Similar Projects
Amite Solar Project
New Construction, Infrastructure
Conception
$100,000,000 CJ est. value
Tangipahoa, LA 70465

West Shore Lake Pontchartrain Site Preparation & Sand Placement Contract # 2
Term Contract
Design
$5,000,000 to $10,000,000 est. value
Ponchatoula, LA 70454

LA 1063: Glendale Dr - US 51 Drainage
Infrastructure
Design
$250,000 CJ est. value
Independence, LA 70443

Martha Vineyard Canopy Replacement
Infrastructure
Bidding
$500,000 CJ est. value
Ponchatoula, LA 70454

City of Hammond Maintenance Shop Addition
Addition, Demolition, Infrastructure - 2,640 SF
Bidding
$181,000 CJ est. value
Hammond, LA 70401

Henry Road Safety Widening: LA 73 To Tillotson and Aikens Road Clearing and Grubbing
Infrastructure, Alteration
Post-Bid
$350,000 to $500,000 est. value

Overlay Program Phase 2022
Infrastructure
Post-Bid
Amite, LA

Dr 4263 Pw 910 Paved Roads - Task Order No. 4
Infrastructure
Results
$4,500,000 est. value

Mill and Overlay Stateline Road
Infrastructure
Results
LA

Water System Improvements
Infrastructure
Construction
$1,617,000 CJ est. value
Hammond, LA 70401

E. Minnesota Park Rd At Range Rd
Infrastructure
Design
$1,000,000 to $2,500,000 est. value
Hammond, LA 70403

Sewer Lift Station Improvements
Renovation, Infrastructure
Bidding
$400,000 CJ est. value
Independence, LA 70443

Rehabilitation of several existing roads in Washington Parish
Infrastructure
Post-Bid

LA 10: I-55 COA - US 51
Infrastructure
Results
$250,000 to $500,000 est. value
LA

La 22: US 51 - Dunson Rd
Infrastructure
Design
$100,000 CJ est. value
Ponchatoula, LA 70454

Last Updated 11/22/2022 10:08 AM
Project Title

Port Manchac Transload Improvements Floodwall (Phase II), Truck-Scale Foundation Installation, Asphalt Paving and Site Grading

Physical Address View project details and contacts
City, State (County) Akers, LA 70421   (Tangipahoa County)
Category(s) Heavy and Highway, Sewer and Water
Sub-Category(s) Maintenance, Paving/Reconstruction, Site Development, Storm/Sewers
Contracting Method Competitive Bids
Project Status Contract Award, Construction start expected December 2022
Bids Due View project details and contacts
Estimated Value $373,260 [brand] Estimate
Plans Available from Civil Engineer
Owner View project details and contacts
Architect View project details and contacts
Description

The proposed work consists of but is not limited to furnishing all labor, equipment and materials for the construction of the: Port Manchac Transload Improvements Floodwall (Phase II), Truck-Scale Foundation Installation, Asphalt Paving and Site Grading, State Project . The project is located at the Port Manchac, 31450 Highway 51 South, Manchac, Louisiana. The project includes furnishing all labor, equipment, tools and materials necessary to construct the project, complete-in-place as shown on the plans and specified in the Contract Documents. The South Tangipahoa Parish Port Commission (STPPC) reserves the right to reject any and all Bids, to waive any and all, informalities not involving prices, references or product capabilities and the right to disregard all nonconforming and nonresponsive bids per the Public Bid law. Bidder shall certify that he is licensed under the provisions of LSA-R.S. 37:2150 et seq. and show their license number on the bid envelope. Except as otherwise provided in LSA-R.S. 37:2163, any bid that does not contain the contractor's certification and show the contractor's license number on the bid envelope shall be automatically rejected, shall be returned to the Bidder stamped "Rejected" and shall not be read aloud. Any Bidder who submits a bid for a type of construction for which he is not properly licensed shall be acting in violation of LSA-R.S. 37:2163 and shall be subject to all provisions for violations and penalties thereof. Any interested person may object to the licensing classification of this public project in accordance with LSA-R.S. 37:2163. Any bid that does not require the Bidder to hold a license shall state the exemption on the bid envelope and shall be treated as a lawful bid for the purpose to LSA-R.S. 37:2163. If a nonresident contractor bidding on public work in the State of Louisiana is domiciled in a state that provides a percentage preference in favor of contractors domiciled in that state over Louisiana resident contractors for the same type of work, then every Louisiana resident contractor shall be granted the same preference over contractors domiciled in the other state favoring contractors domiciled therein whenever the nonresident contractor bids on public work in Louisiana (LSA-R.S. 38:2225 A). Bid security in the amount of five percent (5%) of the total bid payable to the South Tangipahoa Parish Port Commission (STPPC) must accompany each Bid. A certified or cashier's check or a bid bond is acceptable bid security. If bid bond is used, it 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. (LSA-R.S. 38:2218.C). Bids must be submitted on the forms provided by the South Tangipahoa Parish Port Commission (STPPC), must be prepared in accordance with Section 2 of the latest edition of the Louisiana Department of Transportation and Development, Office of Multimodal Commerce, General Provisions and must include all the information required by the bid form. For all purposes pertinent hereto, the Bid Form shall be deemed to include all documents contained in the Bid Form, Section 00100 in the Bidding Documents. Each bid shall include a proposal guaranty in an amount not less than specified above. 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. Disadvantaged businesses will be afforded full opportunity to submit bids. 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 30 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 successful Bidder will be required to furnish a Performance Bond guaranteeing faithful performance and a Labor and Materials Payment Bond guaranteeing the payment of all bills and obligations arising from the performance of the contract. A Notice to Proceed will be issued for the Project. All work is to commence within seven (7) consecutive calendar days after the issuance of the Owners Notice to Proceed (Work Order). Pursuant to LSA-R.S. 38:2215, the Owner and the low bidder, may by mutual agreement extend the award by one or more 30 calendar day extensions. The Work shall be substantially completed within one hundred and fifty (150) consecutive calendar days. Substantial completion is as defined per General Provisions, Paragraph 5.17. The contract shall be completed in all details and ready for final acceptance within one hundred and eighty (180) consecutive calendar days. Liquidated Damages shall be assessed for every day beyond the date of completion as established in Section SP-2 of the Additional Special Provisions which supersedes the damages described in the Standard Specifications. All sets furnished to subcontractors and suppliers will be non-refundable. Good condition is defined as free of all pencil, pen, highlighter, and other marks, free of significant tears, and free of missing sheets or pages. Partial sets of documents will not be issued. Bidding Documents will be shipped only if the requesting party makes all arrangements and assumes responsibility for all charges. Pursuant to LSA-R.S. 37:2163, sets of complete Bidding Documents are available to licensed contractors and others for review at the office of the Engineer at address below: AECOM 1555 Poydras Street, Suite 1200 New Orleans, Louisiana 70112 Telephone: (504) 586-8111 Fax: (504) 522-0554 Email: brent.jones@aecom.com

Details

Division 03 - Concrete, Precast Concrete.
Division 32 - Exterior Improvements, Operation and Maintenance of Exterior Improvements.
Division 33 - Utilities, Storm Drainage Utilities, Storm Utility Drainage Piping, Storm Utility Water Drains, Storm Drainage Structures.
Division 34 - Transportation, Operation and Maintenance of Transportation.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents