O3000126 - Warehouse Exhaust Fan Replacement
Louisiana > Flood Protection Authority - East
Sealed Bid: 64907252
Listing Information/Advertisement:


INVITATION TO BID
Project No. O3000126
Southeast Louisiana Flood Protection Agency – East Warehouse Exhaust Fan Replacement
Sealed proposals will be received by the Southeast Louisiana Flood Protection Authority East, 6920 Franklin Ave, New Orleans, LA 70122 or send electronically to http://www.centralbidding.com  until 2:00 pm local time, Monday, July 1, 2024 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 (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 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 complete replacement of warehouse roof exhaust fans, hoods, motors, and all associated equipment, as well as, any related and incidental work, as per the drawings and specifications provided in this bid document.  The site is located on the Flood Protection Authority-East Facility at 6920 Franklin Avenue in New Orleans, Louisiana.  The opinion of probable construction costs for the project may be made available at the time of bid opening, either by posting such estimate electronically or announcing aloud such estimate at the bid opening.
All Bids must be in accordance with the Bidding Documents on file with and issued by the Flood Protection Authority - East, 6920 Franklin Ave, New Orleans, LA 70122.
Complete Contract documents may be obtained from Meyer Engineers, Ltd., 4937 Hearst Street, Suite 1B, Metairie, LA 70001 on a payment of a non-refundable fee by check or money order only, payable to Meyer Engineers, Ltd.  In accordance with La. R.S. 38:2212 (A) (1) (e). The Contract Documents deposit is $50.00 for a hard copy or a non-refundable fee of $25 for an electronic set on USB flash drive.
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.
Contract documents may also be accessed via http://www.centralbidding.com.   Bids shall be submitted to the correct and corresponding project number, as identified in this Invitation to Bid.  Should there be any discrepancy in the online project number and the project number in this Invitation to Bid, Contractor shall immediately notify the FPA Project Engineer and the FPA Director of Engineering.
If 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 fees.
PRE-BID CONFERENCE 
A pre-bid conference will be held on Thursday, June 20, 2024 at 2:00 P.M. US Central Standard Time, Southeast Louisiana Flood Protection Authority - East, 6920 Franklin Avenue, New Orleans, LA  70122.
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.
•             There will be a Site Visit.
               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
Proposal forms will be issued only to 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,(BUILDING CONSTRUCTION LICENSE CLASSIFICATION 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, all in accordance with La. R.S. 37:2151 et seq.
Upon demand by the Engineer, 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” (if any work of the project takes place in Orleans Parish)
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, DBE AND SBE
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) and SBE(s) to submit bids on its projects.  In order to comply with the Constitution of the State of Louisiana, such certification programs must be race and gender neutral. 
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 within 48 hours of bid opening in accordance with La. R. S. 38:2214.

LOCAL ADVERTISEMENTS
This project will be advertised in the following periodicals:
THE ADVOCATE:               06/06/24, 06/12/24, 6/19/24
DAILY JOURNAL OF COMMERCE:    06/10/24
 

SUBMITTAL INFORMATION
Creator Username: FPADJ
Bidding Privacy: Bid encryption
Started: 17-Jun-2024 12:00:00 AM CDT
Ends: 08-Jul-2024 2:00:00 PM CDT ( Expired )
History: 301 Views
Event Status: Expired since 08-Jul-2024 2:00:00 PM CDT
Actions: Sign-In to Bid
Username:

Password:
Visitors: Visitors/Central Bidding Plan Holders
UPDATE/ADDENDUM HISTORY
All updates/changes are listed below::