St. Charles Elementary Classroom Addition
Louisiana > Lafourche Parish School District
Sealed Bid: 65848115
Listing Information/Advertisement:


Sealed bids will be received by the LAFOURCHE PARISH SCHOOL BOARD until 2:00 PM on THURSDAY, MARCH 7, 2024, at its office located at 701 East Seventh Street, Thibodaux, Louisiana, at which time bids for the ST. CHARLES ELEMENTARY CLASSROOM ADDITION, Architect’s Project Number 2213, will be opened and publicly read aloud.
 
All bids shall be submitted in a sealed envelope bearing legibly on the exterior, the following:
            1.         Job name and owner
            2.         Architect
            3.         Date
            4.         Contractor's name, address, and license number
 
Bids can be submitted electronically at www.centralbidding.com.
 
Bid prices shall specifically EXCLUDE any and all taxes whatsoever. Act 1029 of 1991 exempts’ local governments from state and local tax effective September 1, 1991. Bid prices shall include any shipping charges, if applicable.
 
Each bid shall be accompanied by a bid security of not less than five (5%) percent of the total bid amount. Said amount shall be in the form of a Bid Bond, Certified Check, or Cashier’s Check drawn on a bank insured by the Federal Deposit Insurance Corporation payable to the Lafourche Parish School Board.
 
The successful lowest responsible and responsive bidder shall be required to furnish the Owner with a performance bond for 100% of the contract amount prior to the issuance of a contract to perform the work. No bid may be withdrawn for a period of 45 days after receipt of bids. The time of completion of this project is prime importance. The Bidder agrees to commence work under this contract not later than the date indicated in the Owner’s written Notice to Proceed. All of the work required shall be completed within 426 calendar days from the Notice to Proceed. Should the Contractor neglect, refuse or fail to complete the work or obtain approval from the State Fire Marshal’s Office for occupancy on the amount of calendar days indicated above, the Owner shall have the right to deduct from and retain out of such moneys which may be due or which may become due and payable to the Contractor, as indicated in Article 9 of the Instructions to Bidders for each and every day that such completion of the work is delayed beyond the prescribed date / calendar days, as liquidated damages and not as a penalty. If the amount due and to become due from the Owner to the Contractor is insufficient to pay in full any such liquidated damages, the Contractor shall pay the Owner the amount necessary to affect such payment in full. Provided, however, that the Owner shall promptly notify the Contractor in writing of the manner in which the amount retained, deducted, or claimed as liquidated damages was computed. It is hereby further stipulated that the Professional of Record receives hourly compensation as indicated in the Owner/Architect Agreement for continued contract administration for the Project. This hourly compensation shall be deducted from monies which may become due and payable to the Contractor.
 
Bids must be submitted on the Louisiana Uniform Public Works Bid Form furnished with the Bidding Documents. Bid sheets will be issued only to Contractors and/or Subcontractors licensed in accordance with the provisions of R.S. 37:2150 through 2173 of the Louisiana Legislature. Contractors desiring to bid shall submit their Louisiana Contractor’s License Number as evidence that they hold a license for BUILDING CONSTRUCTION that is in full force and effect. Bidder shall certify that he meets all licensing requirements of Louisiana and is duly and currently licensed under LA. R.S. 37:2150-2164.
 
A MANDATORY Pre-bid Conference will be held on THURSDAY, FEBRUARY 22, 2024, at 10:00 AM at the St. Charles Elementary School located at 1690 LA-1, Raceland, LA 70394. At the Mandatory Pre-Bid the design professional shall pass around a Sign-In Sheet prior to beginning the formal meeting. The sign-in sheet shall have an area to fill in the signature of the person representing a contractor, the company being represented, the Louisiana license number of the contractor, phone and fax number of the Contractor, and an email address of the Contractor. The Architect prefers that all of the five above items be filled out at the mandatory pre-bid. (The information required may be emailed to our office before or 24 hrs. after the Mandatory Pre-Bid at [email protected]. Emailing this information to our office shall not relieve the contractor of the requirement to be represented at the Mandatory Pre-Bid Conference.) The sign-in sheet shall be collected by the design professional prior to the completion of the meeting. Contractors shall not be allowed to sign the sign-in sheet after it is collected by the design professional. Contractors shall also be required to sign the sign-out sheet after the entire pre-bid conference is complete. (All Contractors shall sign the sign-in sheet and the sign-out sheet in order to bid this project.) Note:  Bids shall be accepted only from contractors that attended the entire Mandatory Pre-bid Conference. All questions from bidders shall be submitted by email to [email protected].  All questions sent by email shall have the project name in the subject area of the email. The last day to submit questions from the Mandatory Pre-bid Conference on this project is TUESDAY, FEBRUARY 27, 2024, at 5:00 PM. The response to questions shall be FRIDAY, MARCH 1, 2024.
 
All drawings, specifications and other Contract Documents for the project are on file and open for review at the office of Gossen-Holloway-Cortez, 315 East Second Street, Thibodaux, Louisiana.
 
All drawings, specifications and other Contract Documents for the project are available on the internet at www.centralbidding.com. No project Contract Documents will be provided by the Architect or Owner.
                                                Lafourche Parish School Board
                                                Valerie Bourgeois, President
                                                Jarod Martin, Superintendent
ADVERTISEMENT DATES:
FIRST ADVERTISEMENT - FRIDAY, FEBRUARY 9, 2024
SECOND ADVERTISEMENT - FRIDAY, FEBRUARY 16, 2024
THIRD ADVERTISEMENT – FRIDAY, FEBRUARY 23, 2024

Additional Notes/Requirements
The construction as shown and described in the Contract Documents consists of the following: (This is a partial list. Refer to the rest of this specification and drawings for additional notes and information.) 1. This project entails the demolition of existing Portable Buildings (refer to Specification Section 02 41 00 - Demolition) then the building of a new one (1) story classroom building that will include a new single point of entry for the campus along with a new administration suite. The building will consist of the following spaces: a. Secure single point of entry lobby and reception space. b. Nurses Office c. Administration Offices d. Boys and Girls restrooms. e. 8 Classrooms f. Faculty work room g. Support spaces are mechanical room, sprinkler room, elec/data room, janitor room, elevator and stairs. 2. This building shall be sprinklered. 3. The construction materials for the exterior construction shall be: a. Running bond sealed modular brick w/ accent soldier courses above windows and doors. b. Pre-finished flush metal wall panels. c. Extruded aluminum covered canopy system at main entrance. 4. The building shall have a timber pile supported concrete foundation. 5. The structural system is concrete unit masonry load bearing walls supporting a steel joist and corrugated roof deck structure. 6. Interior walls consist of painted concrete block. 7. The roof is a modified bitumen roof over a gypsum recover board over polyisocyanurate insulation board attached to metal roof deck anchored to bar joists at a 1:48 slope. The roof shall be guaranteed for a full 20 years with an unlimited penal sum (no dollar limit). Coverage of this guarantee shall include roof membrane, composition / base flashing, roof insulation system, and base sheet fasteners specified. This guarantee shall not be prorated. 8. The ceilings will be constructed out of suspended acoustical tiles. 9. DEMOLITION / ASBESTOS ABATEMENT a. There are existing portable buildings that will be demolished. (Refer to Section 02 41 00 - Demolition) b. Before the demolition of the existing portable buildings occurs, an asbestos abatement shall be performed. (Refer to Specifications Volume III - Asbestos.) c. The demolition and asbestos abatement are part of this Contractor’s responsibility. 10. SITE a. There is site lighting as part of this project. b. There is site subsurface drainage as part of this project. c. There is site seeding and sodding as part of this project. d. There are aluminum canopies as part of this project. e. There are site sidewalks as part of this project. f. There is a new electrical service as part of this project.
UPDATE/ADDENDUM HISTORY
All updates/changes are listed below::
04-Mar-2024 11:34:56 AM CST
Addendum No. 4 - Structural / Electrical modifications
01-Mar-2024 11:07:14 AM CST
Addendum No. 3 - modifications and revised drawings and specifications
27-Feb-2024 11:25:44 AM CST
Addendum No. 2 - Mandatory Pre-Bid Conference sign-in/sign-out along with additional spec sections
15-Feb-2024 11:31:01 AM CST
Addendum No. 1 - Mandatory Pre-Bid Conference