Click Here for free registration if you do not have a Central Bidding account.

5000138382 Pritchard Ditch Drainage Improvements Pritchard Rd. (Between Clover Street and Leo Kerner Pkwy) Jefferson Parish Project No. 2019-040-DR
Louisiana > Jefferson Parish Government
Solicitation: 42444886

IMPORTANT ANNOUNCEMENTS

Bid Law Requirement Update: Act 406
Vendors will be required to submit certain documentation with bid submission, i.e. affidavits, proof of insurance, etc. These requirements will be outlined specifically in the instructions of each bid package. Vendors should continue to carefully read and respond accordingly per the requirements of the bid packages. These changes are pursuant Louisiana Public Bid Law more specifically, Act 406 of the 2016 Louisiana Legislative Regular Session. For the purposes of this communication, this change applies to Jefferson Parish Government bid solicitations only. For more information, please call Jefferson Parish Purchasing at 504-364-2678.

Electronic Bond Submission May Be Required
If the bid documents require a surety, vendors submitting responses to Jefferson Parish through this site must submit an electronic bond through the respective online clearinghouse bond management system(s).
BID BOND AGENCIES

Bid Submittal Formats:

While this site accepts various file types, sizes and quantities, the preferred method for delivering all of the appropriate and required bid documents is one single scanned PDF file. Vendors submitting bids with multiple uploaded images/photos of bid responses are solely responsible for clarity. If uploaded images/documents are not legible, the vendors submission will be rejected. Please note all requirements in this SUBMITTAL package for electronic bid submission.

NOTICE:

TO RESPOND TO THIS SOLICITATION, PLEASE PRINT THE ENTIRE BID FORM INCLUDING BID INSTRUCTIONS. COMPLETE THE BID FORM AND ATTACH ANY SPECIFICATIONS OR ADDITIONAL REQUIRED DOCUMENTS. SCAN THE ENTIRE BID RESPONSE AND UPLOAD TO THE ONLINE BIDDING SITE. ENSURE THAT YOU HAVE REVIEWED ALL INSTRUCTIONS THAT APPLY TO THIS BID, AS THE REQUIREMENTS FOR BOND SUBMISSIONS HAVE CHANGED.

Listing Information/Advertisement:



ADVERTISEMENT FOR BIDS
BID NO. 50-00138382
 
 
Sealed Bids will be received electronically through our E-Procurement site at www.jeffparishbids.net until 2:00 p.m., July14, 2022 and publicly opened thereafter.  At no charge, bidders may submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site.
 
Bids will be accepted and received through Central Bidding until 2 p.m. The public bid opening will be held at the West Bank Purchasing Department at 200 Derbigny Street, Suite 4400, Gretna, LA 70053 beginning at 2:30 p.m. on each bid opening date for the following project:
 
Pritchard Ditch Drainage Improvements
Pritchard Rd. (Between Clover Street and Leo Kerner Pkwy)
Jefferson Parish Project No. 2019-040-DR
 
The project consists of drainage improvements at Pritchard Rd. (Between Clover Street and Leo Kerner Pkwy). The work includes installation of concrete drainage box culverts and roadway replacement.
 
Purchases for this project shall be exempt from state sales and use tax according to La. R.S. 47:301(8)(c)(i).  The successful bidder shall be granted the tax-exempt status of Jefferson Parish via Form R-1020, Designation of Construction Contractor as Agent of a Governmental Entity Sales Tax Exemption Certificate.  Form R-1020 is distributed by the Louisiana Department of Revenue.
 
All bids must be in accordance with the contract documents on file with the Jefferson Parish Purchasing Department, Suite 4400, Jefferson Parish General Government Building, at 200 Derbigny Street, Gretna, Louisiana. Late bids will not be accepted.
 
Each Bid must be accompanied by an electronic bid surety bond in the amount equal to five percent (5%) of the total amount bid, and payable without condition to the owner. Vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission.
 
The drawings and specifications are on file and open for inspection in the Jefferson Parish Purchasing Department, Suite 4400, Jefferson Parish General Government Building, at 200 Derbigny Street, Gretna, Louisiana.  A complete set of Contract Documents may be secured from Infinity Engineering Consultants, LLC 4001 Division Street, Metairie, La. 70002 Phone:(504-304-0548 or fax 504-355-0265) by licensed contractors upon receipt of $150.00 per set. Deposit on the first set of documents furnished bona fide prime bidders will be fully refunded upon return of documents in good condition no later than ten (10) days after receipts of bids.
 
The successful bidder will be required to furnish a performance bond guaranteeing faithful performance of the contract. Companies providing the bonds shall comply with the requirements of LA-R.S. 38:2218 and R.S. 38:2219 as applicable.
 
The Jefferson Parish Council reserves the right to reject all bids and to reject bids for just cause, pursuant to the law. Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs.
 
 
All prospective bidders are invited to attend the non-mandatory pre-bid conference which will be held at 10:00 AM on June 24, 2022 at General Government Building 200 Derbigny St., Suite 4400, Gretna La. 70053 However, failure to attend the pre-bid conference shall not relieve the bidder of responsibility for information discussed at the conference.  Furthermore, failure to attend the pre-bid conference and inspection does not relieve the successful bidder from the necessity of furnishing materials or performing any work that may be required to complete the work in accordance with the specification with no additional cost to the owner.     
 
                                   

Renny Simno
Director
Purchasing Department
 
Misty A. Camardelle
Assistant Director
Purchasing Department

 
ADV: The New Orleans Advocate: June 8, 15 and 22, 2022.
 
For additional information, please visit the Purchasing Webpage at http://purchasing.jeffparish.net or you may call 504-364-2678. 

SUBMITTAL INFORMATION
Creator Username: DREAMEY
Submittal Privacy: Response Encryption
Started: 08-Jun-2022 8:52:00 AM CDT
Ends: 14-Jul-2022 2:00:00 PM CDT ( Expired )
History: 1116 Views, 12 Messages
Event Status: Archived event
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.
LMBSERVICES on 23-Jun-2022 10:50:08 PM CDT
Attention: Infinity Engineering Consultants, LLC Subject: Pritchard Ditch Drainage Improvements – Pritchard Rd. (Between Clover St and Leo Kerner Pkwy.) BID #50-00138382 – BID DATE: 14-JUL-2022 AT 2:00 PM. LMB PRE-BID RFI-001 Attention Project Engineer: LMB Services, LLC is submitting the following questions for an official response that shall clarify and/or modify the bid specifications, drawings, and all related contract documents for the subject project. This information will be used for bidders to base their bids on. 1. What is the Engineer’s estimated dollar amount of the project? 2. Will Owner’s Protective Liability Insurance and/or Builder’s Risk Insurance be required for this project, and if so, what will be the minimum limits of coverage? 3. Please clarify exactly what type of bid submissions will be acceptable in order for bids to be considered responsible and responsive. i.e. paper, electronic, or both. 4. Work Schedules and Inspection Fees – A.) Will the Contractor be allowed to work extended work schedules such as 7 days per week/12 hours per day? B.) If the Contractor elects to work more than 40 hours per week, weekends and/or holidays, will there be any inspection fees charged to the Contractor by the Engineer or Parish? If so, please provide parameters and rates. 5. Jobsite Offices and Staging Area - A.) Will the Contractor be required to provide a jobsite office for its supervisory staff? B.) Will the Contractor be required to provide a jobsite office for the Engineer’s Inspector and/or Parish? If so, please provide office specifications. C.) If the Contractor choses to mobilize a jobsite office, where can it be placed at? D.) Where will the Contractor be allowed to stage its materials, fuel storage, and equipment when not in use? 6. Is there any required work sequence that the Owner or Engineer wants the work performed in? If so, please explain. 7. Traffic Control – A.) Will the Contractor be required to submit a MUTCD Compliant Traffic Plan for Owner and/or Engineer approval? B.) If a Traffic Plan is required, does the Plan need to be designed and stamped by a licensed professional Engineer? If so, does the Engineer need to be a “Traffic” Engineer, or will a Civil Engineer be acceptable? C.) Will the Contractor be required to provide a certified DOTD Traffic Control Supervisor (TCS) on the job, as required by LADOTD guidelines, AND to submit the Daily Reports to the Engineer as called for in the last paragraph of Specification Section SP.08 TRAFFIC MAINTENANCE, CONSTRUCTION SIGNING, TEMPORARY SIGNS AND BARRICADES, AND PUBLIC SAFETY? 8. Sheeting, Shoring and Bracing – A.) On sheet number G2.00 of the project drawings, Note 1 reads: “SHEETING, SHORING AND BRACING SHALL BE DESIGNED, INSTALLED AND MAINTAINED BY CONTRACTOR. SUBMIT CALCULATIONS AND DESIGN TO ENGINEER, AT CONTRACTOR’S OPTION. SHEETING MAY REMAIN, AT NO ADDITIONAL COST TO THE OWNER.” i.) Please check the punctuation is this paragraph. Specifically, the comma and period where it reads: “DESIGN TO ENGINEER, AT CONTRACTOR’S OPTION. SHEETING”. It seems that the comma and period should be reversed. This could completely change the intent, context and requirements of the paragraph. B.) On the Louisiana Uniform Public Work Bid Form – Unit Price Form, REF NO. 802-03 entitled: “STEEL SHEET PILE WALL” has a quantity of 12,640 SF shown. This item seems to conflict with the language in Note 1 on sheet G2.00. i.) Will the Contractor be required to use “STEEL” Sheet Pile? Or will a system designed, installed and maintained by the Contractor using wood, vinyl and/or a rental shoring system be acceptable, as long as the design criteria and calculations can support the canal banks from failing? ii.) If the Contractor uses temporary steel, wood, vinyl and/or a rental shoring system in lieu of a permanent ‘left in place” Steel Sheet Pile Wall, will the Contractor be paid for this work under REF NO. 802-03? If not, under what item will the Contractor be paid for this work? 9. On sheet number G2.00 of the project drawings, the TYPICAL BOX CULVERT SECTION, indicates a thickness of 1’-0” for the concrete top, bottom and side walls of the culvert. i.) Will a lesser thickness be allowed, provided that the Contractor and/or Manufacturer can provide a design that meets the engineering requirements. If this may be an option, please notify all Bidders and Suppliers as soon as possible prior to the scheduled bid date, so incoming culvert quotes will reflect the obvious cost savings to the Owner. 10. On the Louisiana Uniform Public Work Bid Form – Unit Price Form, REF NO. 402-01 entitled: “MAINLINE TRAFFIC MAINTENANCE SURFACING (AGGREGATE)” shows a quantity of 40 CY. Will this item be paid for by Vehicular CY Measurement? 11. Earthen Dams – i.) On the Louisiana Uniform Public Work Bid Form – Unit Price Form, REF NO. S-004-A entitled: “INITIAL INSTALLATION & FINAL REMOVAL OF DAMS” shows a quantity of 1 LS. a.) Is there any specific type of soil that will be required to construct the dams out of? If so, please specify material type and/or classification. b.) Are there any minimum, or maximum, elevations, toe-to-toe widths, crown widths, or slopes that dams must be constructed to? If so, please explain and/or provide details. ii.) On the Louisiana Uniform Public Work Bid Form – Unit Price Form, REF NO. S-004-B entitled: “DAM REMOVAL & REPLACEMENT” shows a quantity of 5 EA. a.) When will this item be counted for payment to the Contractor? i.e. when Contractor deems removal and replacement necessary? Only if, and/or when, Contractor is ordered by the Owner and/or Engineer to remove and replace the dams? b.) In the event that the quantity of 5 dams be exceeded, will approval to construct additional dams require an approved Change Order to insure that the Contractor is paid for this additional work? c.) When counting the number of dams being removed and replaced for payment under the Unit Price Per Each as bid, will the upstream and downstream dams be counted individually, or as one dam? 12. On the Louisiana Uniform Public Work Bid Form – Unit Price Form, REF NO. S-008 and REF NO. S-009 in connection with “EXPLORATORY EXCAVATION”, when, where, and or under what circumstances, does the Owner and/or Engineer expect to use these items? 13. In consideration that this project will take place during the height of Atlantic Hurricane Season, and the site is located in a low-lying, flood prone area, that Contractor may have to demobilize its equipment due to an incoming storm, Will the Owner and/or Engineer please consider adding an “If Needed” Demobilization/Remobilization Bid Item to cover the costs of these unquantifiable events? 14. Will the Contractor, or the Owner, be responsible to pay for any testing costs? 15. Is there any indication, information, and/or belief, on the part of the Owner and/or Engineer, that any of the existing materials on this project, including but not limited to, water, soils, existing pipe, that will be handled by the Contractor and/or its Employees, may be classified as hazardous, infectious, industrial, contaminated, radioactive, or any other type of controlled and/or regulated substance? If so, please explain and provide a copy of any supporting information to all Bidders. THIS CONCLUDES PRE-BID RFI-001
DREAMEY on 24-Jun-2022 1:37:09 PM CDT
Questions will be answered by Addenda.
LMBSERVICES on 25-Jun-2022 2:46:41 PM CDT
Saturday, 25-Jun-2022 Submitted By: Louis M. Badalamenti, Manager of LMB Services, LLC Attention: Infinity Engineering Consultants, LLC AND Jefferson Parish Purchasing Department Subject: Pritchard Ditch Drainage Improvements – Pritchard Rd. (Between Clover St and Leo Kerner Pkwy.) BID #50-00138382 – BID DATE: 14-JUL-2022 AT 2:00 PM. LMB PRE-BID RFI-002 Attention Project Engineer: LMB Services, LLC is submitting the following questions for an official response that shall clarify and/or modify the bid specifications, drawings, and all related contract documents for the subject project. This information will be used for bidders to base their bids on. 1. Upon examination of the bid specifications, we find a conflict regarding Contract Time. Article 4, 4.01 A states 180 days, and SP. 44 states 90 days. (See copy shown below) A.) Please confirm the amount of Consecutive Calendar Days the Contractor will have to complete the project. B.) Please clarify as to how Contract Time will be adjusted for weather impacted delay days. C.) Based on our calculations, considering the time it will take for submittal preparation, particularly with respect to shop drawings for the new concrete box culverts, and design of steel sheet pile wall, we are requesting that the Owner and/or Engineer consider allowing a total of 150 consecutive calendar days, plus allowance for weather impacted delay days. This concludes RFI-002
LMBSERVICES on 25-Jun-2022 2:48:54 PM CDT
Saturday, 25-Jun-2022 Submitted By: Louis M. Badalamenti, Manager of LMB Services, LLC Attention: Infinity Engineering Consultants, LLC AND Jefferson Parish Purchasing Department Subject: Pritchard Ditch Drainage Improvements – Pritchard Rd. (Between Clover St and Leo Kerner Pkwy.) BID #50-00138382 – BID DATE: 14-JUL-2022 AT 2:00 PM. 1..) Please provide a copy of the Meeting Minutes from the Pre-Bid Conference held on Friday, 24-Jun-2022.
DREAMEY on 27-Jun-2022 9:41:51 AM CDT
All questions will be answered by Addenda.
DREAMEY on 27-Jun-2022 9:42:34 AM CDT
All questions will be answered by Addenda.
LMBSERVICES on 27-Jun-2022 5:03:28 PM CDT
SENT VIA EMAIL TO: [email protected] AND [email protected] Monday, 27-Jun-2022 Submitted By: Louis M. Badalamenti, Manager of LMB Services, LLC Attention: Infinity Engineering Consultants, LLC AND Jefferson Parish Purchasing Department Subject: Pritchard Ditch Drainage Improvements – Pritchard Rd. (Between Clover St and Leo Kerner Pkwy.) BID #50-00138382 – BID DATE: 14-JUL-2022 AT 2:00 PM. LMB PRE-BID RFI-003 Attention Project Engineer: LMB Services, LLC is submitting the following questions for an official response that shall clarify and/or modify the bid specifications, drawings, and all related contract documents for the subject project. This information will be used for bidders to base their bids on. 1. Upon examination of the bid specifications, we find a conflict regarding Concrete Street Paving. A.) On the Louisiana Uniform Public Work Bid Form – Unit Price Form, REF NO. 601-01 entitled: “PORTLAND CEMENT CONCRETE PAVEMENT (9” THICK) (HIGH EARLY STRENGTH) clearly indicates a pavement thickness of 9 inches. (See copy shown below) B.) On the Jefferson Parish Typical Detail Sheet 2 of 2, found toward the rear of the drawings, the detail for Typical Section of 26’ Roadway, indicates a pavement thickness of 7 inches. Please clarify and/or specify the required thickness for the new PORTLAND CEMENT CONCRETE PAVEMENT (9” THICK) (HIGH EARLY STRENGTH) for street paving replacement. 2. The detail for Typical Section of 26’ Roadway has a NOTE that reads: “THICKNESS OF GRANULAR BASE COURSE SHALL BE RECOMMENDED BY A SOIL ENGINEER OR BASED ON JEFFERSON PARISH SOIL MAP”. Please clarify and/or specify the required soli classification/soil type, and thickness for the new base material to be installed beneath new PORTLAND CEMENT CONCRETE PAVEMENT for street paving replacement. 3. Can the Contractor reuse the existing base material beneath Pritchard Road for base material under the new concrete street paving? 4. On the last page of the Project Drawings, there is a drawing labeled C-1 and it is the existing site plan of the Lift Station. Please confirm that there is no work to be performed under this contract within the limits of the lift station property as shown on Sheet C-1. If there is any work contemplated to be performed under this contract within the limits of the lift station, please identify this work. THIS CONCLUDES PRE-BID RFI-003
DREAMEY on 28-Jun-2022 10:54:33 AM CDT
This will be answered by Addenda.
LMBSERVICES on 28-Jun-2022 11:41:19 PM CDT
SENT VIA EMAIL TO: [email protected] AND [email protected] Tuesday, 28-Jun-2022 Submitted By: Louis M. Badalamenti, Manager of LMB Services, LLC Attention: Infinity Engineering Consultants, LLC AND Jefferson Parish Purchasing Department Subject: Pritchard Ditch Drainage Improvements – Pritchard Rd. (Between Clover St and Leo Kerner Pkwy.) BID #50-00138382 – BID DATE: 14-JUL-2022 AT 2:00 PM. LMB PRE-BID RFI-004 Attention Project Engineer: LMB Services, LLC is submitting the following questions for an official response that shall clarify and/or modify the bid specifications, drawings, and all related contract documents for the subject project. This information will be used for bidders to base their bids on. 1. Upon examination of the bid specifications, we find what appears to be an error on the Unit Price Bid Form. A.) On the Louisiana Uniform Public Work Bid Form – Unit Price Form, REF NO. 723-01 entitled: “GRANULAR MATERIAL FOR BACKFILL (NET SECTION)” indicates a BID QUANTITY OF 120. However, the UNIT OF MEASURE is a Lump Sum item shown as “LS”. (See copy shown below). Please indicate exactly how this item of work will be measured and paid for. Based on the assumption that some of the existing Granular Material may be able to be reused, and/or that the thickness of the Granular Base may have to be adjusted as a result of existing subsurface soil conditions, we request that the Owner and/or Engineer consider Measurement and Payment for this item be based on Vehicuar Measure Per Cubic Yard, in accordance with the latest version of the LADOTD Standard Specifications for Roads and Bridges. 2. Upon examination of the project drawings, we have questions with respect to project Baseline Station Numbers, and/or the Limits of Work under this contract. A.) From Project B/L Sta. No. 100+00 to 106+50, is there any work contemplated to be performed under the scope of the contract? If so, please identify. B.) Several work items are either at No Direct Pay, or a Lump Sum Item. i.) For the sake of accuracy in bidder’s calculations, can you please provide exact B/L Station Numbers for start and end points of the New Box Culvert, the existing RCPA to be removed, and the Concrete Street Removal and Replacement. ii.) For informational, and comparison purposes, can you please share the Engineer’s cubic yard quantities of existing material to be excavated from the canal bottom in accorance with the cross sections provided? iii.) For informational, and comparison purposes, can you please share the Engineer’s cubic yard quantities of Granular Material needed to backfill around the new box culvert in accorance with the typical box culvert section provided? THIS CONCLUDES PRE-BID RFI-004
command on 29-Jun-2022 9:35:56 AM CDT
Attention Infinity Engineering Consultants, LLC Subject: Pritchard Ditch Drainage Improvements Please see below RFI’S for the above referenced project. 1. Would an 18’ X 22’ trench box be allowed as a shoring method, in lieu of a steel sheet pile wall? 2. Can the (2) ea. precast 4’X12’ headwalls be cast-in-place? 3. Item 723-01 reads 120 LS for granular material (net section). Should this be 120 CY?
LMBSERVICES on 28-Jul-2022 2:01:54 PM CDT
When will the Official Bid Results be made available?
command on 29-Jul-2022 9:08:22 AM CDT
When will the bid tabs be released on this project, that bid on 7/14/22? They are currently not viewable as of 7/29/22 @ 9:07 A.M.
UPDATE/ADDENDUM HISTORY
All updates/changes are listed below::
08-Jul-2022 3:41:29 PM CDT
ATTACHED ADDENDUM #2 TO ANSWER VENDOR QUESTIONS AND UPDATE BID FORM.
06-Jul-2022 2:48:20 PM CDT
ATTACHED ADDENDUM #1 TO ANSWER VENDOR QUESTIONS & UPDATE BID FORM.
 
BID HISTORY
Username Bid Amount Type Company name Bid Amount Bid Placed
cycle
For entire project Cycle Construction Co., LLC =SEALED= 13-Jul-2022 5:03:07 PM CDT
 
BID ENCLOSED

SUBMITTED TO: Jefferson Parish Department of Purchasing, 200 Derbigny St., Suite 4400, General Government Building, Gretna, LA 70053

SUBMITTED BY: Cycle Construction Company, LLC, 6 E 3rd Street, Kenner, LA 70062-7025, LA Cont. Lic. #36961, (504) 467-1444

BID FOR CONTRACT: Pritchard Ditch Drainage Improvements, Jefferson Parish Project No. 2019-040-DR, Bid Number 50-00138382

BID DATE & TIME: July 14, 2022, 2:00 PM
Delivery: 0 Days
DixieCentralBidding
For entire project Hendrick Construction Inc =SEALED= 14-Jul-2022 9:17:36 AM CDT
 

BID NO. 50-00138382
Pritchard Ditch Drainage Improvement                                                                               
Jefferson Parish                                                                               
West Bank Purchasing Department                                                                                 
200 Derbigny Street, Suite 4400                                                                                   
Gretna, LA 70053                 

Hendrick Construction Inc
4980 Bluebonnet Blvd. Suite A
Baton Rouge, LA  70809
Delivery: 0 Days
Attachments
Bid Package.pdf
BohBrosBB
For entire project Boh Bros. Construction Co., L.L.C. =SEALED= 14-Jul-2022 9:32:35 AM CDT
 
BOH BROS. CONSTRUCTION CO., L.L.C.
P.O. DRAWER 53266
NEW ORLEANS, LA 70153
LA LICENSE NO. 2179
 
 
 
 
 
 
Jefferson Parish
ATTN: Purchasing Department
200 Derbigny Street, Suite 4400
Gretna, Louisiana 70053
 
 
 
 
 
CONFIDENTIAL SEALED BID ENCLOSED
PRITCHARD DITCH DRAINAGE IMPROVEMENTS
(CLOVER ST. TO LEO KERNER PKWY.)
JP PROJ. NO. 2019-040-DR
JP BID NO. 50-00138382
 
DO NOT OPEN UNTIL:
THURSDAY, JULY 14, 2022
2:00 pm
Delivery: 0 Days
LMBSERVICES
For entire project LMB SERVICES LLC =SEALED= 14-Jul-2022 10:41:58 AM CDT
 
LMB SERVICES, LLC             LOUISIANA STATE CONTRACTORS' LICENSE #70108
133 JARRELL DRIVE
SUITE C
BELLE CHASSE, LA 70037
TEL. 504-920-1012
EMAIL: [email protected]

SEALED BID SUBMITTED TO:
JEFFERSON PARISH GOVERNMENT
WEST BANK PURCHASING DEPARTMENT
200 DERBIGNY STREET
SUITE 4400
GRETNA, LA 70053

BID FOR:
Jefferson Parish Bid #5000138382
PRITCHARD DITCH DRAINAGE IMPROVEMENTS
Prtichard Rd. (Between Clover Street and Leo Kerner Pkwy)
Jefferson Parish, Louisiana
Public Works Project #2019-040-DR


To be publicly opened and read aloud at 2:30 PM on Thursday, 14-Jul-2022 at West Bank Purchasing Department, 200 Derbigny Street, Suite 4400, Gretna, LA 70053.
Delivery: 0 Days
HardRockConstruction
For entire project Hard Rock Construction, LLC =SEALED= 14-Jul-2022 12:29:36 PM CDT
 
From:
Hard Rock Construction, L.L.C.
1255 Peters Rd. 
Harvey, LA 70058
Louisiana Contractors License No. 24901

To:
Jefferson Parish Purchasing Dept.
200 Derbigny Street, Suite 4400
Gretna, LA 70053

Bid Enclosed: Pritchard Ditch Drainage
Improvements (Clover to Leo Kerner Pkwy)
Bid Proposal No. 50-00138382
Public Works Project No. 2019-040-DR
Delivery: 0 Days
BKC
For entire project B&K Construction Company, LLC =SEALED= 14-Jul-2022 12:47:33 PM CDT
 
B&K Construction Co., LLC
1905 HWY 59
Mandeville, La 70448
Louisiana License # 12069
 
Jefferson Parish Purchasing Department
200 Derbigny Street, Suite 4400
Gretna, Louisiana 70053
Pritchard Ditch Drainage Improvements
(Clover St. To Leo Kerner Pkwy.)
Jefferson Parish Project No. 2019-040-DR
Bid No. 50-00138382
Delivery: 0 Days
command
For entire project Command Construction, LLC =SEALED= 14-Jul-2022 1:12:57 PM CDT
 
BID ENCLOSED:
 
PROJECT NAME: Pritchard Ditch Drainage Improvements
Pritchard Rd. (Between Clover Street and Leo Kerner Pkwy)
Jefferson Parish Project No. 2019-040-DR
Bid Proposal No. 50-00138382
 
FROM:       Louisiana Contractor’s License Number:  40038
Bidder’s Name: Command Construction, LLC
Address: 68445 James Street, Mandeville, LA 70471
License # 40038
 
TO:             Jefferson Parish
                   Attn: Purchasing Department
                   200 Derbigny St., Suite 4400
                   Gretna, Louisiana 70053
 
 
BID FOR:   Pritchard Ditch Drainage Improvements
                   Pritchard Rd. (Between Clover Street and Leo Kerner Pkwy)
                   Jefferson Parish Project No. 2019-040-DR
                   Bid Proposal No. 50-00138382
 
 
BID OPENING DATE:           July 14, 2022, at 2:00 P.M.   
Delivery: 0 Days
SWCLLC
For entire project Shavers-Whittle Construction, LLC =SEALED= 14-Jul-2022 1:40:53 PM CDT
 
From:  Shavers-Whittle Construction, LLC
            P.O. Box 1448
            Mandeville, LA 70470-1448
LA CONTRACTORS LICENSE NO. 36827


To:     Jefferson Parish Purchasing Department
          Jefferson Parish General Government Building
          Suite 4400
          Gretna, LA 70053
 

SEALED BID
Bid Proposal No. 50-00138382
PRITCHARD DITCH DRAINAGE IMPROVEMENTS
(CLOVER ST. TO LEO KERNER PKWY.)
Jefferson Parish, LA
Bids Due 07-14-21 @ 2:00 PM CDT
Delivery: 0 Days
kortsconstruction
For entire project Kort's Construction Services, Inc. =SEALED= 14-Jul-2022 1:43:50 PM CDT
 
BIDDER:
Kort's Construction Services, Inc.
2182 Manton Drive
Covington, LA 70433
985-898-0932

LOUISIANA CONTRACTOR'S LICENSE NO. 49356

SEALED BID:
Pritchard Ditch Drainage Improvements
Pritchard Rd. (Between Clover Street and Leo Kerner Pkwy)
Jefferson Parish Project No. 2019-040-DR
Bid Proposal No. 50-00138382

OWNER:
Jefferson Parish Government
Purchasing Department
200 Derbigny Street
Gretna, LA 70053

BID DUE DATE & TIME:
Thursday, July 14, 2022, at 2:00 P.M.

Two Addenda have been received.
Delivery: 0 Days
Bucktowninc
For entire project Buck Town Contractors & Co. =SEALED= 14-Jul-2022 1:53:39 PM CDT
 
Buck Town Contractors & Co. 
1005 Veterans Memorial Blvd. Suite 205 
Kenner, Louisiana 70062

Jefferson Parish 
Purchasing Department 
200 Derbigny Street, Suite 4400
Gretna, Louisiana 70053

Pritchard Ditch Drainage Improvements
(Clover St. to Leo Kerner PKWY.)
P.W. Project No. 2019-040-DR
JP Bid No. 50-00138382

Acknowledge Addendums No. 1 (07-06-2022 ) and Addendum No. 2 (07-08-2022)
Delivery: 0 Days
Bids Added by Agency/Owner
Username Bid Amount Type Company name Bid Amount Bid Placed