ADVERTISEMENT FOR BIDS
Sealed bids will be received by the City of Donaldsonville on Tuesday, August 26, 2025 at 609 Railroad Avenue, Donaldsonville, LA 70346 where Bids are to be received until 10:00 a.m. local time and then at said office publicly opened and read aloud for the following project:
NATURAL GAS SYSTEM INFRASTRUCTURE IMPROVEMENTS –
PHMSA ROUND 1 (A)
City of DONALDSONVILLE
McKim & Creed Project No. 08385-0014
STATEMENT OF WORK:
This project is to construct new 2” and 4” MDPE gas mains located in downtown Donaldsonville on various streets. The project includes tying the new MDPE piping to the existing gas mains, installing new 1” gas service lines with excess flow valves, and tying to the existing gas meters with new MDPE to anodeless service risers with new lock-wing ball valves.
All Bids must be in accordance with the Contract Documents on file at 609 Railroad Ave., Donaldsonville, LA 70346.
Eligibility of Bidders to Receive Bidding Documents
The City of Donaldsonville is participating member of the Louisiana Municipal Gas Authority and thus under ACT NO. 176, amending R.S. 33:4546.21, Contractors must be pre-qualified before obtaining Bidding Documents. In order to be pre-qualified, Bidders submit a copy of their written Operator Qualification and Training Program to ensure compliance with the certification requirements of 49 CFR Part 192.801 et seq., as mandated by the United States Department of Transportation- Pipeline and Hazardous Materials Safety Administration (PHMSA) and the Louisiana Department of Natural Resources – Pipeline Safety Division. Specific scrutiny will be given to those individuals workmen employed by the prospective bidder and their training documentation regarding the certifications of workmen to perform “Covered Tasks” on a natural gas distribution system. Prospective bidders should be able to show at least four (4) workmen, one of which must serve in a supervisory role, have been OQ certified for all covered tasks related to PE gas lines installations. Bidders who do not already have a current and active OQ program will not be qualified to obtain bidding documents.
Contractor must contact Mr. George Mouledoux, National Corrosion Services, Inc, at
[email protected] or (504) 214-2255 to obtain the Operator Qualification Requirements and Pre-Certification approval for this project.
Bidders who choose to bid this project MUST BE PRE-QUALIFIED and approved by the ENGINEER prior to the Bid date and time set forth in this advertisement. Bidders who are not Pre-Qualified and Approved shall be considered Non-Responsive.
In addition, prospective bidders must submit evidence of an ongoing Drug and Alcohol Misuse Program meeting Part 199 of the PHMSA Regulations plus a list of at least three (3) references from other natural gas distribution system operators whom they have performed work, exceeding a value of $250,000 in the past five (5) years.
Copies of Specifications, Bid Documents, Contract Documents and Construction Plans for use in preparing Bids may be obtained from the office of McKim & Creed, Inc.1022 S. Purpera Avenue, Gonzales, LA 70707-0298, (225) 644-5523 only to Contractors and subcontractors who meet the above eligibility requirements upon payment of One Hundred Fifty Dollars ($150.00) per set. Documents can be mailed to bidders for an additional $10.00 per set. Deposits on the first set of Documents furnished to bona fide Prime Bidders, properly licensed by the Louisiana State Licensing Board of Contractors, will be fully refunded upon return of the documents in original condition and no later than ten (10) days after receipt of Bids. On other sets of documents furnished to said Prime Bidders, the deposit less actual cost of reproduction will be refunded upon return of the documents in original condition and no later than ten (10) days after receipt of bids. No refund will be made to non-bidders or sub-bidders.
Where bids are to be received or forms furnished by the awarding authority, no contract documents shall be issued to anyone except a Licensed Contractor or his authorized Representatives. In no event shall any documents for bidding be issued later than twenty-four (24) hours prior to the hour and date set for receiving bids. Pre-Certification approval shall not be considered within 72 hours prior to the date and time set for receiving bids.
Each bid must be submitted in a sealed envelope bearing on the outside the name of the bidder, his/her address, contractor's state license number and the name of the project (Natural Gas System Infrastructure Improvements – PHMSA Round 1 (A)) for which the bid is submitted. If forwarded by mail, the sealed envelope containing the bid must be enclosed in another envelope addressed to the City of Donaldsonville, 609 Railroad Ave./P.O. Box 470, Donaldsonville, LA 70346, mailed certified mail and must be received no later than the bid opening.
In addition to paper bids, electronic bids for the project will be downloaded by the City of Donaldsonville. Electronic bids shall include Uniform Bid Form, Bid Bond and Corporate Resolution and must be submitted through www.centralauctionhouse.com prior to the electronic bidding deadline. Beginning at 10:00 a.m. local time, August 26, 2025, all bids will be downloaded. No bids shall be accepted after 10:00 a.m.
All Addenda, Amendments, Letters of Clarification, and Notices will be posted online in addition to electronic copies being distributed. This information may be accessed via the internet at www.centralauctionhouse.com. Once logged in, users must click on City of Donaldsonville to view current advertisement listings. This listing is titled “Natural Gas System Infrastructure Improvements – PHMSA Round 1 (A).”
The public entity advertising for bids for work may require the bidders to attach bid security in the form of a bid bond, a certified check, or cashier's check for not more than five percent of the estimated price of supplies or materials, as evidence of good faith of the bidder as prescribed by La R.S. 38: 2218(A). To address the above requirement for electronic bids the City of Donaldsonville will allow electronic bids submitted via the City approved on-line bid site to be submitted as follows:
A copy of the bid bond and corporate resolution must be attached to bid documents submitted electronically.
The original bid bond and corporate resolution documents must be received in our office no later than 48 hours after bid opening date and time (City of Donaldsonville at McKim & Creed, Inc., 1022 South Purpera Ave., Gonzales, LA 70737).
The bid-bond and corporate resolution envelope must be clearly labeled as a “Bid Bond/Corporate Resolution” with the project name, vendor’s name as it appears on the bid documents and address.
It will be the responsibility of the bidder to check for updates. All submitted questions will be forwarded by email to the Project Manager and the Project Engineer for a response.
Contractors desiring to bid shall submit to the Engineers, with their request for Contract Documents, contract documents deposit and evidence that they hold State License in MUNICIPAL AND PUBLIC WORKS CONSTRUCTION and/or hold a Specialty Classification in PIPE WORK (GAS LINES)” is in full force and effect in addition to satisfying eligibility of bidders to bid this project.
Contractor shall have the bonding capacity for 100% of project proposal amount. Contractor cannot subcontract for more than 49% of the project value.
In accordance with LA R.S. 38:2227 and LA R.S. 38:2212.10, each bidder on this project must submit other required documents identified in the contract documents to City of Donaldsonville Mayor Leroy Sullivan, Sr. at 609 Railroad Ave., Donaldsonville, LA 70346 within 10 days after the opening of bids.
As authorized by LA R.S. 33:454621 B, the owner requires that all Bidders shall be prequalified prior to Bidding Documents being issued to the prospective Bidder by showing proof of certification requirements of 49 CFR 192.801 et. Seq. as mandated by the United States Department of Transportation Pipeline and Hazardous Materials Safety Administration (PHMSA) and the Louisiana Department of Energy and Natural Resources. As part of the prequalification, prospective Bidders must submit a copy of their written Operator Qualification and Training (OQ) Program to the Engineer to ensure compliance with these certification requirements. All OQ documentation regarding the training protocols and evaluations for each covered employee shall be reviewed and evaluated by the ENGINEER for compatibility with the OWNER’S OQ Program. All contracted employees (Prime or Sub) working for a Gas System Operator must be “Qualified” to perform any “Covered Task” on gas line facilities. Contractor’s OQ program shall be equivalent to that provided by Midwest Energy Association (MEA). A contract award will not be made until the Contractor has submitted the proper OQ Training Program documentation, and it has been found acceptable by the OWNER.
Bid security in the amount of five percent (5%) of the Total Bid must accompany each Bid and shall be made payable to the Owner in the form of a bid bond, a certified check, or cashier’s check as prescribed by La R.S. 38: 2218(A).
Each Bidder must deposit with his/her bid, security in the amount, for and subject to the conditions provided in the Information for Bidders. Sureties used for obtaining bonds must appear as acceptable on the U.S. Department of Treasury Circular 570.
Pursuant to La R.S. 38:2212 (B)(1), the provisions of La R.S. 38:2212 (B)(1) and the bidding documents shall not be waived by any entity.
Pursuant to La. R.S. 38:2214 (C) Bids containing patently obvious, unintentional, and substantial mechanical, clerical, or mathematical errors, or errors of unintentional omission of a substantial quantity of work, labor, material, or services made directly in the compilation of the bid, may be withdrawn by the contractor if clear and convincing sworn, written evidence of such errors is furnished to the public entity within forty-eight hours of the bid opening excluding Saturdays, Sundays, and legal holidays. Such errors must be clearly shown by objective evidence drawn from inspection of the original work papers, documents, or materials used in the preparation of the bid sought to be withdrawn. If the public entity determines that the error is a patently obvious mechanical, clerical, or mathematical error, or unintentional omission of a substantial quantity of work, labor, material, or services, as opposed to a judgment error, and that the bid was submitted in good faith it shall accept the withdrawal and return the bid security to the contractor.
A NON-MANDATORY Pre-Bid Conference is scheduled for Wednesday, August 13, 2025, at 10:00 a.m. local time at the City of Donaldsonville, 609 Railroad Ave., Donaldsonville, LA 70346.
This contract will be funded in whole or in part through a grant agreement issued by the Pipeline and Hazardous Materials Safety Administration (“PHMSA”), through its Natural Gas Distribution Infrastructure Safety and Modernization (“NGDISM”) Grant Program, to the City of Donaldsonville, Louisiana (“Owner”). As such, this contract is subject to the applicable terms and conditions of the Assistance Agreement (the “Grant Agreement”) for this project (the “Project”). The contractor and all subcontractors shall be bound by applicable terms and conditions of the Grant Agreement (including any amendments or modifications issued) and any applicable State and Federal laws, rules, and regulations, which may be amended from time to time.
The Project is subject to the domestic preference requirement in § 70914 of the Build America, Buy America Act, Pub. L. No. 117-58, div. G, tit. IX, subtitle A 135 Stat. 429, 1298 (2021), which requires that all steel, iron, manufactured products, and construction materials used in the project be produced in the United States.
All bidders must make positive efforts to use small businesses, minority businesses, women's business enterprises, veteran-owned businesses, and labor surplus area firms in accordance with 2 CFR 200.321.
Minority and women’s business enterprises, veteran-owned businesses, and labor surplus area firms are hereby solicited to bid on this contract as prime contractors and are encouraged to make inquiries regarding potential subcontracting opportunities and equipment, material and/or supply needs.
The City of Donaldsonville is an Equal Opportunity Employer.
OWNER
CITY OF DONALDSONVILLE
BY: /s/ MR. LEROY J. SULLIVAN, SR., MAYOR
TO APPEAR IN THE:
DONALDSONVILLE CHIEF
Thursday, July 31, 2025
Thursday, August 7, 2025
Thursday, August 14, 2025