Brushy Bayou Drainage Structure & Luke Martin Road Bridge
Louisiana > Concordia Parish Police Jury
Sealed Bid: 67237719
Listing Information/Advertisement:


ADVERTISEMENT FOR BIDS
09/27/2023
     
The Concordia Parish Police Jury (CPPJ) will receive Sealed Bids marked "Bid" for the construction of the project described as follows:
 
CONCORDIA PARISH POLICE JURY (CPPJ)
BRUSHY BAYOU DRAINAGE STRUCTURE
& LUKE MARTIN ROAD BRIDGE
HMGP DR-1603-0427-LA
 
Notice is hereby given that bids (via mail or delivery) will be received by the Concordia Parish Police Jury (CPPJ) (Owner), located at 4001 Carter Street, Room 1, Vidalia, LA 71373 no later than 10:30 a.m. on Monday, October 23, 2023, at which time bids will be publicly opened and read aloud. All bids must be submitted on the proper form.  The contractor must include his contractor's license number on the Bid.  Any bids submitted after 10:30 a.m., Local Time, on Monday, October 23, 2023 will not be considered.    
Implementation of the proposed project will allow drainage from Brushy Bayou to be discharged into the Tensas River via a gated box culvert with a weir structure designed to prevent flow of high water from the Tensas River into Brushy Bayou. The proposed project includes two (2) sites along Brushy Bayou off U.S. Hwy. 84 in the vicinity of the Frogmore community. The construction of the drainage structure will be at the intersection of Brushy Bayou and the Tensas River Levee. Other activities include the construction of a temporary cofferdam, temporary earthen barrier dam, improvements to an access road, and the use of material from a borrow area. In addition, undersized culverts under Luke Martin Rd will be replaced with a new bridge and the roadway at the intersection of Luke Martin Rd and Brushy Bayou will be realigned.
Prospective bidders are encouraged to attend a pre-bid conference on Thursday, October 12, 2023 at 10:00 a.m. (local time) located at the Concordia Parish Police Jury Meeting Room, 4001 Carter Street, Vidalia, LA 71373.
 
Complete bidding documents for this project are available in electronic form and can be downloaded from the following designated website: http://www.centralbidding.com.  Prospective Bidders are urged to register with http://www.centralbidding.com website as a plan holder, even if Bidding Documents are obtained from a plan room or source other than the designated website in either electronic or paper format.  The designated website will be updated periodically with addenda, lists of registered plan holders, reports, and other information relevant to submit a bid for the Project.  All official notifications, addenda, and other Bidding Documents will be offered only through the designated website.  Prospective Bidders are solely responsible for obtaining the most up-to-date bidding Documents from the designated website.  Construction documents can be obtained from Bryant Hammett & Associates (318-757-6576) upon payment of $200 dollars per set.  Documents can be mailed to bidders for an additional 15.00 per set.  Refunds will be given on the first set of documents furnished to bona fide prime bidders upon return of the clean, unmarked documents no later than ten days after receipt of bids.  Neither Owner nor Engineer will be responsible for Bidding Documents, including addenda, if any, obtained from sources other than the designated website. 
 
Contractors are responsible for reproduction/printing of Bidding Documents.  Contractors desiring to bid shall provide evidence that they hold a State License of proper classification and in full force and effect.  For contractor information, this project is classified as Highway Street & Bridge construction.
 
 
 
In accordance with RS 38:2212 G(2) plans and specifications shall be available to bidders until twenty-four hours before bid opening date.
 
The Corporate Resolution must be signed and sealed. The Owner cannot waive any informalities on the bid form.  The Owner reserves the right to reject any and all bids for just cause; such actions will be in accordance with title 38 of the Louisiana Revised Statutes.
 
All bidders must have an active Unique Entity ID Number (UEI), as verified on www.sam.gov, prior to the beginning of construction. The prime contractor is responsible for all Subcontractor’s.  All subcontractor’s must also have a current Unique Entity ID Number (UEI), as verified on www.sam.gov,  to be eligible to work on federally funded projects.
 
Each bidder must deposit with his/her bid, security in the amount, form, and subject to the conditions provided in the Instructions to Bidders.  Bid bonds shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A-rating in the latest printing of the A.M. Best’s Key Rating Guide to write individual bonds up to ten percent of policyholders’ surplus as shown in the A.M. Best’s Key rating Guide or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana Residents. 
       
The contractor may withdraw a bid by affidavit within 48 hours of the bid opening in accordance with LA R.S.  38§2214.C;  for patently  obvious,  unintentional  and  substantial  mechanical,  clerical  or  mathematical errors.  The Bids will remain subject to acceptance for forty-five (45) days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of Owner.
 
Any interpretation of the bid documents shall be in writing addressed to Bryant Hammett & Associates, L.L.C. at 6885 Hwy. 84 West, Ferriday, LA  71334 or emailed to [email protected] and to be given consideration must be received at least ten days prior to the date fixed for the opening of bids.   No communication after this date.
 
The Contractor shall begin mobilization and procurement of materials within ten (10) working days of the receipt of the Notice to Proceed.
                       
The successful bidder will be required to execute the Owner's Standard Form of Agreement/Contract for construction together with the Performance and Payment Bonds within ten (10) working days after issuance of the Notice of Award.  Sureties used for obtaining bonds must appear as acceptable on the U.S. Department of Treasury Circular 570.  
 
The successful bidder shall comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor.
Please notify the Concordia Parish Police Jury (318) 336-7151 seven (7) days in advance of the scheduled bid opening if special accommodations specified under ADA are required.
 
The Owner hereby notifies all offerors that in regard to any contract entered into pursuant to this advertisement, that Minority Business Enterprises will be afforded equal opportunity to submit offers in response to this invitation and will not be discriminated against on the grounds of race, color, sex, national origin or disability in consideration for an award.
        
Concordia Sentinel Publication Dates:                                                                               Concordia Parish Police Jury (CPPJ)
 September 27, 2023; October 04, 2023; October 11, 2023                                                                     Collin Edwards, President             

UPDATE/ADDENDUM HISTORY
All updates/changes are listed below::
23-Oct-2023 7:31:59 AM CDT
Addendum No. 2 has been added.
17-Oct-2023 3:49:59 PM CDT
Addendum No. 1 Added with Attachment