OLD PROJECT NO. O3000096 SLFPA – EAST Franklin Ave Facility – Safehouse Improvements
Louisiana > Flood Protection Authority - East
Sealed Bid: 77930329
Listing Information/Advertisement:


INVITATION TO BID
 
Sealed proposals will be received by the Orleans Levee District / Southeast Louisiana Flood Protection Authority – East, Engineering Department, 6920 Franklin Avenue, Administration Building, New Orleans, Louisiana 70122 or send electronically to Central Bidding from http://www.centralauctionhouse.com until 2:00 p.m., ­Thursday, August 12th, 2021 opened and publicly read aloud for:
OLD PROJECT NO. O3000096
SLFPA – EAST
Franklin Ave Facility – Safehouse Improvements
 
Bids received after the above specified time will not be considered.
 
The work of this contract includes the removal and the replacement of the 2nd Floor AHU ductwork and Fan Powered VAV boxes with all necessary DDC controls to automate the entire system. Automation shall tie in to existing control mainframe. Contract includes kitchen upgrades and modifications such as new countertops, closets, sinks, fryers including the front serving area countertop.  There are Modifications to the EOC room and sleeping quarters floor plan with added new lighting, updated HVAC, Wall TVs, new conference room table with power and data hookups, new IT and Communications rooms. Relocate alarm devices and sprinklers as required, coordinate the IT and TV hookups and plugs locations with owner. Provide all necessary demolition as required and balance final HVAC system to provide design air flows. 
 
Electronic copies of the Bid Documents for this project are available without charge and without deposit online at Central Bidding from www.centralauctionhouse.com. 
 
Drawings, specifications and contract documents may be examined and obtained at the office of City Blueprint, Inc. 1904 Poydras Street. New Orleans, Louisiana 70112, Phone (504) 522-0387 upon deposit of $150.00 for each set of documents.   Deposit on the first set is fully refundable to all bonafide 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, in good condition, no later than ten (10) days after receipt of bids, as stated above.
 
Bidders are invited to attend a Mandatory Pre-Bid Conference at 10:00 a.m. on Monday, August 2nd, 2021, in the Meeting Hall located in Franklin Avenue Administration/Engineering Building at 6920 Franklin Avenue, New Orleans, LA 70122.  Bids shall be accepted only from those bidders who attend the Pre-Bid Conference in its entirety.  Names and copies of photo identification cards will be taken during the Pre-Bid Conference to coordinate security access for the Jobsite Visit.  Participants will visit the physical site at the conclusion of the conference.
 
Contact Rusty Kennedy at 504-286-3175 if directions are needed to the Mandatory Pre-Bid Conference or the Jobsite Visit. 
 
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 for bids, and those required on the bid form shall not be considered as informalities and shall not be waived by any public entity.
 
Bids may be submitted electronically or on paper.  Paper bids must be submitted on forms provided by the owner.  Envelopes containing bids and guarantee must be sealed, marked with the Project Name and with the contractor’s name as it appears on the license along with the Louisiana Contractors License.  Paper bids shall be delivered to Orleans Levee District 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  www.centralauctionhouse.com.  Additional information regarding electronic bidding is included in the Instruction to Bidders. 
 
All bids must be accompanied by bid security equal to five (5%) of the sum of the base bid and all alternates, and must be in the form of a 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. Surety must be listed on the current U. S. Department of the Treasury Financial Management Service list of approved bonding companies as approved for an amount equal to or greater than the amount for which it obligates itself in the Bond, or must be a Louisiana domiciled insurance company with at least an A – rating in the latest printing of the A.M. Best’s Key Rating Guide. If surety is qualified by virtue of its Best’s listing, the amount of the Bond may not exceed ten (10%) percent of policyholders’ surplus as shown in the latest A.M. Best’s Key Rating Guide. The Bid Bond shall be in favor of the Southeast Louisiana Flood Protection Authority - East and shall be accompanied by appropriate power of attorney. No Bid Bond indicating an obligation of less than five (5%) by any method is acceptable.
 
Bids shall be accepted from Contractor’s who are licensed under LA. R. S. 37:2150-2163 for the classification of General Construction. Bidder is required to comply with provisions and requirements of LA. R.S.38:2212. Bids may be withdrawn by the bidder due to errors if done within 48 hours of bid opening by affidavit in accordance with LA. R. S. 38:2214.
 
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 successful Bidder shall be required to furnish a Performance and Payment Bond written as described in the Instructions to Bidders. 
 
The Orleans Levee District 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.
 
-----------------------------------------------------------------------------------------------------------------
 
THE ADVOCATE:             ­­­­­­­­July 16th, July 23th, and July 30, 2021                            
 
DAILY JOURNAL OF COMMERCE:          July 26th, 2021              
 
                                      
PROJECT NO.:    O3000096
 
Please indicate Project number on invoice.

Additional Notes/Requirements
Bidders are invited to attend a Mandatory Pre-Bid Conference at 10:00 a.m. on Monday, August 2nd, 2021, in the Meeting Hall located in Franklin Avenue Administration/Engineering Building at 6920 Franklin Avenue, New Orleans, LA 70122.
PUBLIC MESSAGE BOARD
Discuss questions with the owner/creator of this Listing.
UPDATE/ADDENDUM HISTORY
All updates/changes are listed below::
09-Aug-2021 11:57:35 AM CDT
Added addendum #3 8.9.21
06-Aug-2021 8:30:22 AM CDT
Added addendum #2 8.6.21
04-Aug-2021 1:07:10 PM CDT
Added addendum #1 8.4.21