CDFA 14.228 / GRANT B-16-DP-22-0001 - ABBEVILLE AREA VERMILION RIVER BRIDGE DEBRIS BARRIER SYSTEMS FOR THE VERMILION PARISH POLICE JURY
Louisiana > Vermilion Parish Police Jury
Sealed Bid: 16336938
Listing Information/Advertisement:


S/A 9256-09                                                                                                   ADVERTISEMENT FOR BIDS                                                                                                        Page 1 of 2
 
Notice is hereby given that sealed bids will be received at the Vermilion Parish Police Jury, 100 North State Street, Suite 200, Abbeville, LA 70510 and electronically at http://www.centralbidding.com and until 11:00 a.m., Thursday, August 15, 2024, for:
 
CDFA 14.228 / Grant B-16-DP-22-0001ABBEVILLE AREA
VERMILION RIVER BRIDGE DEBRIS BARRIER SYSTEMS
FOR THE
VERMILION PARISH POLICE JURY
 
and the bids will be opened and read aloud at that time. Bids received after the specified time will not be considered.
 
Base Bid: The Work Shall Consist of Constructing a Floating Debris Barrier System at LA-14 Bypass, at LA-14, and at LA-82 with HSS Pile Supports at Each Location, and Associated Work. Add Alternate No. 1: The Work Shall Consist of Dredging and Disposal of Material at LA-14 Bypass Along with Associated Work.
 
No Pre-Bid Conference will be held on this project.
 
Only the bids of contractors licensed under Louisiana Contractor’s Licensing Law will be considered for bids exceeding $50,000.00. Should the bid exceed $50,000.00, Contractors desiring to bid shall submit evidence that they hold license of proper classification under the following classifications: “Heavy Construction” in full force and effect at the time Bidding Documents are requested from the office of the Engineers (LA R.S. §37:2163).
 
  A.   Obtaining Bid Documents:
 
  1.   Contractors may obtain an electronic or paper set of “Bidding Documents” from the Design Engineer listed below at the following location and during the specified hours:
 
        Sellers & Associates, Inc., 148-B Easy Street, Lafayette, LA 70506-3095
        For Plans and Specifications Contact: [email protected]
        The Design Engineer can be Contacted at [email protected]
        Telephone: 337.232.0777 / Fax: 337.232.0851
        Office Hours are Monday - Thursday: 7:30 a.m. to 12:00 Noon and 1:00 p.m. to 5:30 p.m. / Friday: 8:00 a.m. to 12:00 Noon.
 
A $106.80 Deposit on the first set of paper documents furnished to all who request bidding documents shall be fully refunded upon return of the documents no later than 10-days after receipt of bids. On other sets of documents furnished, the deposit ($106.80) less the actual cost of reproduction ($101.80), shall be refunded upon return of the documents no later than 10-days after receipt of bids.
 
  2.   Complete Bid Documents for this project are also available in electronic form and may be obtained without charge and without deposit from Sellers & Associates, Inc. Plan                    holders are responsible for their own reproduction costs.

  3.   Contractors may also view and download the “Bidding Documents” with the Owner’s electronic bid submittal service:
 
        https://www.centralbidding.com
        Prospective Bidder may register on-line in order to establish an account. For assistance on how to register on-line or if encountering problems with the web site, contact Central            Bidding at https://www.centralbidding.com. Bidding Documents are available 7-days a week / 24-hours a day by electronic means. Bidders may submit their bid electronically at            http://www.centralbidding.com.
 
  4.   The Bidding Documents shall be available until 24-hours before the bid opening date.
 
  B.   CDBG Requirements:
 
  1.   This project is receiving a construction grant under the Louisiana Watershed Initiative Program, Community Development Block Grant (CDBG) Program.
 
  2.   The Attention of Bidders is called particularly to the requirements for conditions of employment to be observed and minimum wage rates to be paid under the Contract (Davis-                Bacon Act), Section 3 (Low Income Resident Participation) of the Housing and Urban Development Act of 1968, Section 109 Non-Discrimination) of the Housing and Community          Development Act of 1974, Section 503 (Non-Discrimination Against Employees with Disabilities), and Section 504 (Non-Discrimination Against Individuals with Disabilities) of the            Rehabilitation Act of 1973, Segregated Facilities, Executive Order 11246, and all applicable laws and regulations of the Federal government and State of Louisiana and bonding            and insurance requirements.
 
  3.   All contractors and subcontractors will be required to comply with the Title VI of the Civil Rights Act of 1964, the Davis?Bacon Act pertaining to the minimum wage rates, the Anti-            Kickback Act, the Contract Work Hours Standards Act, the Local Public Works Payroll Evaluation Program, and take all necessary affirmative steps to assure that minority firms,            women’s business enterprises, and labor surplus area firms are used when possible.
 
  4.   The prime contractor and all subcontractors are required to have an active SAM Unique Entity ID (UEI) number prior to award of contract.
 
  5.   All contractors and sub-contractors will be required to certify that they do not and will not maintain or provide for their employees any facilities that are segregated on a basis of              race, color, creed, or national origin.
 
  6.   Minority, female-owned, and Section 3 firms are encouraged to submit bids.
 
  7.   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.
 
  8.   No bidder may withdraw his bid for at least 45-days after the actual date of the opening thereof.
 
  9.   Any person with disabilities requiring special accommodations must contact the Owner no later than 7-days prior to bid opening.

10.   The Contractor shall obtain, maintain during the life of the project and provide to the Owner copies of the following bonds and policies which shall be obtained from surety                      companies which appear on the U.S. Treasury Circular 570, licensed to do business in the State of Louisiana, in the amounts and for the purpose stated and subject to the                    Owner’s approval.
 
        a.       Bid Bond: A “Bid Guarantee” equivalent to 5% of the bid price (includes base bid plus any add alternates) consisting of a firm commitment, such as a bid bond, certified                          check, cashier’s check, money order, or other negotiable instrument, shall accompany each bid as assurance that the bidder will, upon acceptance of his bid, execute such                    contractual documents as may be required and within the time specified.
 
        b.       Performance Bond: A performance bond of not less than 100% of the contract price shall be executed to assure the Contractor’s faithful performance of the contract.
 
        c.       Payment Bond: a payment bond of not less than 100% of the contract price shall be executed to assure payment as required by law of all persons supplying labor and                            material in the performance of the work provided by the contract.
 
The provisions and requirements of this section and those stated in the bidding documents shall not be waived by any entity.
 
By order of the Members of the Police Jury.
 
ATTEST:  s/Mark Poché                s/Keith Roy
                President                       Parish Administrator
 
Publication Dates: Wednesday:  July 24, July 31, and August 7, 2024
Official Journal: Abbeville Meridional
 
 

SUBMITTAL INFORMATION
Creator Username: sellersandassociates
Bidding Privacy: Bid encryption
Started: 24-Jul-2024 8:00:00 AM CDT
Ends: 12-Sep-2024 11:00:00 AM CDT ( 4d, 14h+ )
History: 1000 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::
27-Aug-2024 8:34:38 AM CDT
Added Addendum No. 3. Revised Bid Date and Time to reflect Addendum No. 3
15-Aug-2024 7:41:31 AM CDT
Revised Bid Date and Time to reflect Addendum No. 2
14-Aug-2024 2:18:16 PM CDT
Added Addendum No. 2
05-Aug-2024 12:27:58 PM CDT
Added Addendum No. 1