Port Site Bulkhead Relocations Phase II-A, Bulkheads 2 Thru 4a (Phase I of SPN 578-23-0018/H.009021)
Louisiana > Port of Iberia
Sealed Bid: 97606618
Listing Information/Advertisement:


Sealed bids for the construction of the following project will be received at www.centralbidding.com or in the office of the Port of Iberia (POI) Board of Commissioners, at the POI Port Administrative Offices 4611 South Lewis Street, New Iberia, Louisiana 70560, until 11:00 a.m. on Wednesay, July 11, 2012, at which time and place bids will be publicly opened and read. No bids will be received after 11:00 a.m.

STATE PROJECT NO: 578-23-0018/H.009021 (321)

STATE PROJECT NAME: Port Improvements
Port Site Bulkhead Relocations Phase II-A
Bulkheads 2 Thru 4a
(Phase I of SPN 578-23-0018/H.009021)

IMPROVEMENTS TO: Port Infrastructure Improvements
Program, Port of Iberia

LOCATED IN: Iberia Parish, Louisiana

CONTRACTING AGENCY: Port of Iberia (POI) Board of Commissioners
4611 South Lewis Street
New Iberia, Louisiana 70562

TYPE OF CONSTRUCTION: Bulkhead Relocation

CONTRACTORS LICENSE: Classification III – Heavy Construction
CATEGORY

ESTIMATED COST: $4,184,224.00

PROPOSAL GUARANTY: 5% of the Amount of Bid
Payable to Port of Iberia (POI) Board of
Commissioners

ENGINEER: Shaw Coastal, Inc.
197 Elysian Drive
Houma, Louisiana 70363
Donald A. Collette III, P.E.,
Phone Number: (985) 868-3434

Bids must be submitted on the forms provided by the Contracting Agency, must be prepared in accordance with Section 2 of the 2009 Edition of the Louisiana Department of Transportation and Development, Office of Public Works and Intermodal Transportation, General Provisions and must include all the information required by the bid form. Bid forms are available from the Engineer and will not be issued later than 24 hours prior to the time set for opening the bids. Each bid shall include a proposal guaranty in an amount not less than amount specified above.

The contract will be awarded to the lowest responsible bidder without discrimination on grounds of race, color, sex or national origin. Disadvantaged businesses will be afforded full opportunity to submit bids.

Plans and specifications may be seen at the Engineer's office. Plans may be obtained from the Engineer upon payment of one hundred and fifty dollars ($150) per set payable to Shaw Coastal. If plans and specifications need to be mailed, an additional twenty-five dollars ($25) per set will be collected, payable to Shaw Coastal for postage. In accordance with R.S. 38:2212 A(1)(e), deposits on the first set of documents furnished 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.

The award of a contract, if awarded, will be made to the lowest qualified bidder whose proposal complies with all requirements prescribed within 45 calendar days after opening proposals. However, when the contract is to be financed by bonds which are required to be sold after receipts of bids, or when the contract is to be financed in whole or part by federal or other funds not available at the time bids are received, the time will not start until receipt of federal and/or state concurrence or concurrence of the other funding source. Award will be within 45 calendar days after the sale of bonds or receipt of concurrence in award from federal and/or state agency or other funding source. The successful bidder will be notified by letter mailed to the address shown in the proposal that the bidder is awarded the contract.

The award of a contract for projects financed either partially or entirely with State bonds will be contingent on approval by the State Bond Commission.

On projects involving federal funds the award of contract will also be contingent upon concurrence by the appropriate federal agency.

On projects involving state funds the award of contract will also be contingent upon concurrence by the appropriate state agency.

The Owner may reject any and all bids for just cause, per RS 38:2214 (B).

A mandatory pre-bid conference will be held on Tuesday, June 5, 2012 at 10: 00 a.m. at the POI Port Administrative Offices, 4611 South Lewis Street in New Iberia, Louisiana.

PUBLIC MESSAGE BOARD
Discuss questions with the owner/creator of this Listing.
UPDATE/ADDENDUM HISTORY
All updates/changes are listed below::
05-Jul-2012 5:59:57 PM CDT
Uploaded Addendum No. 4
02-Jul-2012 10:36:43 AM CDT
Uploaded Addendum No. 3
22-Jun-2012 12:36:26 PM CDT
Revised Date of Sealed Bid Opening and Uploaded Addendum No. 2
08-Jun-2012 2:14:55 PM CDT
Uploaded Addendum No. 1 and Revised Date of Bid Opening
21-May-2012 10:34:06 AM CDT
Uploaded the Final Plans
 
BID HISTORY
Username Bid Amount Type Company name Bid Amount Bid Placed
tamir
For entire project Cajun Industries, LLC =SEALED= 11-Jul-2012 10:57:06 AM CDT
 
Tami Rodney Cajun Constructors (225)247-5605 Port of Iberia Board of Commissioners Administrative Offices 4611 S Lewis St., New Iberia, LA from Cajun Constructors PO Box 104 Baton Rouge, LA 70821 LA Lic # 7740 Proposal for Port Improvements Bulkhead Relocations Phase 2A Bulkheads 2 through 4A SPN578-23-0018/H.009021
Delivery: 0 Days
CoastalBridge
For entire project Coastal Bridge Company =SEALED= 11-Jul-2012 10:50:47 AM CDT
 
POI Board of Commissioners/ POI Port Administrative Offices 4611 South Lewis Street New Iberia, LA 70560 Sealed Bid for: SP#578-23-0018/H.009021 (321) - Port Improvement: Port Site Bulkhead Relocations Phase II-A, Bulkheads 2 - 4a (Phase I of SPN 578-23-0018/H.009021 Bid Date and Time: Wednesday, July 11, 2012, at 11:00am Contractor's License No: 481
Delivery: 0 Days
Bids Added by Agency/Owner
Username Bid Amount Type Company name Bid Amount Bid Placed