M-22

?ADVERTISEMENT
FOR BIDS
Sealed bids will be received by the Cameron Parish Police Jury, 148 Smith Circle, West Annex Conference Room, Cameron, Louisiana 70631 until 2:00 P.M. on April 11, 2024.
ANY PERSON REQUIRING SPECIAL ACCOMMODATIONS SHALL NOTIFY THE PARISH OF THE TYPE(S) OF ACCOMMODATION REQUIRED NOT LESS THAN SEVEN (7) DAYS BEFORE THE BID OPENING.
FOR: LWI MERMENTAU BASIN INUNDATION RELIEF PROJECT
East End Locks Rehabilitation
PROJECT NUMBER: 65MTRR7701
Complete Bid Documents for this project are available in electronic form. They may be obtained without charge and without deposit by request from the Engineer:
HDR Engineering, Inc.
5750 Johnston St, Suite 105
Lafayette, Louisiana, 70503
Attn: Dana Miller
Email: dana.miller@hdrinc.com
Phone: (337) 347-5603
All bids shall be accompanied by bid security in an amount of five percent (5.0%) of the sum of the base bid and all alternates. The form of this security shall be as stated in the Instructions to Bidders included in the Bid Documents for this project.
The successful Bidder shall be required to furnish a Performance and Payment Bond written as described in the Instructions to Bidders included in the Bid Documents for this project.
A NON-MANDATORY PRE-BID CONFERENCE WILL BE HELD at 11:00 am on Wednesday, March 27, 2024 at Rockefeller Wildlife Refuge Headquarters, 5476 Grand Chenier Hwy, Grand Chenier, LA 70643.
Contact Dana Miller at (337) 347-5603 if directions are needed to the Pre-Bid Conference.
It is the responsibility of all potential bidders to visit the job site to assess the location, logistics, and site conditions prior to bidding.
Bids shall be accepted from Contractors who are licensed under LA. R.S. 37:2150-2192 for the classification of Heavy Construction. In accordance with LA. R.S. 37:2163(D), anyone objecting to the classification must send a certified letter to both the Louisiana State Licensing Board for Contractors and the Engineer at the address listed above. The letter must be received no later than ten (10) working days prior to the day on which bids are to be opened.
Bidder is required to comply with provisions and requirements of LA R.S.38:2212(B)(5). No bid may be withdrawn for a period of forty-five (45) calendar days after receipt of bids, except under the provisions of LA. R.S. 38:2214.
The Owner reserves the right to reject any and all bids for just cause. In accordance with La. R.S. 38:2212(B)(1), the provisions and requirements of this Section; and those stated in the bidding documents shall not be waived by any entity.
When this project is financed either partially or entirely with State Bonds or financed in whole or in part by federal or other funds which are not readily available at the time bids are received, the award of this Contract is contingent upon the granting of lines of credit, or the sale of bonds by the Bond Commission or the availability of federal or other funds. The State shall incur no obligation to the Contractor until the Contract Between Owner and Contractor is fully executed.
The project is receiving construction assistance from the Louisiana Division Administration, Disaster Recovery Unit, Community Development Block Grant (CDBG) Program.
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 insurance requirements. Additional details on CDBG requirements are included in Appendix F of the Specification.
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 minimum wage rates, and Anti-Kickback Act, the Contract Work Hours Standards Act, the Local Public Works Payroll Evaluation Program and take all necessary affirmative steps to assure the minority firms, women’s business enterprises, and labor surplus area firms are used when possible.
The prime contractor must have an active Unique Entity ID and an active SAM Cage Code number prior to award and throughout the term of the contract.
All contractors and subcontractors will be required 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 nation origin.
Minority, female-owned, and Section 3 firms are encouraged to submit bids.
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 states and subject to the Owner’s approval:
1. BID BOND: A “Bid Guarantee” equivalent to 5% if the bid price consisting of a firm commitment, such as 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 requires and within time specified.
2. PERFORMANCE BOND: A performance bind of not less than 100% of the contract price shall be executed to assure the Contractor’s faithful performance of the contract.
3. 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 materials in the performance or the work provided by the contract.
CAMERON PARISH
POLICE JURY
RONALD NUNEZ JR,
POLICE JURY
PRESIDENT
RUN: Mar. 14, 21, 28 (M 22)