Access Denied!!!

It appears that you are using a private browser which blocks some scripts necessary for this page to function properly. As a result, you may experience limited functionality or the page may not work at all.

To access this page, please consider using a different browser or switch to the standard version of Firefox.

Thank you for your understanding.

Access Full Project

Publicly Funded

Privately Funded

Bidding Soon

Documents Available

Addenda Available

Post-Bid

Post-Bid

Saving Project...

Full details on over 250,000 Projects including 2000 updated daily available to subscribers

October 23, 2023

December 25, 2023

No Information to Display

Luke Martin Rd and Brushy Bayou

Paving, Site Work

No Information to Display

$5,900,000.00

Public - County

img_map_placeholder

Luke Martin Rd and Brushy Bayou, Ridgecrest, LA

Plans and Specifications are not available for this project. If that changes, they will be made available here.

Subscribe to View Full Documents

Brushy Bayou Drainage Structure & Luke Martin Road Bridge. ENGINEER OPINION OF PROBABLE CONSTRUCTION: $5.9M Implementation of the proposed project will allow drainage from Brushy Bayou to be discharged into the Tensas River via a gated box culvert with a weir structure designed to prevent flow of high water from the Tensas River into Brushy Bayou. The proposed project includes two (2) sites along Brushy Bayou off U.S. Hwy. 84 in the vicinity of the Frogmore community. The construction of the drainage structure will be at the intersection of Brushy Bayou and the Tensas River Levee. Other activities include the construction of a temporary cofferdam, temporary earthen barrier dam, improvements to an access road, and the use of material from a borrow area. In addition, undersized culverts under Luke Martin Rd will be replaced with a new bridge and the roadway at the intersection of Luke Martin Rd and Brushy Bayou will be realigned. NOTICE: All bidders must have an active Unique Entity ID Number (UEI), as verified on www.sam.gov, prior to the beginning of construction. The prime contractor is responsible for all Subcontractor's. All subcontractor's must also have a current Unique Entity ID Number (UEI), as verified on www.sam.gov, to be eligible to work on federally funded projects. This project is being funded by the United States Department of Homeland Security's Federal Emergency Management Agency (FEMA) through the Hazard Mitigation Grant Program (HMGP) under DR-1603. Therefore, the Contractor will comply with all applicable federal laws, regulations, executive orders, FEMA policies, and directives. Payment will be made to Contractor within 10 days of receipt of payment from FEMA/GOHSEP to the Owner. 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 medwards@bha engineers.com 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. Each bidder must deposit with his/her bid, security in the amount, form, and subject to the conditions provided in the Instructions to Bidders. Bid bonds 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 Arating 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 or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana Residents. The contractor may withdraw a bid by affidavit within 48 hours of the bid opening in accordance with LA R.S. 382214.C; for patently obvious, unintentional and substantial mechanical, clerical or mathematical errors. The successful bidder will be required to execute the Owner's Standard Form of Agreement/Contract for construction together with the Performance and Payment Bonds within ten (10) working days after issuance of the Notice of Award. Sureties used for obtaining bonds must appear as acceptable on the U.S. Department of Treasury Circular 570. The successful bidder shall comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. Please notify the Concordia Parish Police Jury (318) 336-7151 seven (7) days in advance of the scheduled bid opening if special accommodations specified under ADA are required. The Owner hereby notifies all offerors that in regard 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. The Corporate Resolution must be signed and sealed. The Owner cannot waive any informalities on the bid form. 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.

2 Record(s)

Subscribe to Get All Contact Details

Trades

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet
Subscribe to See All Trade Details

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.