ADVERTISEMENT FOR BIDS
TOWN OF WOODWORTH
NATURAL GAS SYSTEM IMPROVEMENTS
NATURAL GAS PIPELINE REPLACEMENT
(ROBINSON BRIDGE ROAD, LA. HWY. 470, & CHICKAMAW ROAD)
Separate sealed bids for the TOWN OF WOODWORTH, NATURAL GAS SYSTEM IMPROVEMENTS will be received by the Town of Woodworth at the Town Hall, 9363 Hwy US 165 South, Woodworth, Louisiana 71485 until 2:00 P.M. on Thursday, March 12, 2026, and then at said office publicly opened and read aloud. Any bid received after the specified time and date will not be considered.
The Instructions to Bidders, Bid Form, Agreement Between Owner and Contractor, Forms of Bid Bond, Performance and Payment Bonds, Drawings and Specifications, and other Contract Documents may be examined at the following location:
PAN AMERICAN ENGINEERS, LLC
(Design Professional)
1717 JACKSON STREET (71301)
P. O. BOX 8599 (71306)
ALEXANDRIA, LOUISIANA
(318) 473-2100
The work is generally described as follows: Installation of 4” and 2” diameter PE gas mains and services serving the area of Robinson Bridge Road, LA. HWY. 470, and Chickamaw Road; including natural gas service transfers and odorization system replacement.
Funding for this improvements project came from a federal grant from the U.S. Department of Transportation – Pipeline and Hazardous Material Safety Administration (PHMSA) under the Natural Gas Distribution Infrastructure Safety and Modernization Grant Program.
This project is subject to Build America, Buy America, BABA requirements under the Infrastructure Investment and Jobs Act (IIJA). All iron, steel, manufactured products, and construction materials used in this project must be produced in the United States as outlined in 2CFR Part 184 and related federal guidance. Contractor will be required to provide documentation demonstrating BABA compliance for all applicable materials and components.
In order to ensure good paying jobs, this project will be constructed under the provisions of the Federal Labor Standards Act regarding basic hourly rates and bonified fringe benefits under the Davis-Bacon Act (40 U.S.C. 3141 (2)(B)) on behalf of laborers and mechanics.
Contractor will be required to submit sufficient evidence of an on going Drug and Alcohol Mis-use Program, meeting the requirements of Part 199 of the PHMSA regulations.
Contractor will be required to have qualified and certified workman on any welding or heat fusion operations meeting the minimum requirements as established by the Owner, and meeting 49 CFR 192, Subpart F, paragraph 285 requirements.
The Contractor shall maintain an ongoing Operator Qualification Program, which provides training of employees for performing “covered tasks” on natural gas pipeline systems meeting the requirements of Part 192.801 through 192.809 of the PHMSA Pipeline Safety Regulations as well as any additional requirements as established by the Owner as it relates to gas system operations. Qualifications may be provided by third-party testing agencies as long as the qualification procedures meet or exceed those established by the Owner.
Copies of the bidding documents shall be obtained from the office of Pan American Engineers, LLC upon deposit of $150.00 for each set of documents. The deposit on the first set of documents furnished to bonafide prime bidders will be fully refunded upon return of the documents, in good condition, no later than ten (10) days after receipt of bids. On other sets of documents furnished to bidders, the deposit less actual cost of reproduction will be refunded upon return of the documents, in good condition, no later than ten (10) days after receipt of bids.
The OWNER reserves the right to reject any or all bids for just cause. Such actions will be in accordance with Title 38 of Public Bid Law.
In accordance with L.R.S. 38:2212.B.(1), the provisions and requirements stated in the Bidding Documents shall not be considered as informalities and shall not be waived.
Each Bidder must deposit with the bid, security in the amount of at least five percent (5%) of the total bid price, as described in the Instructions to Bidders. Bid bonds shall be written by a surety or insurance company meeting the requirements noted in L.R.S. 38:2218.
The successful Bidder shall be required to furnish a Performance Bond and Payment Bond, in an amount equal to 100% of the Contract amount, written by a surety or insurance company meeting the requirements noted in L.R.S. 38:2219 A.(1)(a), (b) and (c), or for Federally funded projects, must be listed as acceptable on the U.S. Department of Treasury Circular 570.
Town of Woodworth is an equal opportunity employer.
Town of Woodworth encourages all small and minority-owned firms and women’s business enterprises to apply.
Any person with disabilities requiring special accommodations must contact the Town of Woodworth no later than seven (7) days prior to bid opening.
The successful bidder must have an active Unique Entity ID (UEI) and be registered with the Federal System of Award (SAM) Registration Program prior to award of contract.
Town of Woodworth
P. O. Box 228
Woodworth, Louisiana 71485
David C. Butler, II, Mayor
12066315 2/11 2/18 2/25/26 ($289.28)