ERBR-31(03) Bridge Replacements over Tallahoma Creek Slough and Tallahoma Creek on CR 8 #19298
Status
Accepting Bids
| Bid Date | 12/15/25 10:00am |
Company & Contacts
The Jasper County Board of Supervisors will receive bids for the construction of 0.639 miles consisting of three Bridge Replacements and Approaches on County Road 8 over Tallahoma Creek Slough and Tallahoma Creek. Proposals shall be accepted until no later than 10:00 a.m. Local Time, Monday December 15, 2025, at the Board Room of the Jasper County Courthouse located at 27 West 8th Avenue, Bay Springs, Mississippi. All bids received will be publicly opened and read aloud.
The work shall consist essentially of the following items: Three bridge replacement sites: Bridge “A”: 4 @ 40 LF Precast Concrete Span; Bridge “B”: 3 @ 31 LF Precast Concrete Span; and Bridge “C”: 5 @ 40 LF, 1 @ 80 LF, 1 @ 40 LF Prestressed Concrete Beam Span and approaches on 0.639 miles of County Road 8.
The above general outline of features of the work does not in any way limit the responsibility of the contractor to perform all work and furnish all plant, labor, equipment, and materials required by the specifications and the drawings referred to therein.
The Jasper County Board of Supervisors hereby notifies all Bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged and women’s business enterprise will be afforded the full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, age, disability, religion or national origin in consideration for an award.
The Plans and Contract Documents are on file and may be examined or purchased at the following locations:
1. Chas. N. Clark Associates, 714 Hillcrest Drive, Laurel, Mississippi, 39440
2. www.clarkengineersprojects.com
Each bid shall be accompanied by a Cashier’s Check, Certified Check, or solvent bank or a Bidder’s Bond issued by a Surety Company licensed to operate in the State of Mississippi, in the amount of five (5%) of the total bid, payable to Jasper County as bid security. The successful bidder will be required to furnish a Performance Bond and a Payment bond each in the amount of one hundred percent (100%) of the contract amount. Bidders may not withdraw their Proposal for a period of ninety (90) days after the date of submission.
The proposal and contract documents in its entirety shall be submitted in a sealed envelope and deposited with the Chancery Clerk, 27 West 8th Avenue, Bay Springs, Mississippi prior to the hour and date above designated. Bidders choosing to submit electronically are required to contact the Engineer of Record, Lawrence R. Clark, P.E. at www.clarkengineersprojects.com for information regarding electronic bidding requirements.
Work to be performed shall be in accordance with Mississippi Standard Specifications for State Aid Road and Bridge Construction, 2024 Edition, together with all amendments and/or special provisions and/or addenda to the standards dully approved and adopted, unless otherwise noted in the specifications and contract documents.
The attention of Bidders is directed to the provisions of Subsection 102.7 pertaining to irregular proposals and rejection of bids.
Jasper County Board of Supervisors
Doug Rogers, President
Publish Dates:
November 12, 2025
November 19, 2025
