Meeting Room Expansion
Louisiana > The Harbor Center
Sealed Bid: 76397593
Listing Information/Advertisement:


ADVERTISEMENT FOR BIDS
Sealed bids will be received for The Harbor Center District and shall be directed to the Harbor Center, attention Kathy Lowrey, General Manager, 100 Harbor Center Blvd., Slidell, Louisiana, 70461. The deadline for receipt of bids is 2:00 PM on February 28, 2023, at which time bids will be opened and read aloud in a public meeting at the Harbor Center.
ANY PERSON REQUIRING SPECIAL ACCOMMODATIONS SHALL NOTIFY THE HARBOR CENTER OF THE TYPE(S) OF ACCOMMODATION REQUIRED NOT LESS THAN SEVEN (7) DAYS BEFORE THE BID OPENING.
FOR: HARBOR CENTER MEETING ROOM EXPANSION
Complete Bid Documents may be obtained from:
City Blueprint
1200 West Causeway Approach, Suite 24
Mandeville, Louisiana 70471
upon deposit of $ 300.00 for each set of documents. Deposit on the first set is fully refundable to all Prime Bidders upon return of the documents, in good condition, no later than ten (10) days after receipt of bids. Fifty percent of the deposit of all other sets of documents will be refunded upon return of documents as stated above.
Complete Bid Documents for this project are also available in electronic form. They may be obtained without charge and without deposit from City Blueprint at www.cityblueprint.com and are also available at www.centralbidding.com. Printed copies are not available from the Designer, but arrangements can be made to obtain them through most reprographic firms. Plan holders are responsible for their own reproduction costs. Questions about this procedure shall be directed to the Designer at:
Blitch Knevel Architects, LLC
Email: [email protected]
Architect’s Project No. 2112
All bids shall be accompanied by bid security in an amount of five percent (5.0%) of the sum of the base bid and all alternates. The form of this security shall be as stated in the Instructions to Bidders included in the Bid Documents for this project.
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 PRE-BID CONFERENCE WILL BE HELD
at 10:00 a.m. on the 15th day of February 2023 at The Harbor Center, 100 Harbor Center Blvd., Slidell, LA 70461
Bids shall be accepted from Contractors who are licensed under LA. R.S. 37:2150-2192 for the classification of BUILDING CONSTRUCTION. Bidder is required to comply with provisions and requirements of LA R.S. 38:2212(B)(5). No bid may be withdrawn for a period of forty-five (45) days after receipt of bids, except under the provisions of LA. R.S. 38:2214.
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; and those stated in the bidding documents shall not be waived by any entity.
When this project is financed either partially or entirely with State Bonds or financed in whole or in part by federal or other funds which are not readily available at the time bids are received, the award of this Contract is contingent upon the granting of lines of credit, or the sale of bonds by the Bond Commission or the availability of federal or other funds. The Owner shall incur no obligation to the Contractor until the Contract Between Owner and Contractor is fully executed.
THE HARBOR CENTER DISTRICT KATHY LOWREY, GENERAL MANAGER
[email protected]
Issued: January 25, 2023
February 1, 2023
February 8, 2023

Additional Notes/Requirements
PRE-BID CONFERENCE AGENDA PROJECT: The Harbor Center Meeting Room Expansion 100 Harbor Center Blvd, Slidell, LA 70461 BKA CN 2112 DATE/TIME: Wednesday, February 15, 2023 @ 10:00 a.m. at Project Site ATTENDEES: PLEASE SIGN IN AND DECLARE IF PRIME BIDDER I. INTRODUCTION A. Owner – The Harbor Center Kathy Lowrey – General Manager Art Baudoin – Director of Operations B. Architect – Blitch/Knevel Architects, LLC Ron Blitch – Owner, Architect Robert Allbritton – Senior Project Architect Jay Ridolfo – Construction Manager C. Civil/Structural Consultant – Morphy Makofsky, Inc. D. Mech/ Elect/ Plumb Consultant – MOSES Engineers II. PROJECT SUMMARY – Refer to Section 010100 “SUMMARY OF WORK” A. The project site is The Harbor Center located at 100 Harbor Center Blvd, Slidell, LA 70461. Generally, the Work of the project consists of the expansion of the existing Harbor Center facility with the addition of a multi-function meeting space with operable partitions, a complimentary lobby at the South end, a fixed platform at the North end, and all associated sitework and infrastructure upgrades involved, as indicated in the Bidding Documents. B. Project will be conducted under a single prime contract. C. Bids shall be accepted from Contractors who are licensed for the classification of Building Construction. D. Refer to Bidding Documents for additional information and Contractor responsibilities. III. BIDDING REQUIREMENTS – Refer to Section 002000 “INSTRUCTIONS TO BIDDERS” Refer to official “Bidding Documents” for detailed requirements regarding the preparation and submission of bids. The following is only a summary of some key points for attendee’s information and is not intended to revise or supplement any requirements of the “Bidding Documents”. All attendees and/or Bidders should familiarize themselves with the full requirements of the “Bidding Documents” and Louisiana law governing public bidding. A. Bid Opening – TUESDAY, FEBRUARY 28, 2023 1. Bids received Until 2:00 P.M., at which time bids will be opened and read aloud in a public meeting at the Harbor Center. b) Sealed bids will be received for The Harbor Center District and shall be directed to the Harbor Center, attention Kathy Lowrey, General Manager, 100 Harbor Center Blvd., Slidell, Louisiana, 70461. PRE-BID CONFERENCE Project Name The Harbor Center Meeting Room Expansion BKA CN 2112 DATE February 15, 2023 Page 2 of 5 B. Bidding Documents/Deposits 1. Complete Bid Documents may be obtained from City Blueprint located at 1200 West Causeway Approach, Suite 24, Mandeville, LA 70471 upon payment of a deposit of $300.00 for each set of documents. Deposit on the first set is fully refundable to all 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 as previously stated. Complete Bid Documents for this project are also available in electronic form. Electronic documents can be downloaded at no cost ($0.00) from City Blueprint at www.cityblueprint.com and are also available at www.centralbidding.com. Printing costs from electronic download of documents are the responsibility of the prospective bidder. Bid documents should be obtained through City Blueprint or at www.centralbidding.com. Prospective Bidders are cautioned that the failure to obtain Bid Documents from the Architect as set forth above or notify the Architect of an intention to Bid could prevent the Prospective Bidder from receiving additional information, updates or addenda that may be issued concerning bidding on this Project. C. Bid Form (Refer to Instructions to Bidders for ALL requirements.) 1. Bids based on a) Conditions at site b) Drawings and Project Manual c) Addenda 2. Bids shall be submitted on the Louisiana Uniform Public Work Bid Form provided by the Architect for this project and must be completely and accurately filled in. a) All blanks on bid form must be filled in with ink or typed. b) Bid sums shall be expressed in both words and figures, and in case of discrepancy between the two, the written words shall govern. c) Any interlineation, alteration or erasure must be initialed by the signer of the bid or his authorized representative. d) Bid form must be signed. e) Written evidence of the authority of the person signing the bid for the public work shall be submitted. 3. Submit in sealed, opaque envelope, clearly marked as indicated in the Bidding Documents. Identify on the outside with: a) Name of the Project b) Bidder’s name c) Bidder's address d) Bidder's state license number 4. If mailed, the sealed envelope shall be enclosed in separate mailing envelope. a) Notation "Bid Enclosed" b) Sent by registered or certified mail, return receipt requested to address listed in the Bidding Documents. c) If sent by express delivery, deliver to address listed in Instructions to Bidders 5. Bidders have the option to submit bids electronically. Please find bid related materials and place electronic bids at www.centralbidding.com. PRE-BID CONFERENCE Project Name The Harbor Center Meeting Room Expansion BKA CN 2112 DATE February 15, 2023 Page 3 of 5 D. Bid Security 1. Not less than five percent (5.0%) of the Base Bid and all alternates 2. Bid security shall be in the form of a cashier's check, certified check, or bid bond 3. Bid security must meet the qualifications stated in the Instructions to Bidders E. Addenda / Interpretations / Clarifications 1. Any inquiries shall be submitted by email to Architect only at: [email protected] and received at least seven (7) calendar days prior to the date for receipt of bids. 2. Answers by written addendum only. 3. Last day for issuing Addenda shall be as listed in the Instruction to Bidders 4. Each Bidder shall ascertain from the Architect prior to submitting his bid that he has received all addenda issued, and he shall acknowledge their receipt on the Bid Form. F. Request for Prior Approvals/Substitutions 1. In writing only – Submit on CSI Form 1.5C as provided in the Project Manual. 2. Shall be submitted to the Architect by a PRIME CONTRACT BIDDER ONLY: All requests must be reviewed by the contractor first for compliance with the specifications and deemed to be useful to this project, then submitted to the Architect. 3. Received by Architect at least seven (7) working days prior to the opening of bids. 4. Approval given in the form of addenda only. 5. Requests should be sent to [email protected] G. Time of Completion 1. The Bidder shall agree to fully complete the contract within Three-Hundred (300) consecutive calendar days (the “Contract Time”), and acknowledges that this Contract Time will start on or before the date specified in the written “Notice to Proceed” from the Owner. 2. In recognition of current supply-chain issues, a Ninety (90) consecutive calendar day material procurement and submittal period shall be granted to the successful Bidder, which shall provide ninety additional calendar days for these processes, prior to the commencement of the three hundred (300) calendar day Contract Time. 3. The additional Ninety calendar day material procurement and submittal period shall commence on the date the Agreement Between Owner and Contractor is executed and shall terminate on the Date of Commencement, which Date of Commencement shall be set forth in the “Notice to Proceed” to be issued on this Project. 4. The Bidder shall agree to pay as Liquidated Damages the amount of Five Hundred Dollars and zero cents ($500.00) for each consecutive calendar day for which the work is not complete, beginning with the first day beyond the date Substantial Completion is to be achieved. H. CONTRACT BOND 1. 100% Performance and Payment Bond is required at execution of Contract, to be submitted as indicated in the Instructions to Bidders. PRE-BID CONFERENCE Project Name The Harbor Center Meeting Room Expansion BKA CN 2112 DATE February 15, 2023 Page 4 of 5 IV. CONTRACT REQUIREMENTS A. Award of Contract 1. Upon award of contract, Bidder shall be prepared to: a) Initiate Performance and Payment Bond b) Provide/Execute Disclosure of Ownership Affidavit, Non-Collusion Affidavit, Certificates of Insurance, Corporate Resolution and Affidavit, as required. c) Provide project construction schedule d) Provide project submittal schedule e) Provide List of Subcontractors to be used (with contact information) f) Provide Schedule of Values B. Insurance 1. Refer to Article 11 in AIA Doc A201–2017. (See Section 005000 of Project Manual) V. MISCELLANEOUS INFORMATION A. Project Web Site 1. A project Web site (Virtual Project), administered by Architect, will be used for purposes of managing communication and documents during the construction stage. Refer to Section 013100 "PROJECT MANAGEMENT AND COORDINATION" for requirements for using the Project Web site. B. Plan Review 1. The plans for the project have been reviewed by St. Tammany Parish Government Permits & Inspections, Planning & Development, and Engineering Departments. The Louisiana Office of State Fire Marshal has completed the Architectural Review and released this project. 2. The awarded bidder will be required to pick up Building Permit Application from St. Tammany Parish Government, providing their information, project information, and signature. 3. Separate applications are required for the review of special locking arrangements, fire alarm system, and automatic sprinkler system by the Louisiana Office of State Fire Marshal. These applications are to be linked with the associated architectural project submittal. C. Working Restrictions 1. Refer to Section 011000 “Summary” for on-site work hours. D. Smoking and Controlled Substances Restrictions 1. Use of tobacco products, alcoholic beverages, and other controlled substances in Building or the roof area is prohibited. Violation of this provision will cause expulsion of employee. E. Schedule Coordination 1. Refer to Section 011000 “Summary” and General Notes in the drawings for working conditions and scheduling. Refer to General Notes in the drawings. a. The building will be occupied and in use during construction time. PRE-BID CONFERENCE Project Name Abney Elementary School New Classroom / Gym Additions BKA CN 1920 DATE November 2, 2021 Page 5 of 5 b. In general, the work may be performed during normal hours, provided it is performed in a manner which does not interfere with the normal use and functions of the adjacent areas and building by the occupants. c. When any utility shutdowns are required, all work must be performed after normal hours during the time of the shutdown, unless otherwise coordinated with the Owner. d. All drilling and other objectionable noise must be performed at other than normal hours unless approved by the Owner and coordinated with events schedules. e. Contractor shall coordinate with Owner for site access for special events throughout the duration of construction. F. Existing Conditions, Site Access, and Controls 1. Refer to Section 011000 “Summary” and General Notes in the drawings for working conditions and scheduling, protection of property and public, and cleanliness and cleanup. 2. Refer to Sections 010400 “Cutting and Patching”, 015000 “Construction Facilities and Temporary Controls”, and 015620 “Temporary Dustproof Partitions” for limitations and procedures when working in the existing facility. 3. Section 017300 "Execution" and General Notes in the drawings for verification of existing site improvements and utilities. 4. Review requirements indicated in the Demolition + Site Access Plan. G. Contract Documents Coordination 1. Because the Contract documents are complimentary, the Contractor shall study and compare the various contract documents and verify existing conditions for the purpose of coordination and construction. 2. All trades shall refer to all sheets for coordination and to determine scope of work. 3. The Contractor shall be responsible for errors and omissions of the Contractor’s employees, Subcontractors and their employees, etc. H. Budget for the Project 1. The estimated construction cost is $3,100,000. VI. BIDDERS’ QUESTIONS VII.PROJECT SITE VISIT WALKTHROUGH END OF AGENDA
UPDATE/ADDENDUM HISTORY
All updates/changes are listed below::
23-Feb-2023 12:19:41 PM CST
Addendum No. 2 has been added.
17-Feb-2023 3:34:00 PM CST
Pre-Bid agenda has been removed and Addendum No. 1 has been added.