Carrollton Basin No. 20 Sewer Rehabilitation

expired opportunity(Expired)
From: Louisiana(State)
123460-2024-SWB-12(30261)

Basic Details

started - 04 Mar, 2024 (1 month ago)

Start Date

04 Mar, 2024 (1 month ago)
due - 09 Apr, 2024 (19 days ago)

Due Date

09 Apr, 2024 (19 days ago)
Bid Notification

Type

Bid Notification
123460-2024-SWB-12(30261)

Identifier

123460-2024-SWB-12(30261)
State of Louisiana

Customer / Agency

State of Louisiana

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

SEWERAGE AND WATER BOARD OF NEW ORLEANS CONTRACT NO. 30261 SOLICITATION NO. 2024-SWB-12 CARROLLTON BASIN NO. 20 SEWER REHABILITATION PROPOSALS DUE ON April 9, 2024, at 11:00 A.M., CENTRAL TIME SEALS 00 01 07 - 1 SEALS Stantec Consulting Services Inc. CIVIL Susan N. Nolan State of Louisiana License No. 23268 Seal & Signature applies to all project plans and specifications for S&WB Contract No. 30261, except for plan sheet inserts that have been signed by CDM and/or ILSI Engineering. TABLE OF CONTENTS 00 01 10 - 1 TABLE OF CONTENTS Pages PART 1—PROCUREMENT REQUIREMENTS 00 01 07 Seals ......................................................................................... 1- 1 00 01 10 Table of Contents ..................................................................... 1- 3 00 11 13 Advertisement for Bids ............................................................ 1- 2 00 21 13 Instructions to Bidders ............................................................. 1- 11 00 21 13.01
Conflict of Interest Disclosure Affidavit ................................. 1- 1 00 21 13.02 Convicted Felon Affidavit ....................................................... 1- 1 00 21 13.03 Non-Solicitation Affidavit ....................................................... 1- 1 00 21 13.04 Corporate Resolution.................................................1- 1 00 21 13.05 Bidders Organization.................................................1- 1 00 31 46 Levee Safety Permit 2023 ....................................................... 1- 18 00 40 00 Procurement Forms and Supplements ..................................... 1- 1 00 41 13 Louisiana Uniform Public Work Bid Form ............................. 1- 1 00 41 43 Louisiana Uniform Public Work Bid Form – Unit Price Form 1- 11 00 42 13 Voluntary Extensions of the Award of Contract .................... 1- 1 00 43 13 Bid Bond .................................................................................. 1- 2 00 45 54 Affidavit of Noncollusion ........................................................ 1- 1 00 47 17 Disadvantaged Business Enterprise Program .......................... 1- 10 00 47 17.10 Economically Disadvantaged Business Participation Summary Sheet ........................................................................ 1- 1 PART 2—CONTRACTING REQUIREMENTS CONTRACTING FORMS 00 50 00 Contracting Forms and Supplements ....................................... 1- 1 00 52 13 Agreement ................................................................................ 1- 8 PROJECT FORMS 00 61 13.13 Payment and Performance Bond Form .................................... 1- 3 CONDITIONS OF THE CONTRACT 00 72 00 General Conditions .......................................................... i-iii; 1- 40 00 73 00 Supplementary Conditions ....................................................... 1- 20 ATTACHMENTS TO SUPPLEMENTARY CONDITIONS No. 1 S&WB Drug-Free Work Place Policy – Contractor Requirements No. 2 S&WB Safety Orientation Notice No. 3 S&WB Electrical Safety Clearance Procedure No. 4 S&WB Storm Water Pollution Prevention Plan No. 5 Wage Rate Decision No. 6 Map Indicating the Location of the Archaeological Sites and a State of Louisiana Archaeological Site Form No. 7 Site Certificate No. 8 Department of Environmental Quality Categorical Exclusion NEW ORLEANS MASTER 469936 Pages TABLE OF CONTENTS 00 01 10 - 2 No. 9 Equal Employment Opportunity Requirements No. 10 Lobbying Restrictions 00 73 00.A Supplementary Conditions for Clean Water State Revolving Funds Projects 00 73 00.B Supplementary Conditions for WIFIA ..................................... 1- 20 ATTACHMENTS TO SUPPLEMENTARY CONDITIONS FOR WIFIA No. 11 Categorical Exclusion and Extraordinary Circumstances Review Form No. 12 Federal Cross-Cutting Authorities Review Memorandum 00 73 00.C FEMA PWs 21032 and 21031Correspondences 00 73 73 Statutory Requirements ............................................................ 1- 2 PART 3—SPECIFICATIONS GENERAL REQUIREMENTS 01 10 00 Summary .................................................................................. 1- 3 01 11 00 Summary of Work .................................................................... 1- 2 01 14 00 Work Restrictions .................................................................... 1- 4 01 22 00 Unit Prices ................................................................................ 1- 11 01 25 00 Substitution Procedures ........................................................... 1- 4 01 26 00 Contract Modification Procedures ........................................... 1- 3 01 29 00 Payment Procedures ................................................................. 1- 3 01 30 00 Administrative Requirements...................................................1- 5 01 31 00 Project Management and Coordination ................................... 1- 5 01 31 13 Project Coordination ................................................................ 1- 5 01 31 19 Project Meetings ...................................................................... 1- 4 01 32 00 Construction Progress Documentation .................................... 1- 7 01 32 33 Videographic Documentation .................................................. 1- 3 01 33 00 Submittal Procedures ............................................................... 1- 9 01 35 13 Special Project Procedures for Consent Decree ....................... 1- 2 01 35 43 Environmental Procedures ....................................................... 1- 6 01 40 00 Quality Requirements .............................................................. 1- 10 01 41 26 Permitting Requirements ......................................................... 1- 2 01 42 00 References ................................................................................ 1- 3 01 50 00 Temporary Facilities and Controls ........................................... 1- 6 01 51 36 Temporary Water ..................................................................... 1- 3 01 55 26 Traffic Control ......................................................................... 1- 6 01 56 39 Temporary Tree and Plant Protection ...................................... 1- 9 01 60 00 Product Requirements .............................................................. 1- 5 01 73 00 Execution ................................................................................. 1- 6 01 74 19 Construction Waste Management and Disposal ...................... 1- 4 01 77 00 Closeout Procedures................................................................. 1- 4 Pages TABLE OF CONTENTS 00 01 10 - 3 01 78 39 Project Record Documents ...................................................... 1- 5 EXISTING CONDITIONS 02 41 13 Selective Site Demolition ........................................................ 1- 8 EARTHWORK 31 05 19 Geosynthetics for Earthwork ................................................... 1- 6 31 00 00 Site Clearing............................................................................. 1- 5 31 23 13 Subgrade Preparation ............................................................... 1- 8 31 23 16 Excavation and Trenching ....................................................... 1- 10 31 23 19 Dewatering ............................................................................... 1- 5 31 23 23 Fill, Backfill, and Compaction ................................................. 1- 13 EXTERIOR IMPROVEMENTS 32 06 00 Schedules for Exterior Paving and Sodding ............................ 1- 5 32 11 23 Aggregate Base Course ............................................................ 1- 6 32 12 16 Asphalt Paving ......................................................................... 1- 20 32 13 13 Concrete Paving ....................................................................... 1- 20 32 15 40 Crushed Stone Surfacing .......................................................... 1- 5 32 16 13 Curbs and Gutters .................................................................... 1- 10 32 16 23 Sidewalks and Driveways ........................................................ 1- 13 32 92 23 Sodding .................................................................................... 1- 7 UTILITIES 33 01 10 Operation and Maintenance of Water Utilities ........................ 1- 2 33 01 10.73 Excavated Rehabilitation of Water Piping Utilities ................. 1- 12 33 01 12 Inspection, Testing and Disinfection of Water Utility Piping . 1- 8 33 01 30 Operation and Maintenance of Sewer utilities ......................... 1- 3 33 01 30.03 Sewer Flow Control ................................................................. 1- 6 33 01 30.13 Cleaning of Sewers .................................................................. 1- 8 33 01 30.16 CCTV Inspection of Sewers .................................................... 1- 10 33 01 30.73 Excavated Rehabilitation of Sewers ........................................ 1- 11 33 01 30.76 Cured-In-Place Pipe Lining ..................................................... 1- 20 33 01 30.79 Pipe Bursting ............................................................................ 1- 9 33 01 30.83 Rehabilitation of Manholes ...................................................... 1- 12 33 05 00 Common Work Results for Utilities ........................................ 1- 4 33 05 05 Sewer Utilities Testing ............................................................. 1- 8 33 05 09 Piping Specialties for Sewer Utilities ...................................... 1- 6 33 05 09.11 Piping Specialties for Water Utilities ...................................... 1- 5 33 05 31.16 PVC Pipe for Water Transmission and Distribution................ 1- 7 33 05 72 Masonry Structures .................................................................. 1- 8 33 05 81 Metallic Castings for Utility Structures ................................... 1- 4 33 31 11 Public Sewerage Gravity Piping .............................................. 1- 10 END OF SECTION THIS PAGE IS INTENTIONALLY BLANK ADVERTISEMENT FOR BIDS v1a 00 11 13 - 1 SEWERAGE & WATER BOARD OF NEW ORLEANS CARROLLTON BASIN NO. 20 SEWER REHABILITATION CONTRACT NO. 30261 SOLICITATION NO. 2024-SWB-12 The Sewerage and Water Board of New Orleans is requesting bids for the rehabilitation of existing main line sanitary sewers via mainline cleaning and CCTV inspections, excavated point repairs, full length main line replacements, house connection service lateral replacements, full-length Cured-in-Place Pipe (CIPP) lining, service lateral Cured-in-Place Pipe (CIPP) lining and manhole rehabilitation. Bid Documents and proposal forms are available for download on March 04, 2024,at the following websites: SWBNO: https://www2.swbno.org/business_bidspecifications.asp LAPAC: https://wwwcfprd.doa.louisiana.gov/OSP/LaPAC/dspBid.cfm?search=department&term=181 A MANDATORY pre-bid conference will be held on March 14, 2024, at 10:30 AM Central Time at the Purchasing Conference Room 131, 625 St. Joseph Street, New Orleans, Louisiana or if you are unable to attend this in-person meeting, you can also join via teleconference call: Microsoft Teams meeting Join on your computer, mobile app or room device Click here to join the meeting Meeting ID: 224 524 953 102 Passcode: rxMXJV Download Teams | Join on the web Or call in (audio only) +1 504-224-8698,,229048139# United States, New Orleans Phone Conference ID: 229 048 139# Per LA Revised Statute 38:2212 (I), All prospective bidders shall be present at the beginning of the pre- bid conference and shall remain in attendance for the duration of the conference. Any prospective bidder who fails to attend the conference or remain for the duration shall be prohibited from submitting a bid for the project. All inquiries shall be directed to Kimberly Barnes Procurement Analyst, at kbarnes@swbno.org. The deadline for inquiries is on March 15, 2024, at 5:00 p.m. Central Time. Bids are due on April 9, 2024, at 11:00 a.m. Any Bids received after the specified time will be rejected. Bids will then be publicly opened and read on April 9, 2024, at 11:00 a.m. at Sewerage and Water Board of New Orleans, 625 St. Joseph Street, Purchasing Conference Room 131, New Orleans, Louisiana. Microsoft Teams meeting Join on your computer, mobile app or room device Click here to join the meeting Meeting ID: 280 030 540 458 Passcode: xgRyuo Download Teams | Join on the web Or call in (audio only) +1 504-224-8698,,329921437# United States, New Orleans Phone Conference ID: 329 921 437# LATE BIDS WILL NOT BE ACCEPTED. https://www2.swbno.org/business_bidspecifications.asp https://nam12.safelinks.protection.outlook.com/?url=https%3A%2F%2Fwwwcfprd.doa.louisiana.gov%2FOSP%2FLaPAC%2FdspBid.cfm%3Fsearch%3Ddepartment%26term%3D181&data=05%7C01%7Cakessler%40swbno.org%7Cd5675a344b7d4f674a4a08da2ebeb7f8%7Cdb7061554aa74a5eb348b35c3136f6a7%7C0%7C0%7C637873693920418825%7CUnknown%7CTWFpbGZsb3d8eyJWIjoiMC4wLjAwMDAiLCJQIjoiV2luMzIiLCJBTiI6Ik1haWwiLCJXVCI6Mn0%3D%7C3000%7C%7C%7C&sdata=Xd6BtxQ%2FCrTXKIom%2BcSOYvKqam%2BpS3oGgXySkXvIj7I%3D&reserved=0 https://teams.microsoft.com/l/meetup-join/19%3ameeting_NmIyNzY4ODctZDc1OS00ZTJiLThmM2UtZTcxOGFjZGM0Yjkw%40thread.v2/0?context=%7b%22Tid%22%3a%22db706155-4aa7-4a5e-b348-b35c3136f6a7%22%2c%22Oid%22%3a%22e06d0e5f-2595-4a74-939b-f52dc2a3acf9%22%7d https://www.microsoft.com/en-us/microsoft-teams/download-app https://www.microsoft.com/microsoft-teams/join-a-meeting tel:+15042248698,,229048139#%20 mailto:ssells2@swbno.org https://teams.microsoft.com/l/meetup-join/19%3ameeting_OWViMmMxNzUtYzU1OC00Y2JmLWJlMzItNDU3ZDhmYjRiMjc5%40thread.v2/0?context=%7b%22Tid%22%3a%22db706155-4aa7-4a5e-b348-b35c3136f6a7%22%2c%22Oid%22%3a%22e06d0e5f-2595-4a74-939b-f52dc2a3acf9%22%7d https://www.microsoft.com/en-us/microsoft-teams/download-app https://www.microsoft.com/microsoft-teams/join-a-meeting tel:+15042248698,,329921437#%20 INSTRUCTIONS TO BIDDERS v1 00 21 13 - 1 INSTRUCTIONS TO BIDDERS 1. DEFINED TERMS 1.1. Terms used in these Instructions to Bidders have the meanings indicated in the General Conditions and Supplementary Conditions. Additional terms used in these Instructions to Bidders have the meanings indicated below: 1.1.1. Issuing Office—The office from which the Bidding Documents are to be issued and where the bidding procedures are to be administered: Sewerage and Water Board of New Orleans, 625 St. Joseph Street, Procurement Department Room 133, New Orleans, Louisiana 70165. 2. COPIES OF BIDDING DOCUMENTS 2.1. Complete sets of the Bidding Documents are available in electronic form on the Sewerage & Water Board of New Orleans website: https://www2.swbno.org/business_bidspecifications.asp (Click on Doing Business, then Advertisements & Specifications) Reproduction costs for any of the downloaded electronic Bidding Documents shall be borne by the Contractor. 2.2. Complete sets of Bidding Documents shall be used in preparing Bids. Neither Owner nor Engineer assumes responsibility for errors or misinterpretations resulting from use of incomplete sets of Bidding Documents. 2.3. Drawings included in the Bidding Documents are electronic .pdf files generated from electronic drawing files. Any reduction from actual size is indicated by a note or scale bar on Drawing. 2.4. Owner and Engineer, in making Bidding Documents available on the above terms, do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. 3. QUALIFICATIONS OF BIDDERS 3.1. In order to perform public work, Bidder and its Subcontractors, prior to award of Contract or as otherwise required by the jurisdiction, shall hold or obtain such licenses as required by State Statutes, and federal and local Laws and Regulations. 3.2. Bidder is advised to carefully review those portions of the Bid Form requiring representations and certifications. 4. EXAMINATION OF BIDDING DOCUMENTS, OTHER RELATED DATA, AND SITE 4.1. Subsurface and Physical Conditions: https://www2.swbno.org/business_bidspecifications.asp INSTRUCTIONS TO BIDDERS v1 00 21 13 - 2 4.1.1. The Supplementary Conditions identify: 4.1.1.1. Those reports known to Owner of explorations and tests of subsurface conditions at or contiguous to the Site. 4.1.1.2. Those drawings known to Owner of physical conditions relating to existing surface and subsurface structures at the Site. 4.1.2. Copies of reports and drawings referenced will be made available by Owner to any Bidder on request. Those reports and drawings are not part of the Contract Documents, but the “technical data” contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02 of the General Conditions has been identified and established in Paragraph 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion Bidder draws from any “technical data” or any other data, interpretations, opinions, or information contained in such reports or shown or indicated in such drawings. Costs associated with making available copies of reports and drawings shall be borne by Bidder. 4.2. Underground Facilities: Information and data shown or indicated in the Bidding Documents with respect to existing Underground Facilities at or contiguous to the Site is based upon information and data furnished to Owner and Engineer by owners of such Underground Facilities, including Owner or others. 4.3. Hazardous Environmental Condition: 4.3.1. The Supplementary Conditions identify reports and drawings known to Owner relating to a Hazardous Environmental Condition identified at the Site. 4.3.2. Copies of reports and drawings referenced will be made available by Owner to any Bidder on request. Those reports and drawings are not part of the Contract Documents, but the “technical data” contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.06 of the General Conditions has been identified and established in Paragraph 4.06 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion Bidder draws from any “technical data” or any other data, interpretations, opinions, or information contained in such reports or shown or indicated in such drawings. Costs associated with making available copies of reports and drawings shall be borne by Bidder. 4.4. Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to subsurface conditions, other physical conditions, and Underground Facilities, and possible changes in the Bidding Documents due to differing or unanticipated subsurface or physical conditions appear in Paragraphs 4.02 through 4.04 of the General Conditions. Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to a Hazardous Environmental Condition at the Site, if any, and possible changes in the Contract Documents due to any Hazardous Environmental INSTRUCTIONS TO BIDDERS v1 00 21 13 - 3 Condition uncovered or revealed at the Site which was not shown or indicated in the Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work, appear in Paragraph 4.06 of the General Conditions. 4.5. On request, Owner will provide each Bidder access to the Site to conduct such examinations, investigations, explorations, tests, and studies as Owner deems necessary for submission of a Bid. Bidder shall fill all holes and clean up and restore the Site to its former condition upon completion of such explorations, investigations, tests, and studies. Bidder shall comply with all applicable Laws and Regulations relative to excavation and utility locates. 4.6. Related Work at Site: Reference is made to the General Requirements for identification of the general nature of other work that is to be performed at the Site by Owner or others (such as utilities and other prime contractors) that relates to the Work contemplated by these Bidding Documents. On request Owner will provide to each Bidder for examination, access to Contract Documents (other than portions thereof related to price) for such other work. 4.7. Safety: Paragraph 6.13.C of the General Conditions indicates that if an Owner safety program exists, it will be noted in the Supplementary Conditions. 4.8. It is responsibility of each Bidder before submitting a Bid to: 4.8.1. Examine and carefully study the Bidding Documents, other related data identified in the Bidding Documents, and any Addenda. 4.8.2. Visit the Site to become familiar with the general, local, and Site conditions that may affect cost, progress, and performance of the Work. 4.8.3. Become familiar with to all federal, state, and local Laws and Regulations that may affect cost, progress, and performance of the Work. 4.8.4. Carefully study all information provided and referenced in plans and specifications. 4.8.5. Consider the information known to Bidder; information commonly known to contractors doing business in the locality of the Site; information and observations obtained from visits to the Site; the Bidding Documents; and the Site-related reports and drawings identified in the Bidding Documents. 4.8.6. Agree at the time of submitting its Bid that no further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of its Bid for performance of the Work at the price(s) Bid and within the times required, and in accordance with the other terms and conditions of the Bidding Documents. INSTRUCTIONS TO BIDDERS v1 00 21 13 - 4 4.8.7. Become aware of the general nature of the work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents. 4.8.8. Promptly give Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder discovers in Bidding Documents and confirm that written resolution thereof by Engineer is acceptable to Bidder. 4.8.9. Determine Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance of the Work. 4.9. Submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this article; that without exception the Bid is premised upon performing and furnishing the Work required by Bidding Documents and applying specific means, methods, techniques, sequences, and procedures of construction that may be shown or indicated or expressly required by Bidding Documents; that Bidder has given Engineer written notice of all conflicts, errors, ambiguities, and discrepancies that Bidder has discovered in Bidding Documents and the written resolutions thereof by Engineer are acceptable to Bidder; and that Bidding Documents are generally sufficient to indicate and convey understanding of terms and conditions for performing and furnishing the Work. 5. SPECIAL PRODUCT REQUIREMENTS 5.1. Bidder’s attention is directed to the Supplementary Conditions, Paragraph 6.03. 6. PREBID CONFERENCE A MANDATORY pre-bid conference will be held on March 15, 2024, at 10:30am Central Time at the Purchasing Conference Room 131, 625 St. Joseph Street, New Orleans, Louisiana or if you are unable to attend this in-person meeting, you can also join via teleconference call: Microsoft Teams meeting Join on your computer, mobile app or room device Click here to join the meeting Meeting ID: 224 524 953 102 Passcode: rxMXJV Download Teams | Join on the web Or call in (audio only) +1 504-224-8698,,229048139# United States, New Orleans Phone Conference ID: 229 048 139# 6.1. Representatives of Owner and Engineer will be present to discuss the Project. Bidders are required to attend and participate in the conference. An award will be issued to Bidders that have a representative at the pre-bid conference. Procurement will transmit to prospective Bidders of record such Addenda as Engineer considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or https://teams.microsoft.com/l/meetup-join/19%3ameeting_NmIyNzY4ODctZDc1OS00ZTJiLThmM2UtZTcxOGFjZGM0Yjkw%40thread.v2/0?context=%7b%22Tid%22%3a%22db706155-4aa7-4a5e-b348-b35c3136f6a7%22%2c%22Oid%22%3a%22e06d0e5f-2595-4a74-939b-f52dc2a3acf9%22%7d https://www.microsoft.com/en-us/microsoft-teams/download-app https://www.microsoft.com/microsoft-teams/join-a-meeting tel:+15042248698,,229048139#%20 INSTRUCTIONS TO BIDDERS v1 00 21 13 - 5 legally effective. 7. SITE AND OTHER AREAS 7.1. The Site is identified in the Bidding Documents. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by Owner, unless otherwise provided in the Bidding Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment, or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. 8. INTERPRETATIONS AND ADDENDA 8.1. All questions about the meaning or intent of the Bidding Documents are to be submitted to the Sewerage & Water Board Purchasing Department. Interpretations or clarifications considered necessary by Engineer in response to such questions will be issued by Addenda sent to all parties recorded by the office issuing documents as having received the Bidding Documents. Questions received after March 16, 2023 at 5:00 p.m. may not be answered. Only questions answered by Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 8.2. Addenda may also be issued to clarify, correct, or change the Bidding Documents as deemed advisable by Owner or Engineer. 8.3. Addenda issued in response to questions will be issued no later than 72 hours prior to bid opening. 9. BID SECURITY 9.1. Bid shall be accompanied by Bid security made payable to Owner in an amount of 5 percent of Bidder’s maximum Bid price and in the form of a certified check, bank money order, or a Bid bond (on the attached form), issued by a surety meeting the requirements of Paragraph 5.01 and Paragraph 5.02 of the General Conditions. 9.2. Upon Notice of Award of the Contract, the Bid security of all bidders, other than the lowest two (2) formal bidders will be returned upon request. The return of the Bid security to whom the Contract is awarded is conditioned upon the successful bidder furnishing the insurance required in the specifications and appearance before the Notary for the Sewerage and Water Board of New Orleans within ten (10) consecutive calendar days after notice by the Executive Director or designee of the award of the contract and executing the contract and furnishing bond for the faithful fulfillment thereof according to the attached specifications. The Bid security of the next lowest bidder will be returned as soon as the successful bidder has executed the Contract and furnished bond upon request. If all bid proposals are rejected, all Bid security will be returned immediately upon request. 9.3. Bid security of other Bidders whom Owner believes do not have a reasonable chance of receiving the award will be returned within 7 days after Bid opening upon request. INSTRUCTIONS TO BIDDERS v1 00 21 13 - 6 10. CONTRACT TIMES 10.1. The number of days within which, or the dates by which, Milestones are to be achieved and the Work is to be substantially completed and ready for final payment are set forth in the Agreement. 11. LIQUIDATED DAMAGES 11.1. Provisions for liquidated damages, if any, are set forth in the Agreement. 12. SUBSTITUTE AND “OR-EQUAL” ITEMS 12.1. The Contract, will be on the basis of materials and equipment specified or described in the Bidding Documents without consideration of possible substitute or “or-equal” items. Whenever it is specified or described in the Bidding Documents that a substitute or “or- equal” item of material or equipment may be furnished or used by Contractor if acceptable to Engineer, application for such acceptance will not be considered by Engineer until after the Effective Date of the Agreement. 13. WAGE RATES 13.1. The Work under these Bidding Documents is to be paid for by public funds; therefore, minimum prevailing wage rates published by the Secretary of the U.S. Department of Labor (see appended rate tables). Refer to Attachment #5 of the Supplementary Conditions for more information. 13.2. The successful bidder is to make available to the Board, complete records in connection with payment of employees during the term of the job in order to permit the Internal Audit Division to check as to adherence to the wage scale presently in effect in accordance with U.S. Government standards. 14. PREPARATION OF BID 14.1. With each electronic copy of the Bidding Documents, Bidder will be furnished one separate Bid Form, and, if applicable, the Bid Bond Form. Contractor is to print and complete all pertinent documents included as the Original Form of Proposal. 14.2. All blanks on the Bid Form shall be completed by typing or printing with ink and the Bid Form signed in ink. Erasures or alterations shall be initialed in ink by the person signing the Bid Form. A Bid price shall be indicated for each Bid item, unit price item, and alternate listed therein. 14.3. A Bid by a corporation shall be executed in the corporate name by the president or a vice president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown. INSTRUCTIONS TO BIDDERS v1 00 21 13 - 7 14.4. A Bid by a partnership shall be executed in the partnership name and signed by a partner (whose title must appear under the signature), accompanied by evidence of authority to sign. The official address of the partnership shall be shown. 14.5. A Bid by a limited liability company shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 14.6. A Bid by a joint venture shall be executed by each joint venturer in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. 14.7. All names shall be typed or printed in ink below the signatures. 14.8. The Bid shall contain an acknowledgement of receipt of all Addenda; the numbers of which shall be filled in on the Bid Form. 14.9. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 14.10. The Bid shall contain evidence of Bidder’s authority and qualification to do business in the state where the Project is located, or Bidder shall covenant in writing to obtain such authority and qualification prior to award of the Contract and attach such covenant to the Bid. Bidder’s state contractor license number and class, if applicable, shall also be shown on the Bid Form. 15. BASIS OF BID; COMPARISON OF BIDS 15.1. Lump Sum: 15.1.1. Bidders shall submit a Bid on a lump sum basis as set forth in the Bid Form. 15.1.2. Bidders shall submit a Bid on a lump sum basis for the base Bid and include a separate price for each alternate described in the Bidding Documents as provided for in the Bid Form. The price for each alternate will be the amount added to or deleted from the base Bid if Owner selects the alternate. In the comparison of Bids, alternates will be applied in the same order as listed in the Bid Form. 15.2. Unit Price: 15.2.1. Bidders shall submit a Bid on a unit price basis for each item of Work listed in the Unit Price Bid Table. 15.2.2. The total of all prices will be the sum of the products of the estimated quantity of each item and the corresponding unit price. The final quantities INSTRUCTIONS TO BIDDERS v1 00 21 13 - 8 and Contract Price will be determined in accordance with Paragraph 11.03 of the General Conditions. 15.2.3. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. 15.3. Alternates: 15.3.1. Alternates requiring pricing in the Bid Form are described in Section 01 11 01, Summary of Work, and in the Bid Form, if applicable. 15.3.2. Indicate in Bid Form the amount to be added or subtracted from the base Bid for alternates described. 15.3.3. Include cost of all related work, including modifying surrounding work to integrate the Work of each alternate. 15.3.4. Alternates listed on Bid Form will be reviewed and accepted or rejected at Owner’s option. Accepted alternates will be identified in the Agreement if applicable. 16. SUBMISSION OF BID 16.1. The Bid Form, Section 00 41 13 Louisiana Uniform Public Work Bid Form is to be completed and submitted with the Bid Security. The two (2) lowest bidders will have three (3) days following the bid opening to submit the following: 16.1.1. Additional Requirements, Bidder Declaration, Guarantees, and Emergency Procedures. 16.1.2. Affidavit 16.1.3. Voluntary Extensions of the Award of Contract 16.1.4. Affidavit of Non collusion 16.1.5. Conflict of Interest Disclosure Affidavit 16.1.6. Convicted Felon Affidavit 16.1.7. Non-Solicitation Affidavit 16.1.8. Economically Disadvantaged Business Participation Summary Sheet 16.2. A Bid shall be submitted no later than the date and time prescribed, and at the place indicated in the Invitation to Bid. Enclose Bid in a plainly marked package with the Project INSTRUCTIONS TO BIDDERS v1 00 21 13 - 9 title (and, if applicable, the designated portion of the Project for which the Bid is submitted), name and address of Bidder, and accompanied by the Bid security and other required documents. If a Bid is sent by mail or other delivery system, the sealed envelope containing the Bid shall be enclosed in a separate package plainly marked on the outside with the notation “BID ENCLOSED. 16.3. In accordance with LRS 37:2163, Bidders are required to certify they hold an active Contractor’s license and indicate license number on Bid envelope. Bid envelopes received with no Contractor license number will not be opened and will automatically be rejected and considered nonresponsive. 17. OPENING OF BIDS Bids will be opened on April 9, 2024, at 11:00 a.m. at Sewerage and Water Board of New Orleans, 625 St. Joseph Street, Purchasing Conference Room 131, New Orleans, Louisiana and unless obviously nonresponsive, read aloud publicly. The amounts of the base Bids and major alternates, if any, will be made available to Bidders after the opening of Bids. The bid opening will also be available via teleconference: Microsoft Teams meeting Join on your computer, mobile app or room device Click here to join the meeting Meeting ID: 224 524 953 102 Passcode: rxMXJV Download Teams | Join on the web Or call in (audio only) +1 504-224-8698,,229048139# United States, New Orleans Phone Conference ID: 229 048 139# 18. BIDS TO REMAIN SUBJECT TO ACCEPTANCE 18.1. All Bids will remain subject to acceptance for the period of time stated in the Bid Form, but Owner may, in its sole discretion, release any Bid and return the Bid security prior to the end of this period. 19. EVALUATION OF BIDS AND AWARD OF CONTRACT 19.1. Pursuant to Louisiana Statute 38:2225, a resident Bidder shall be allowed a preference over a nonresident Bidder from a state which gives or requires a preference to Bidders from that state. The preference shall be equal to the preference given or required by the state of the nonresident Bidder. 19.2. Owner reserves the right to reject any or all Bids, including without limitation, nonconforming, nonresponsive, unbalanced or conditional Bids. Owner further reserves the right to reject the Bid of any Bidder whom it finds, after reasonable inquiry and https://teams.microsoft.com/l/meetup-join/19%3ameeting_NmIyNzY4ODctZDc1OS00ZTJiLThmM2UtZTcxOGFjZGM0Yjkw%40thread.v2/0?context=%7b%22Tid%22%3a%22db706155-4aa7-4a5e-b348-b35c3136f6a7%22%2c%22Oid%22%3a%22e06d0e5f-2595-4a74-939b-f52dc2a3acf9%22%7d https://www.microsoft.com/en-us/microsoft-teams/download-app https://www.microsoft.com/microsoft-teams/join-a-meeting tel:+15042248698,,229048139#%20 INSTRUCTIONS TO BIDDERS v1 00 21 13 - 10 evaluation, to not be responsible. Owner may also reject the Bid of any Bidder if Owner believes that it would not be in the best interest of the Project to make an award to that Bidder. Owner also reserves the right to waive all informalities not involving price, time, or changes in the Work and to negotiate contract terms with the Successful Bidder. 19.3. In evaluating Bids, Owner will consider whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices, and other data, as may be requested in the Bid Form or prior to the Notice of Award. 20. NOTARIAL FEE. 20.1. The Contract and Bond shall be signed in the City of New Orleans, before the Notary for the Sewerage and Water Board of New Orleans, by the Contractor in person or by a duly authorized representative. The notarial fee for the execution of the contract shall be paid by the Contractor in accordance with the Notarial Fee Schedule below. The Fee Schedule is subject to change, and Contractor is responsible for any deviations from this Fee Schedule. Contractor shall also be responsible for payment of all recordation costs and photocopying at the rate of $0.50 per page. All affidavits of acceptance or substantial completion are $70.00 plus actual recordation costs. NOTARIAL FEE SCHEDULE Notarial work for all Sewerage and Water Board of New Orleans construction contracts, requiring to be notarized: Contract Value Fee Under $1,000.00 $220.00 $1,000.00 to $49,999.99 $410.00 $50,000.00 to $499,999.99 $1,042.00 $500,000.00 to $999,999.99 $2,237.00 $1,000,000.00 or over $4,474.00 21. CONTRACT SECURITY AND INSURANCE 21.1. Article 5 of the General Conditions, as may be modified by the Supplementary Conditions, sets forth Owner’s requirements as to bonds and insurance. When Successful Bidder delivers executed Agreement to Owner, it shall be accompanied by such bonds. 22. SIGNING OF AGREEMENT 23.1 The proposal submitted by the staff-recommended bidder will be tentatively selected by the appropriate Sewerage and Water Board Committee meeting The final award of the contract will be made at the subsequent Board meeting. All prices bid must be held firm for 120 days or until final award of contract by the Board. 23.2 After submittal of required Insurance and Bonds, in form acceptable to the Sewerage and Water Board of New Orleans, the selected Bidder will be authorized by the Executive INSTRUCTIONS TO BIDDERS v1 00 21 13 - 11 Director of the Board to appear before the Notary to sign the contract within ten (10) consecutive calendar days from the date of the notice. 23. SALES AND USE TAXES 24.1 Applicable state and local sales and use taxes for purchase of materials and supplies furnished under this contract shall be paid by the Contractor. Such taxes shall be included in the lump sum bid for the work of this contract. The board shall be relieved of any obligation to pay these taxes. 24. RETAINAGE 24.1. Provisions concerning retainage and Contractor’s rights to deposit securities in lieu of retainage, if applicable, are set forth in the Agreement. 25. BID PROTESTS 25.1. Any formal protest which is to be made by an aggrieved Proposer must be submitted in writing to the Procurement Director, Cashanna K. Moses at cmoses@swbno.org according to Sewerage and Water Board of New Orleans Policy 83(R): Procedural Rules for Bid Appeals. 26. FUNDING 26.1. This project is funded through WIFIA. Specification sections within these specifications applicable to the noted funding sources will apply to this project. END OF SECTION mailto:cmoses@swbno.org INSTRUCTIONS TO BIDDERS v1 00 21 13 - 12 ATTACHMENT CONFLICT OF INTEREST DISCLOSURE AFFIDAVIT STATE OF _____________________________________ PARISH/COUNTY OF __________________ Before me, the undersigned authority, came and appeared being first duly sworn, deposed and said that: who, He/She is the and authorized representative of , hereafter called “Proposer.” The Respondent hereby confirms that a conflict(s) of interest exists /does not exist/may exist (circle one) in connection with this solicitation which might impair Respondent’s ability to perform if awarded the contract, including any familial or business relationships that the Respondent, the proposed subcontractors, and their principals have with the Board officials or employees. (If a conflict(s) of interest exists and/or may exist, describe in a letter the nature of the conflict, the parties involved and why there is a conflict. Attach said letter to this form). Respondent Representative (Signature) (Print or type name) (Address) SWORN TO AND SUBSCRIBED BEFORE ME THIS DAY OF 20______. NOTARY PUBLIC (Signature) NOTARY PUBLIC (Print Name) Notary ID#/Bar Roll # ATTACHMENT CONVICTED FELON AFFIDAVIT STATE OF ____________________ PARISH OF _ Before me, the undersigned authority, came and appeared , who, being first duly sworn, deposed and said that: 1. He/She is the and authorized representative of , hereafter called “Contractor.” 2. The Contractor complies with City Code Section 2-8 (c) for the City of New Orleans. 3. No Contractor principal, member, or officer has, within the preceding five years, been convicted of, or pled guilty to, a felony under state or federal statutes for embezzlement, theft of public funds, bribery, or falsification or destruction of public records. Contractor Representative (Signature) (Print or type name) (Address) Sworn to and subscribed before me, in (CITY/STATE) ____________________________ this day of (MONTH) _____________________ , 20 . Notary Public Notary Identification No./Bar Roll No. ATTACHMENT NON-SOLICITATION AFFIDAVIT STATE OF ____________________ PARISH OF Before me, the undersigned authority, came and appeared , who, being first duly sworn, deposed and said that: 1. He/She is the and authorized representative of ____________ hereafter called “Contractor.” 2. The Contractor has not employed or retained any company or person, other than a bona fide employee working solely for him, to solicit or secure the subject contract. The Contractor has not paid or agreed to pay any person, other than a bona fide employee working for him, any fee, commission, percentage, gift, or any other consideration contingent upon or resulting from the subject contract. Contractor Representative (Signature) (Print or type name) (Address) Sworn to and subscribed before me, in , Louisiana, this day of , 20 . Notary Public Notary Identification No./Bar Roll No. 28 ATTACHMENT CORPORATE RESOLUTION A meeting of the Board of Directors of a corporation organized under the laws of the State of and domiciled in was held this day ,20 ___ and was attended by a quorum of the members of the Board of Directors. The following resolution was offered, duly seconded and after discussion was unanimously adopted by said quorum: BE IT RESOLVED, that is hereby authorized to submit proposals and execute agreements on behalf of this corporation with the Sewerage and Water Board of New Orleans (“SWBNO”). BE IT FURTHER RESOLVED, that said authorization and appointment shall remain in full force and effect, unless revoked by resolution of this Board of Directors and that said revocation will not take effect until the Purchasing Director of SWBNO, shall have been furnished a copy of said resolution, duly certified. I, ___ ____________ , hereby certify that I am the Secretary of __ ________________ , a corporation created under the laws of the State of ________________ domiciled in _____________ ; that the foregoing is a true and exact copy of a resolution adopted by a quorum of the Board of Directors of said corporation at a meeting legally called and held on the ___ day of 20______, as said resolution appears of record in the Official Minutes of the Board of Directors in my possession. This day of , 20_____ SECRETARY ATTACHMENT BIDDER’S ORGANIZATION AN INDIVIDUAL Individual's Name: ________________________________________________________________________ Doing business as: _________________________________________________________________________ Address: _________________________________________________________________________________ Telephone No.: Fax No.: Email: A PARTNERSHIP Firm Name: Address: Name of person authorized to sign: Title: Telephone No.: Fax No.: Email: A LIMITED LIABILITY COMPANY Corporation Name: Address: Name of person authorized to sign: Title: Telephone No.: Fax No.: Email: A CORPORATION IF PROPOSAL IS BY A CORPORATION, THE CORPORATE RESOLUTION MUST BE SUBMITTED WITH PROPOSAL.

1201 N. Third Street, Baton Rouge, Louisiana 70802Location

Address: 1201 N. Third Street, Baton Rouge, Louisiana 70802

Country : United StatesState : Louisiana

You may also like

East Main Lift Station Conversion and Rehabilitation

Due: 14 May, 2024 (in 15 days)Agency: League City

2024 Sewer Rehabilitation

Due: 29 Apr, 2024 (Tomorrow)Agency: Orchard Hiltz McCliment Inc

2024 Sanitary Sewer Rehabilitation

Due: 30 Apr, 2024 (in 2 days)Agency: Village of South Chicago Heights, IL

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.