FORWARD TO A FRIEND

Sending...

EMAIL UPDATES

Stay updated for Legal Notices - Bids in , please enter your contact information below.

Project No. O2280026 Hayne Blvd. Relief Well
Want these enhanced features? Subscribe Now!
City
***
State
***
County
***
Want these enhanced features? Subscribe Now!
Company
***
Ad Text
Project No. O2280026 Hayne Blvd. Relief Well

May 08, 2023

INVITATION TO BID .Project No. O2280026 Hayne Blvd. Relief Well Project .The Southeast Louisiana Flood Protection Authority - East (a.k.a. FPA, a.k.a. Owner) will receive sealed bids at the Front Reception Desk, located at 6920 Franklin Ave, New Orleans, LA 70122, on Tuesday, May 30, 2023 until 2:00 P.M. local time. All Bids must be in accordance with the Bidding Documents on file with and issued by Linfield, Hunter, & Junius, Inc. Following this time, the bids will be opened, and publicly read aloud. 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, 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 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. The work consists of furnishing all labor, material, and equipment for construction of new reinforced concrete drain pipe, manholes and drop inlets, clearing and grubbing, and regrading of the project site, as well as any related and incidental materials and work, as per the drawings and specifications provided in this bid document. The site is located on the south side of the railroad that runs along Hayne Blvd. beginning approximately 225 feet east of France Rd. to Congress Blvd. in New Orleans, Louisiana. The opinion of probable construction costs for the project will be made available at the time of bid opening, either by posting such estimate electronically or announcing aloud such estimate at the bid opening. Complete Drawings, Specifications, and Contract documents may be obtained from Linfield, Hunter, & Junius, Inc., 3608 18th Street, Suite 200, Metairie, LA 70002, on a payment of a non-refundable fee by check or money order only, payable to Linfield, Hunter, & Junius, Inc. In accordance with La. R.S. 38:2212. Fees for these sets shall be set at a rate of Two Hundred Dollars ($200.00). Bidders may also check to see if https://www.centralauctionhouse.com/ or if www.floodauthority.org website contain downloadable electronic versions. See Instructions to Bidders for details. The FPA make no assertion that all bid documents, addenda, etc. are available online. It is the responsibility of the bidder to ensure they have all said documents via the directions spelled out above. Any addenda, documents, Q&A, etc. that are available after this letting are only available via the contact listed above and will be issued to the Official Plan Holder list, maintained by said contact. 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. If a 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 and postage fees. PRE-BID CONFERENCE. A pre-bid conference will be held on Tuesday, May 16, 2023 at 10:00 AM US Central Standard Time at 6920 Franklin Ave., New Orleans, LA 70122, Room 139. * THIS IS A MANDATORY PRE-BID CONFERENCE, BIDDERS ARE REQUIRED TO ATTEND. Bid shall only be accepted from those bidders who attend the entire Pre-Bid Conference (Consultant determines If applicable). (Select one of first two bullets) PRE-BID SITE VISIT. * There will be a Site Visit after the Pre-bid meeting. * This visit is not Mandatory * 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. LICENSING Bids will only be accepted by 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, Highway, Street and Bridge Construction REQUIRED AS INDICATED AT http://www.lslbc.louisiana.gov/examsclassifications/. It is the responsibility of the bidder to determine the proper job classification and to possess the proper license. Upon demand by the FPA, 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 as stated by the Louisiana Licensing Board for Contractors. BID AND PERFORMANCE BONDS 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 the following, as applicable: * "Southeast Louisiana Flood Protection Authority - East" (for all Projects) 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. The furnished Payment and Performance bond shall be at no cost to the FPA. The Bond shall be signed by the surety's agent or attorney-in-fact. SUBCONTRACTORS, DISADVANTAGED BUSINESS ENTERPRISES (DBE), AND SMALL BUSINESS ENTERPRISES (SBE) AND WOMEN'S BUSINESS ENTERPRISE (WBE) 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. FPA is an equal opportunity public entity and as such, invites and encourages DBE(s), SBE(s), and WBE(s) to submit bids on its projects. See General Conditions on DBE(s), SBE(s), and WBE(s). BIDDING AND WITHDRAWAL OF BID 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 within48 hours of bid opening in accordance with La. R. S. 38:2214. .LOCAL ADVERTISEMENTS This project will be advertised in the following periodicals: DAILY JOURNAL OF COMMERCE - May 8, 2023 May 8, 2023

Prior Ad #

Ad # 2505402
Daily Journal of Commerce has abstracted these listings from public notices submitted to us for publication, which we do not independently verify. Where we've been able to enhance listings with supplementary information, that information is unofficial and uncorroborated. For the official version of a public notice, consult the print edition. BridgeTower Media assumes no responsibility for any errors or omissions in these listings and makes no representations regarding their accuracy or reliability.