St. Landry Parish Airport - Fuel Apron - Pavement Rehabilitation
Louisiana > St. Landry Parish Government
Solicitation: 3902309
Listing Information/Advertisement:


ADVERTISEMENT FOR BIDS 
 
Sealed bids will be received by the St. Landry Parish Government up to the hour of 2:00 p.m. CDST at the St. Landry Parish Government Office, 118 South Court Street, Room 133, Opelousas, Louisiana 70570, on
 
TUESDAY, JUNE 13, 2023 
and then publicly opened and read, for the following items of work:
 
FUEL APRON - PAVEMENT REHABILITATION 
at the St. Landry Parish Airport including all necessary labor, materials, equipment, tools, etc., required as set forth in the Plans and Specifications. Copies of Plans, Specifications, Proposal Forms, and other Contract Documents may be examined and obtained from the office of Morgan Goudeau & Associates, Inc., 1703 West Landry Street, Opelousas, Louisiana, upon deposit of fifty dollars($50.00) for each set of documents. Deposits on the first set of documents furnished to bona fide PRIME BIDDERS, fully licensed by the Louisiana State Licensing Board for Contractors, will be fully refunded upon the return of the documents in good condition, no later than ten (10) days after receipt of bids. On other sets of documents furnished to said Prime Bidders, the payment of fifty dollars($50.00) shall constitute the cost of reproduction and handling and will NOT BE REFUNDED. Please find Bid related materials and place electronic bids at www.centralbidding.com.
 
Policy: It is the policy of the Department of Transportation (DOT) that disadvantaged business enterprises as defined in 49 CFR Part 26 shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds.
 
Buy American Provision: The proposed contract is subject to Buy American Provision under Section 9129 of the Aviation Safety and Capacity Expansion Act of 1990. Details of such requirements are contained in the Specifications.
 
All Bidders and Proposers shall make good faith efforts, as defined in 49 CFR Part 26, Regulations of the Office of the Secretary of Transportation, to subcontract 7.18% of the dollar value of the Prime Contract to small business concerns owned and controlled by socially and economically disadvantaged individuals (DBE). In the event that the Bidder for this solicitation qualifies as a DBE, the contract goal shall be deemed to have been met. Individuals who are rebuttably presumed to be socially and economically disadvantaged are Women, Blacks, Hispanics, Native Americans, Asian-Pacific Americans and Asian-Indian Americans. The apparent successful Bidder (Proposer) will be required to submit information concerning the DBE’s that will participate in this Contract. The information will include the name and address for DBE, a description of the work to be performed by each named firm, and the dollar value of the Contract (subcontract). If the bidder fails to achieve the contract goal as stated herein, it will be required to provide documentation demonstrating that it made good faith efforts in attempting to do so. A Bid that fails to meet these requirements will be considered nonresponsive.

The proposed contract is under and subject to Executive Order 11246 of September 24, 1965, and to the Equal Opportunity Clause. The Bidder’s attention is called to the “Equal Opportunity Clause” and the “Standard Federal Equal Employment Opportunity Construction Contract Specifications” set forth in the Specifications.
 
The Bidder (Proposer) must supply all the information required by the Bid or Proposal Form.
 
The successful Bidder will be required to submit a Certification of Nonsegregated Facilities prior to award of the Contract, and to notify prospective subcontractors of the requirements for such a Certification where the amount of the subcontract exceeds $10,000.00. Samples of the Certification and Notice to Subcontractors appear in the Specifications.
 
Women will be afforded equal opportunity in all areas of employment. However, the employment of women shall not diminish the standards or requirements for the employment of minorities.
 
For contracts of $50,000 or more, a contractor having 50 or more employees, and his subcontractors having 50 or more employees and who may be awarded a subcontract of $50,000 or more, will be required to maintain an affirmative action program within 120 days of the commencement of the contract.
 
Proposals shall be enclosed in a sealed envelope addressed to the Jessie Bellard, President, St. Landry Parish Government, Opelousas, Louisiana and plainly marked on the outside, “Fuel Apron - Pavement Rehabilitation at St. Landry Parish Airport, A.I.P. No. 3-22-0043-019-2023, State Project No. H.00XXX, MGA Project S#572". Bids must be accompanied by a Certified Check or Bid Bond in the amount equal to five percent (5%) of the Bid, made payable to the St. Landry Parish Government, as a guarantee that the Bidder will furnish all necessary bonds and enter into a Contract if his bid is accepted.
 
The St. Landry Parish Government reserves the right to reject any and all Bids for Just Cause in accordance with Public Bid Law.
 
Thus done and signed at Opelousas, Louisiana, this 12TH day of May, 2023.
 
Jessie Bellard, President
St. Landry Parish Government
 
Attest:  Caryn Fulop
Director of Finance
 
 
ADVERTISE:  MAY 18, 25, JUNE 1, 2023 (3 TIMES)

Additional Notes/Requirements
SAM Number is required to bid.
SUBMITTAL INFORMATION
Creator Username: SLPGBL
Bidding Privacy: Bid encryption
Started: 18-May-2023 12:00:00 AM CDT
Ends: 13-Jun-2023 2:00:00 PM CDT ( Expired )
History: 379 Views, 0 Messages
Event Status: Expired since 13-Jun-2023 2:00:00 PM CDT
Actions: Sign-In to Bid
Username:

Password:
Visitors: Visitors/Central Bidding Plan Holders
PUBLIC MESSAGE BOARD
Discuss questions with the owner/creator of this Listing.
UPDATE/ADDENDUM HISTORY
All updates/changes are listed below::
16-May-2023 10:32:09 AM CDT
SAM Number required to bid.