plan holders are required to have a valid email address for online registration. For information regarding website registration and online orders, please contact Plan House Printing at 662- 407-0193. For information regarding this project, contact Compton Engineering’s office at 228-467-2770 in Bay St. Louis, MS.

Each bid must be submitted on the prescribed form and accompanied by a certified check or bid bond executed on the prescribed form, payable to the Hancock County Board of Supervisors in an amount not less than 5 percent of the amount bid.

The successful bidder will be required to furnish the necessary additional bond(s) for the faithful performance of the Contract, as prescribed in the Contract Documents. All performance bond, payment bond and certificates of insurance shall be either executed by or countersigned by a licensed agent of the surety or insurance company having his place of business in the State of Mississippi and in all ways complying with the insurance laws of the State of Mississippi. Further, the said surety or insurance company shall be duly licensed and qualified to do business in the State of Mississippi.

In order to perform public work, the successful bidder shall, as applicable, hold or obtain such Contractor’s and business licenses as required by state statutes including certification of responsibility required by Section 31-3-21 to have a current certificate of responsibility issued by the State Board of Public Contractors prior to bidding on the project. The Contractor’s certificate number shall appear on the exterior of the envelope, failing which, said Bid will not be opened or considered.

The project requires 100 percent Performance Bond and 100 percent Payment Bond.

Before a Contract will be awarded for the work contemplated herein, the Owner will conduct investigation as is necessary to determine the performance record and ability of the apparent lowest responsible responsive qualified bidder to perform the size and type of work specified under this Contract. Upon request, the bidder shall submit such information as deemed necessary by the Owner to evaluate the bidder’s qualifications.

For information concerning the proposed work, or for appointment to visit the site of the proposed work, contact Geoffrey F. Clemens, 228-467-2770.

It is called to the attention of the Bidder that the time of completion of the work under this Contract is the essence of the Contract.

The right is reserved to reject all bids or any bid not conforming to the intent and purpose of the Contract Documents, and to postpone the award of the Contract for a period of time which, however, shall not extend beyond the days of acceptance as defined in Article 2 of the Bid Form.

Dated this the 4th day of January 2021.

Hancock County Board of Supervisors By: Scotty Adam, President