Ruston Daily Leader (Jackson Parish Notices)
March 18, 2026
ADVERTISEMENT FOR BIDS
TOWN OF JONESBORO (hereinafter referred to as the “Owner”):
Sealed bids will be received by the TOWN OF JONESBORO, on or before 10:00 A.M., on April 16, 2026, for the construction of the project to be financed by the State of Louisiana CDBG Program described as follows:
Water Production and Treatment System Improvements
SCC Project No. 3422
Bids must be addressed to Town of Jonesboro, 128 Allen Avenue, Jonesboro, LA 71251. Bids may be mailed or hand-delivered to the Town of Jonesboro at 128 Allen Avenue, Jonesboro, LA 71251, and received not later than 10:00 A.M. on April 16, 2026. Sealed bids shall be marked as “Sealed Bid – Town of Jonesboro, Water Production and Treatment System Improvements project for fiscal year 2025 to be financed by the State of Louisiana CDBG Program.” All bids must be submitted on the proper bid form. The Contractor shall display his Contractor’s license number prominently on the outside of the envelope. The Contractor must have a license classification for municipal and public works construction. Any bids received after the specified time and date will not be considered. The sealed bids will be publicly opened and read aloud at 10:00 A.M. (Central Standard Time) on April 16, 2026 at the Town of Jonesboro, 128 Allen Avenue, Jonesboro, LA 71251.
A resolution authorizing a representative of the corporation/LLC/sole proprietorship to sign the bid must also accompany the bid.
All addendums issued must be acknowledged by the bidder. No bidder may withdraw his bid within forty-five (45) days after the actual date of opening thereof. The Owner reserves the right to waive any informalities. Such shall be in accordance with State Bid Law. This project shall be tax exempt. Tax Exemption Certificates shall be provided upon request to Engineer.
The Information for Bidders, Form of Bid Proposal, Form of Contract, Plans, Specifications, and Forms of Bid Bond, Performance and Payment Bond, and other contract documents may be examined at the Owner's office. Copies may be obtained at the office of the Engineer, Shuler Consulting Company, upon payment of $150.00, which amount constitutes the cost of reproduction and handling. This deposit will be refunded upon request in accordance with R. S. 38:2212. All bidders must be registered with the Engineer, Shuler Consulting Company, (318) 249-3030. Requests for documents to be received electronically will incur no charge.
Contractor must provide all required documentation and forms with its bid according to the contract documents. Deposits on the first set of documents furnished to bona fide prime bidders will be fully refunded upon return of the documents in good condition no later than ten 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 no later than ten days after receipt of bids. Any requests for bid documents will be accompanied by payment in full.
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 must sign: (1) the Bid, (2) Certificate of Corporate Principal and Surety, and (3) Bid Bond which always must accompany the bid in the correct amount. No bidder may withdraw his bid within forty-five (45) days after the actual date of opening thereof. The Owner reserves the right to waive any informalities. Such shall be in accordance with State Bid Law.
Each bidder must deposit with his/her bid, security in the amount, form, and subject to the conditions provided in the Information for Bidders. Sureties used for obtaining bonds must appear as acceptable on the U.S. Department of Treasury Circular 570.
Each bidder must have an active Unique Entity ID (SAM), as verified on www.sam.gov, prior to the beginning of construction.
The Contractor shall begin mobilization and procurement of materials within ten (10) working days of the receipt of the Notice to Proceed.
This agreement is for services related to a project that is subject to the Build America, Buy America Act (BABAA) requirements under Title IX of the Infrastructure Investment and Jobs Act (“IIJA”), Pub. L. 177-58. Absent an approved waiver, all iron, steel, manufactured products, and construction materials used in this project must be produced in the United States, as further outlined by the Office of Management and Budget’s Memorandum M-22-11, Initial Implementation Guidance on Application of Buy America Preference in Federal Financial Assistance Programs for Infrastructure, April 18, 2022.
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, Section 3, Segregated Facilities, Executive Order 11246, and all applicable laws and regulations of the Federal government and State of Louisiana and bonding and insurance requirements.
Any person with disabilities requiring special accommodations under ADA requirements must contact the Town of Jonesboro no later than (7) days prior to bid opening.
IN PARTICULAR, BIDDERS SHOULD NOTE THE REQUIRED ATTACHMENTS AND CERTIFICATIONS TO BE EXECUTED AND SUBMITTED WITH THE BID PROPOSAL.
The Town of Jonesboro hereby notifies all offerors that regarding 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.
/s/ Dr. J. “Spike” Harris, Mayor
Published in the Ruston Daily Leader; $180.00 on Mar18, 25 & 29, 2026.