OUTFALL CANAL SLOPE PAVING IMPROVEMENTS, Project Number: O2430456
Louisiana > Flood Protection Authority - East
Sealed Bid: 17238195
Listing Information/Advertisement:



Sealed proposals will be received by the Southeast Louisiana Flood Protection Authority – East (FPA or Owner) at 6920 Franklin Avenue, Administration Building, New Orleans, Louisiana 70122 or send electronically to Central Bidding from http://www.centralbidding.com until 2:00 p.m., Monday, October 30, 2023 opened and publicly read aloud for:
ORLEANS LEVEE DISTRICT
OUTFALL CANAL SLOPE PAVING IMPROVEMENTS PROJECT NUMBER: O2430456
 
Bids received after the above specified time will not be considered.
 
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, those stated in the Invitation to Bid, and those required on the bid form shall not be considered informalities and shall not be waived by any public entity.
 
Bids must be submitted on forms provided by the Owner. Envelopes containing bids and bid guarantee shall be sealed, marked with the project name, and with the Contractor’s name as it appears on the License and the Louisiana Contractor’s license number. Bids may be submitted electronically or on paper. Paper bids shall be delivered to the Flood Protection Authority at the address listed above in accordance with the Instructions to Bidders. Electronic bids and electronic bid bonds must be submitted through Central Bidding from http://www.centralbidding.com. Bids shall be submitted to the correct and corresponding project number, as identified in this Invitation to Bid. Should there be any discrepancy in the online project number and the project number in this Invitation to Bid, Contractor shall immediately notify the FPA Project Engineer and the FPA Director of Engineering. Additional information regarding electronic bidding is included in the Instruction to Bidders.
 
The Work consists of furnishing all labor, material, and equipment for the installation of slope paving on areas as indicate on the plans including mobilization and demobilization, concrete slope paving, manhole adjustment, temporary erosion and sediment control, temporary traffic control, turf reestablishment, and other related work. The opinion of probable construction costs for the project shall be made available at the time of bid opening, either by posting such estimate electronically or announcing aloud such estimate at the bid opening.
 
All Bids must be in accordance with the Bidding Documents on file with and issued by the Flood Protection Authority - East, 6920 Franklin Ave, New Orleans, LA 70122. Eligible bidders may obtain further information and inspect the bidding documents by contacting the following Official Point of Contact (Official POC):
FLOOD PROTECTION AUTHORITY
6920 Franklin Ave., New Orleans, LA 70122
Attn: Ryan Foster, PE or Donald Jerolleman, PE  [email protected] or [email protected]
 
Complete Contract documents may be obtained from the Official POC, at the above address on a payment of a non-refundable fee by check or money order only, payable to the Southeast Louisiana Flood Protection Authority – East. In accordance with La. R.S. 38:2212.D, fees for these sets shall be set at a rate of 20 cents per sheet for 8.5 x 11 page (proposal and specs) and $2.00 per full size plan sheet. Minimum fee of $25.00 shall apply for all requests. Deposit on the first set is fully refundable to all bona fide prime

Bidders upon return of the documents, in good condition, no later than ten (10) days after receipt of bids. Fifty percent (50%) of the deposit of all other sets of documents will be refunded upon return of documents, in good condition, no later than ten (10) days after receipt of bids, as stated above. Contract documents may also be accessed electronically via http://www.centralbidding.com or www.floodauthority.org. If request for Contract documents is made through U.S. mail or other delivery services, bidder must furnish a street mailing address and will be responsible for service fees.
 
Bidders are urged to attend a Pre-Bid Conference at 10:00 a.m. on Monday, October 9, 2023, in the Conference Room located in Franklin Avenue Administration Building at 6920 Franklin Avenue, New Orleans, LA 70122. A jobsite visit will be conducted by FPA immediately after the Pre-Bid Conference. Participation in the Pre-Bid Conference and jobsite visit is not mandatory, but it is highly recommended. Visitors are responsible for furnishing their own (as needed) hard hat, safety vest, protective safety glasses, and proper foot attire for any Site Visits. The Flood Protection Authority assumes no responsibility or liability for the safety of those in attendance.
 
Contract Documents will be issued only to those contractors complying with state licensing laws for contractors, La. R.S. 37:2163. On any bid submitted in the amount of $50,000 or more, Contractor shall hold at the time of bid opening, a valid license issued by the Louisiana Licensing Board for Contractors for the required classification of work. This project is classified as HEAVY CONSTRUCTION and/or HIGHWAY, STREET, AND BRIDGE CONSTRUCTION. It is the responsibility of the bidder to determine the proper job classification and to possess the proper license, all in accordance with La. R.S.  37:2151 et seq. Contractors desiring to bid shall submit evidence that they hold license of proper classification and in full force and effect. Objection to the required classification should be filed in accordance with La. R.S. 37:2163.C. as stated by the Louisiana Licensing Board for Contractors.
 
All bids must be accompanied by bid security equal to five percent (5%) of the cost of the Contract price of work to be done for the Base Bid plus all additive Alternate Bid prices, by certified check, cashier's check or Bid Bond Form written by a surety company licensed to do business in Louisiana, signed by the surety’s agency or attorney-in-fact. The Bid Bond shall be in favor of “Southeast Louisiana Flood Protection Authority – East” and “Orleans Levee District”. The Bid Bond shall be accompanied by appropriate power of attorney. No Bid Bond indicating an obligation of less than five percent (5%) by any method is acceptable. The bidder to whom the Contract is awarded shall also be required to furnish a performance bond equal to 100% of the total amount of the bid. The bid bond must be furnished in accordance with the requirements of La. R.S. 38:2218, and the performance bond in accordance with the provisions of La. R.S. 38:2219. Bonds shall be signed by the surety’s agent or attorney-in-fact.
 
Other documentation not provided with the bid, but that is required by La. R.S.38:2212, the Owner, or the specifications, must be furnished by the low bidder within ten (10) calendar days after the bid opening. Such documentation shall be supplied as originals (no copies). Failure to provide this information and documentation within ten (10) calendar days after bid opening will be grounds for disqualification on grounds that the bidder is not a “responsible bidder”. This information and documentation includes, but is not limited to, the non-collusion affidavit, non-conviction affidavit, list of licensed sub-contractors, and employment verification affidavit. However, the payment and performance bond must be supplied upon contract signing. Note that, although these instructions list specific items that are required, it is solely the bidder’s responsibility to stay abreast of changes in public bid law and to ensure compliance with La.  R.S.38:2212 and all other statues related to public bid law.
 
The Flood Protection Authority encourages, to the extent feasible, participation by minority and woman-owned businesses in all bids and proposals for goods and services. It also encourages the structuring of major projects into categories which may be commensurate with the capabilities of Disadvantaged Business Enterprises, and actively encourages major prime contractors to provide opportunities for these

businesses to become involved as subcontractors. Work in the amount of at least sixty percent (60%) of total amount of Contract as awarded shall be performed by the Prime Contractor at the construction site or within its own shop, plant, or yard with its own employees.
 
Bidder is required to comply with provisions and requirements of La. R.S.38:2212. Bids may be withdrawn or revised by the bidder prior to bid opening. Bids may only be withdrawn after bid opening due to patently obvious, unintentional, and substantial mechanical, clerical, or mathematical errors, or errors of unintentional omission of a substantial quantity of work, labor, material, or services made directly in the compilation of the bid, if clear and convincing sworn, written evidence of such errors is furnished to the public entity within 48 hours of bid opening in accordance with La. R. S. 38:2214.
 
This project will be advertised in the following periodicals: PERIODICAL(S):  ................................................. DATE:
THE NEW ORLEANS ADVOCATE .................... September 27, 2023
 
................................................................................. and October 04, 2023
 
................................................................................. and October 11, 2023
 
DAILY JOURNAL OF COMMERCE ................... October 02, 2023

SUBMITTAL INFORMATION
Creator Username: FPADJ
Bidding Privacy: Bid encryption
Started: 27-Sep-2023 9:00:00 AM CDT
Ends: 30-Oct-2023 2:00:00 PM CDT ( Expired )
History: 539 Views
Event Status: Expired since 30-Oct-2023 2:00:00 PM CDT
Actions: Sign-In to Bid
Username:

Password:
Visitors: Visitors/Central Bidding Plan Holders
UPDATE/ADDENDUM HISTORY
All updates/changes are listed below::
25-Oct-2023 12:47:22 PM CDT
Addenda 1 is now posted.
27-Sep-2023 10:30:35 AM CDT
09-27-2023 10:30 AM: Initial plans and specifications uploaded were incorrect, they have been deleted from this listing and the correct plans and specification uploaded. This will be noted at the pre-bid meeting October.