You are on page 1of 1

PORT OF NEW ORLEANS LEGALS

PUBLIC NOTICE
BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS
REQUEST FOR QUALIFICATIONS
As-Needed Engineering and Professional Services for
Fiscal Years 2016 thru 2018
INVITATION TO BID
NASHVILLE AVENUE TERMINAL SHED A ROOF REPLACEMENT PHASE 3
Board of Commissioners of the Port of New Orleans (Board) will receive sealed bids in
the Purchasing Department, 2nd floor, Room 240, 1350 Port of New Orleans Place,
New Orleans, Louisiana 70130 until Thursday, June 2nd, 2016 at 2:00 P.M., local time,
for Requisition No. 078371.
The work consists of furnishing all labor, material and equipment for Nashville Avenue
Terminal Shed A Replacement Phase 3 as per the drawings and specifications
provided in this bid document. The site is located at the Nashville Avenue Terminal in
New Orleans, Louisiana. (Estimated Cost: $7 Million to $9 Million).
All Bids must be in accordance with the Bidding Documents on file with the Port of New
Orleans.
Complete contract documents may be obtained at Contract Administration on the
2nd floor, Room 203, at the above address on a payment of a non-refundable fee of
$50.00 per set by check or money order only, payable to the Board of
Commissioners of the Port of New Orleans. In accordance with LSA R.S. 38:2212
(A) (1) (e), contract documents may also be accessed at our Port Plan Room, Port
of New Orleans Web Site at www.portno.com\active-construction-projects.com.
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 held responsible for service
fees.
A pre-bid conference will be held on Monday, May 9th, 2016 at 10:00 A.M. local time
and shall consist of two parts. Transportation Workers Identification Credentials (TWIC)
will be required to attend Part 2 of the pre-bid conference.
Part 1 will be held at the auditorium on the 1st floor of the Port of New Orleans
Administration Building, located at 1350 Port of New Orleans Place, New Orleans, LA,
70130. This part will consist of a presentation of the overview and details of the project.
It is expected to last 30 to 45 minutes, with questions taken in any remaining time at the
end.
Part 2 will be a site visit occurring immediately after Part 1. Attendees will be bussed to
the site. Due to space and manpower constraints, we request that attendees limit their
personnel on this portion of the pre-bid meeting to two individuals per bidder, who must
all have TWIC cards and proper Personal Protective Equipment (PPE). Bidders will be
allowed off the bus while in the secured terminal area and will be allowed to walk inside
the shed. PPE will not be provided by the Port. The site visit will mainly provide the
bidders with the general location of the work within the Port, potential access routes,
and other aspects of the routine working conditions of the terminal. The site visit will be
ground-level only; no lifts or roof access will be provided. The visit is expected to take
30 to 45 minutes.
Private vehicles will not be allowed on the project site at any time. Free parking is
limited at the Port administration building, and located in the parking lot upriver of the
Administration
building. Parking alongIVPort of New Orleans Place
is 1
prohibited.
Req.
No. 078371
Page
of 3
Additional paid parking is available on Henderson Street at the levee wall. All fees for
paid parking shall be the responsibility of the attendees.

Bidders are urged to attend both the conference and the site visit.
Federal regulations require that persons seeking entry to secure areas of United States
ports must present a valid Transportation Workers Identification Credential (TWIC) card
and must maintain possession of the TWIC at all times in secure port areas.
Persons seeking entry to the below listed facilities of the Port of New Orleans must
possess a TWIC in order to attend pre-bid meetings on port property. Restricted areas
include port property between Felicity Street and Henry Clay Avenue, the Alabo Street
Wharf, the Jourdan Road Wharf, the Julia Street and Erato Street Cruise Terminals, and
at both the Poland Avenue Wharf and the Governor Nicholls Street Wharf during cargo
activities. Prospective bidders must provide their own Harbor Police Department
(HPD)-approved TWIC escorts for those in their party who do not have a TWIC. Note
that only contractors with open Board contracts are eligible to be on the approved escort
list. The port will not provide nor arrange for escorts. See Section 1000 General
Requirements.
Once an employer is under contract with the Board, TWIC card holders and their
Sponsoring Employer must submit an application to Harbor Police and the TWIC card
holder must attend a training session in order to be certified as an Approved TWIC
Escort for anyone entering the secured area without a TWIC.
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, the contractor must hold at the time this bid is opened a valid license issued by
the Louisiana Licensing Board for Contractors. This project is classified as
roofing/roofing repair. Objection to the required classification should be filed in
accordance with La. R.S. 37:2163 as stated by the Louisiana State Licensing Board for
Contractors.
A deposit of 5% of the cost of the contract price of work to be done for the Bid, by
certified check, cashier's check, or bid bond is required, and the bidder to whom the
contract is awarded shall also be required to furnish a performance bond in 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.
Work in the amount of at least 50% of total amount of contract as awarded shall be
performed by contractor at the construction site or within his own shop, plant, or yard
with his own employees.
The Board, as an equal opportunity public entity, invites and encourages minorityowned and disadvantaged business companies to submit bids on its projects.
Hard copies of the contract documents are available for purchase. Electronic copies of
the contract documents are available to prospective bidders via our Port Plan Room on
the Port of New Orleans web site at www.portno.com. Contract documents may also
be
available
via e-mail to prospective bidders.
Req.
No. 078371
IV
Page 2 of 3
For general information or for questions related to bidding, please contact:
Ms. Antonia Taylor, Port Manager
Port of New Orleans
Phone: (504) 528-3244
E-mail: taylora@portno.com
Technical questions should be addressed to the following:
Mr. William Cromartie, P.E., Port Project Engineer
Port of New Orleans
Phone: (504) 528-3309
Email: cromartieb@portno.com
Or
Mr. Darren J. Austin, P.E., Port Project Engineer
Port of New Orleans
Phone: (504) 528-3416
E-mail: austind@portno.com
These individuals are not authorized to and shall not render legal opinions or advice.
No information will be given regarding the proper evidence of corporate authority as
required in this bid. Each bidder is advised to consult his own counsel for such
information.
Please be advised that these individuals are not the legal representatives of the Board.

You might also like