Port of Columbia - Security Equipment Attachment: POC Security Equipment Const. Docs 7.2025.pdf 
Louisiana > Bryant Hammett & Associates, LLC
Sealed Bid: 77301105
Listing Information/Advertisement
ADVERTISEMENT FOR BIDS
07/23/2025
     
The Columbia Port Commission (CPC) will receive Sealed Bids marked "Bid" for the construction of the project described as follows:
 
PORT OF COLUMBIA
SECURITY EQUIPMENT
DHS, FY 2022 Port Security Grant Program #EMW-2022-PU-00098
Sealed Bids for the above project will be received by the Columbia Port Commission at the Caldwell Parish Library Meeting Room located at 211 Jackson Street, Columbia La 71418, until 12:00 p.m. Central Time on Thursday, August 21, 2025, at which time and place bids will be publicly opened and read.  Any bids submitted after the above date and time will not be considered.  If mailing your bid, it must be received by the Columbia Port Commission at P.O. Box 367, Columbia, La 71418 before the above time and date.    All bids must be submitted on the proper form.  The contractor must include his contractor's license number on the Bid.  
Complete bidding documents for this project are available in electronic form and can be downloaded from the following designated website: http://www.centralbidding.com, Louisiana Agencies, under Bryant Hammett & Associates, LLC.  Each prospective Bidder must be registered with the Engineer 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 or by contacting the Engineer.  Construction documents can also be obtained from Bryant Hammett & Associates (318-757-6576) in pdf format or via mail.  Printed sets require payment of $200 dollars per set.  Documents can be mailed to bidders for an additional 15.00 per set.  In accordance with R.S. 38:2212(D), deposits on the first set of documents furnished to bona fide prime bidders will be fully refunded upon return of the documents, deposits on any additional sets will be refunded less the actual costs of reproduction.  Refunds will be made upon return of the documents if within ten days after receipt of bids.  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 in accordance with LSA R.S. 38:2212(e).  Neither Owner nor Engineer will be responsible for Bidding Documents, including addenda, if any, obtained from sources other than the Engineer or designated website.  
Bid Proposals will not be accepted through email or the central bidding website.  Bids will be accepted in person, by delivery, or by mail and must be received before the bid opening date and time. 
Contractors are responsible for reproducing and printing the PDF 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 Electrical 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 has opened, 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 Columbia Port Commission (318) 594-2939 seven (7) days in advance of the scheduled bid opening if special accommodation 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.
 On projects involving state or federal funds the award of contract will be contingent upon concurrence by the appropriate funding agencies.
Caldwell Watchman Publication Dates:              
July 23, 2025, July 30, 2025 & August 6, 2025                                                                                          
Columbia Port Commission
P.O. Box 367, Columbia LA 71418   
Greg Richardson, Port Director               

Additional Notes/Requirements
Bid Proposals will not be accepted through email or the central bidding website. Bids will be accepted in person, by delivery, or by mail and must be received before the bid opening date and time.
BID SUBMITTAL INFORMATION
Creator Username: BHA
Bidding Privacy: Bid encryption
Started: 23-Jul-2025 12:00:00 AM CDT
Ends: 21-Aug-2025 12:00:00 PM CDT ( 22d, 17h+ )
History: 422 Views
Event Status: Event open for bids
Actions: Sign-In to Bid
Username:

Password:
Visitors: Visitors/Central Bidding Plan Holders
UPDATE/ADDENDUM HISTORY
All updates/changes are listed below::