Lake Providence Port Commission - Port Road Third Lane Addition Attachment: 1a. LP 3rd Lane Const. Docs Binder.pdf 
Louisiana > Bryant Hammett & Associates, LLC
Sealed Bid: 70105935
Listing Information/Advertisement
ADVERTISEMENT FOR BIDS
03/20/25
LAKE PROVIDENCE PORT COMMISSION
PORT ROAD THIRD LANE ADDITION
 
Sealed Bids, delivered in person, by mail, or by special delivery, for the Port Road Third Lane Addition will be received, by the Lake Providence Port Commission at the Project Engineer’s Office, Bryant Hammett & Associates, LLC at 6885 Hwy. 84, Ferriday, LA  71334 no later than  3:00 p.m., Local Time, on Thursday, April 17, 2025. Bids shall be designated as "Sealed Bid" Lake Providence Port Commission – Port Road Third Lane Addition at which time the Bids received will be publicly opened and read.
 
All bids must be submitted on the proper form. The contractor must prominently display his license number on the outside of the envelope. Bids received after the specified time and date will not be considered. 
 
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.  Prospective Bidders are urged to register with http://www.centralbidding.com website as a plan holder, or with the Engineer, 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 relevant information to submit a project bid.  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 also be obtained from Bryant Hammett & Associates (318-757-6576) in pdf format or via mail.  Printed sets require payment of $300 per set.  Documents can be mailed to bidders for an additional 25.00 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. 
 
Bidders may submit bids electronically by pdf through the central bidding website.  Electronic bids must be received before 2:30 p.m., Local Time on Thursday, April 17, 2025. Any Electronic bid received after this time will not be considered. Bidders submitting bids electronically are required to provide the same documents as bidders submitting through the mail or in person.  These items include but are not limited to the Bid Form and Corporate Resolution.  Regardless of the bid results, the bidder will have 48 hours from opening of the bids to provide the original bid documents.  If a bidder fails to provide the original hard copies of these documents within 48 hours of the bid opening, their bid shall be considered nonresponsive. The Owner and the Engineer will not be responsible if the bidder cannot complete and submit a bid due to failure or incomplete delivery of the files submitted via the internet.  Original bid documents shall be addressed to the Engineer located at 6885 Hwy. 84, Ferriday, LA  71334 and must be received 48 hours after bid opening, if not, the bid will be considered nonresponsive.
 
Contractors are responsible for reproduction/printing of 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 Highway Street and 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 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 and subcontractor’s must have an active Unique Entity ID Number, as verified on www.sam.gov, prior to the beginning of construction. 
 
Attention to Bidders is particularly called to the requirements as to conditions of employment to be observed and minimum wage rates to be paid under the Contract, Section 3, Segregated Facilities, Section 109, Executive Order 11246, and all applicable laws and regulations of the Federal Government and State of Louisiana and bonding and insurance requirements.
 
Each bidder must deposit with his/her bid, security in the amount, form, and subject to the conditions provided in the Information for Bidders.  Bid bonds shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Circular 570 list of approved bonding companies which is published annually in the Federal Register.
      
No bidder may withdraw his/her bid within forty-five (45) days after the actual date of the opening thereof.
 
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 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.
       
If special accommodations specified under the ADA are required, please notify the Engineer’s Office  (318) 757-6576 seven (7) days before the scheduled bid opening.
       
The Owner hereby notifies all offerors that in regards 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.
 
 
Publication:                                                                                                         Bryant Killen, Executive Director
The East Carroll Banner:                                                                              Lake Providence Port Commission
   3/20/25, 3/27/25 & 4/3/25                                                                                                         409 Port Road
                                                                                                                       Lake Providence, LA 71254-4031
  

Additional Notes/Requirements
Engineer's Opinion of Probable Costs $430,281.00 Please note the date and time for electronic Submittals of Bid.
BID SUBMITTAL INFORMATION
Creator Username: BHA
Bidding Privacy: Bid encryption
Started: 20-Mar-2025 6:00:00 AM CDT
Ends: 17-Apr-2025 3:00:00 PM CDT ( 22d, 13h+ )
History: 142 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::