Airport Drainage Improvements - Phase 1
Louisiana > Flood Protection Authority - East
Sealed Bid: 29505887
Listing Information/Advertisement:


ADVERTISEMENT FOR BIDS
Sealed bids will be received by the Lakefront Management Authority (LMA), 6001 Stars & Stripes Blvd.,
Suite 219, New Orleans, Louisiana 70126, as well as through Central Auction House at
https://www.centralauctionhouse.com, until 10:00 a.m. on August 22, 2023.
FOR: Airport Drainage Improvements - Phase I
Scope of Work: This project is Phase I of a multi-phase implementation of airport-wide drainage
improvements. Phase I includes the construction of a drainage project that encompasses a storage reservoir,
pump station platform and pump station, outfall pipes, and all associated mechanical and electrical
components. The project is being bid with a Base Bid and Add Alt #1, as follows:
BASE BID DESCRIPTION:
Base Bid includes the construction of the reservoir and shown box culvert runs and associated
restoration work.
Reservoir construction work includes:
1. Reservoir foundations.
2. Reservoir walls and bottom and associated reinforcement.
3. Associated fencing.
4. Access drive/ vehicle gate.
5. Associated earthwork/ excavation.
6. Sea wall demo
Box culvert runs and associated restoration work:
1. 50 feet of box culvert.
2. Junction box/ drainage inlet.
3. Outflow valve
4. Fence restoration.
5. Access gate.
6. Concrete access ramp.
7. Associated earth work/ excavation.
ADD ALT. #1 DESCRIPTION:
Add Alt. #1 includes the construction of the pump station:
1. Pump station mechanical infrastructure.
2. Pump station structural infrastructure.
2. Pump station electrical infrastructure.
3. Pump station shelter.
4. Piping associated with the pump station (discharge/ intake).
5. Pump station monitoring/ control infrastructure.
6. Access path to the pump station.
7. Pump station rails/ fence.
8. Associated earthwork.
Complete Bid Documents for this project are available in electronic and pr inted form. Printed bid
documents are available upon payment of forty dollars ($40.00) per set. Payment for drawings is
non-refundable. Electronic bid documents may be obtained without charge and without deposit. Bid
Documents may be obtained from:
Airport Drainage Improvements - Phase I
Lakefront Management Authority ADV-2
Infrastructure Consulting & Engineering
4000 S. Sherwood Forest Blvd, Suite 301 | Baton Rouge, LA 70816
Attn: Corky Pleasant | Email: [email protected] | Phone: 225-307-1010
Prospective Bidders may submit their questions in writing to the Project Engineer as follows:
Infrastructure Consulting & Engineering
Attn: Doug Hambrecht, PE | Email: [email protected] | Phone: 813.330.2701
A pdf set is available free of charge. In order to be notified of addendums, please include company
information.
The Lakefront Management Authority in accordance with its Disadvantaged Business Enterprise (DBE)
Program has instituted an FAA Part 26 DBE Goal of 24%. As prescribed in the Bid Documents,
prospective bidders are encouraged to incorporate DBE contractors as part of their proposal, and as such
shall provide the applicable forms indicating DBE participation, good faith efforts, and compliance.
Failure to incorporate the required DBE forms shall constitute a bidder as non-responsive.
All bids shall be accompanied by bid security in the form of certified check, cashier’s check, or Bid Bond
as prescribed by LA RS 38:2218.A.C, in the amount equal to at least five percent (5%) of the total amount
bid and payable without conditions to the Owner as a guarantee that the Bidder, if awarded the Contract,
will promptly execute a Contract in accordance with bid proposal and all terms and conditions of the Bid
Documents.
The successful Bidder shall be required to furnish a Performance and Payment Bond written as described
in the Instructions to Bidders included in the Bid Documents for this project.
A NON-MANDATORY PRE-BID CONFERENCE WILL BE HELD
at 10:00 AM CST on August 8, 2023 at the
New Orleans Lakefront Airport – 2nd Floor Conference Room
6001 Stars and Stripes Blvd, New Orleans, LA 70126.
Bids may be accepted from those bidders who do not attend the Non-Mandatory Pre-Bid Conference in its
entirety. A highly-encouraged job site visit will be held following the Pre-Bid Conference. The job site
visit is not mandatory, but it is highly encouraged for those submitting a bid. The job site visit being
conducted by LMA will facilitate access to project features that are located on private property.
Outside of the recommended site visit, the Contractor may not have access to the features located on
private property.
ANY PERSON REQUIRING SPECIAL ACCOMMODATIONS SHALL NOTIFY LMA OF THE
TYPE(S) OF ACCOMMODATION REQUIRED NOT LESS THAN SEVEN (7) DAYS BEFORE THE
BID OPENING.
Contact the Lakefront Management Authority at (504) 355-5990 if directions are needed to the Pre-Bid
Conference or the highly encouraged Jobsite Visit. Bids shall be accepted from Contractors who are licensed
under LA. R.S. 37:2150-2163.
The Owner reserves the right to reject any and all bids for just cause. In accordance with La. R.S.
38:2212 (A)(1)(b), the provisions and requirements of this Section, those stated in the advertisement bids,
and those required on the bid form shall not be considered as informalities and shall not be waived by any
public entity

SUBMITTAL INFORMATION
Creator Username: NFPAMA
Bidding Privacy: Bid encryption
Started: 27-Jul-2023 12:00:00 AM CDT
Ends: 22-Aug-2023 10:00:00 AM CDT ( Expired )
History: 620 Views, 0 Messages
Event Status: Expired since 22-Aug-2023 10:00:00 AM CDT
Actions: Sign-In to Bid
Username:

Password:
Visitors: Visitors/Central Bidding Plan Holders
PUBLIC MESSAGE BOARD
Discuss questions with the owner/creator of this Listing.
UPDATE/ADDENDUM HISTORY
All updates/changes are listed below::
17-Aug-2023 9:17:13 AM CDT
added Addendum #2
14-Aug-2023 10:52:20 AM CDT
Added Addendum #1