ADDENDUM NO. 1 Date of Issue: 1/15/2010 CONSTRUCTION PROPOSAL LAKE CHARLES HARBOR AND TERMINAL DISTRICT. for PLC PROJECT NO.

Similar documents
Addendum No.3 to ITB Wakulla County Fire and EMS Station Issued: November 1, 2017

REQUEST FOR PROPOSALS FOR AS-NEEDED TRAFFIC ENGINEERING AND PROFESSIONAL SERVICES FISCAL YEARS 2017 THRU 2019

PRE-BID CONFERENCE FOR BID NO SOUTH MAIN STREET MILLING AND RESURFACING IMPROVEMENTS TOWN OF WINDERMERE, FLORIDA

Transportation Worker Identification Credential (TWIC) Program Overview. July 2007

Date: February 6, ADDENDUM NUMBER ONE (1) CNO Bid No.: C. Invitation to Bid Warehouse Parking Area

Marine Transportation Security Act

September 14, 2016 ADDENDUM NO. 1 SPECIFICATION NO FOR REPAIR SERVICES FOR VEHICLE IMMOBILITY DEVICES ( BOOTS )

REQUEST FOR PROPOSALS FOR AS-NEEDED PROJECT MANAGEMENT AND INSPECTION SERVICES FISCAL YEARS 2017 THRU 2019

CITY OF MOBILE REQUEST FOR PROPOSAL TRANSIT MANAGEMENT SERVICES

REQUEST FOR PROPOSALS FOR AS-NEEDED SAFETY & TRAINING PROFESSIONAL SERVICES FISCAL YEARS 2017 THRU 2019

Dated: 8/29/17. IFB No. B For Purchase & Installation of Manufactured Home

ADDENDUM NO. 1. ATTENTION TO PLANHOLDERS OF RECORD is called to the following revisions of the contract documents:

Date: February 6, ADDENDUM NUMBER ONE (1) CNO Bid No.: B. Invitation to Bid Maintenance Building

CITY OF PORT ARANSAS, TEXAS REQUEST FOR PROPOSAL (RFP) BASEBALL FIELD LIGHTING NOTICE TO BIDDERS

FLORIDA INLAND NAVIGATION DISTRICT INTRACOASTAL WATERWAY MAINTENANCE DREDGING SOUTH OF PORT OF PALM BEACH PALM BEACH COUNTY, FLORIDA

June 13, Sincerely, Tovah LaDier Managing Director I NTERNATIONAL B IOMETRICS & I DENTIFICATION A SSOCIATION

Purchasing and Support Services County Administration Building 44 N. San Joaquin Street, Suite 540 Stockton, CA 95202

REQUEST FOR PROPOSALS

NOTICE OF PRE-QUALIFICATION OF CONTRACTORS FOR THE INSTALLATION, REPLACEMENT AND/OR RELOCATION OF STORMWATER CULVERTS, PIPES AND APPURTENANCES

REQUEST FOR PROPOSALS FOR AS-NEEDED CIVIL ENGINEERING AND PROFESSIONAL SERVICES FISCAL YEARS 2017 THRU 2019

Membrane Pre-Selection Request For Proposal

Pre-Bid Conference RCC Employee Parking Lot Contract Number /22/18

SECTION 9: FORMAL PROCEDURES

Kansas City Area Transportation Authority BID # ADDENDUM NO.3

SAN ANTONIO WATER SYSTEM NACO PUMP STATION IMPROVEMENTS PROJECT SAWS PROJECT NO SOLICITATION NO. B DD ADDENDUM NO.

DOING BUSINESS WITH THE. Orange County Board of County Commissioners. Orange County Procurement Division

CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS

POLICY 6800 PROCUREMENT

How To Do Business With Orange County Public Schools. Procurement Services 445 W. Amelia Street Orlando, FL

REQUEST FOR PROPOSAL Milling Services

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama REQUEST FOR PROPOSALS RFP WEBSITE DEVELOPMENT AND REDESIGN

APPENDIX A. DBE Information to be submitted with Proposal

REQUEST FOR PROPOSALS (RFP #18-001) Vessel Construction Management Services

REQUEST FOR PROPOSALS FOR AS-NEEDED BRIDGE INSPECTION AND LOAD RATING SERVICES FOR MOVEABLE BRIDGES AND FIXED RAILROAD BRIDGES

MINORITY BUSINESS ENTERPRISE PROCEDURES FOR STATE FUNDED PUBLIC SCHOOL CONSTRUCTION PROJECTS Revised JUNE 2008

ENABLING CONSTRUCTION PROJECTS FOR THE SOUTH TERMINAL REDEVELOPMENT PROGRAM CONSTRUCTION MANAGEMENT/GENERAL CONTRACTOR (CM/GC) CONTRACT NO.

REQUEST FOR PROPOSAL For: Rhode Island Tourism Economic Impact Analysis Project Overview Background SCOPE OF WORK Program Overview and Background

Florida Association of Public Procurement Officials, Inc.

AGENDA REPORT. Meeting Date: December 21, 2010 Item Number: F 23

The DBE Program is an outreach, education, and objectives program designed to increase the participation of DBEs in the CWSRF Program.

BALTIMORE CITY PUBLIC SCHOOLS MINORITY AND WOMEN BUSINESS ENTERPRISE PROGRAM AND PROCEDURES MANUAL FOR STATE FUNDED PROJECTS

STATE UNIVERSITY CONSTRUCTION FUND P R O G R A M D I R E C T I V E S

All Proposers, Request For Proposals #110070: Mobility and Travel Training Specialized Transportation to Public Transit

Informational Workshop How to do Business with the City of Irvine March 31, 2011

City of Houston Office of Business Opportunity

WILLIAMSON COUNTY PURCHASING DEPARTMENT SOLICITATION Utility Coordination and Utility Engineering Services

How to Do Business with Spring Branch ISD. Vendor Relations and Purchasing Procedures

REQUEST FOR PROPOSAL CNC Lathe Machine INSTRUCTIONS TO BIDDERS

Request for Proposals and Specifications for a Community Solar Project

OMB Uniform Grant Guidance and NM Procurement

REQUEST FOR PROPOSAL. Certification Form. CONSTRUCTION MANAGEMENT SERVICES RFP Number BS June 24, of 9

The Uniform Guidance and Procurement TEXAS ASSOCIATION OF COUNTY AUDITORS

Automated Airport Parking Project

WESTMINSTER SCHOOL DISTRICT NUTRITION SERVICES REQUEST FOR PROPOSAL FRESH PRODUCE 17/ For: July 1, 2018 to June 30, 2019

Request for Proposals for Angeltrax Mobile Video Surveillance Systems

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

STATE FUNDS AND FISCAL COMPLIANCE POLICIES

RFP & SPECIFICATIONS School Buses (3)

Request for Proposals Event Coordinator Services

REQUEST FOR PROPOSAL FOR BACKUP EMERGENCY GENERATORS DESIGN TOWN OF YUCCA VALLEY

Multi-Purpose Paper Bid No. PR10-B14

SCDOT MINORITY BUSINESS ENTERPRISE UTILIZATION PLAN

NOTICE OF REQUEST FOR PROPOSALS

Request for Quotation (RFQ) Solicitation Overview

REQUEST FOR PROPOSALS FOR ADMINISTRATION BUILDING REMODELING

NOTICE TO BIDDERS. Replacement of Overhead Doors at Public Works Roads Building Snow Hill, Worcester County, Maryland

RFP #: SB06-PO1617 EMERGENCY RESPONDER TRAINING FACILITY Page 1

REQUEST FOR PROPOSAL FOR BUILDING LEASE

Disadvantaged Business Enterprise (DBE) Utilization on City Projects. Division of Affirmative Action

Disadvantaged Minority/Disadvantaged Women Business Enterprise Good Faith Effort Determination Form Instructions

RESOLUTION NUMBER 2877

SOLANO COMMUNITY COLLEGE DISTRICT GOVERNING BOARD AGENDA ITEM REVISIONS TO MEASURE Q SMALL, LOCAL, AND DIVERSE BUSINESS PROGRAM PILOT PROGRAM

Disadvantaged Business Enterprise (DBE) Program for Federally-Assisted Projects. Federal Fiscal Years

PRE-PROPOSAL CONFERENCE Tuesday, October 19, 2010 SOUTH CENTRAL CORRIDOR HIGH CAPACITY TRANSIT FEASIBILITY STUDY

Information Technology Business Impact Analysis Consulting Services

CONSOLIDATED SCHOOL DISTRICT 158 March 12,2012 SPECIFICATIONS FOR REFINISHING HARDWOOD GYMNASIUM FLOORS BID # ADDENDUM NUMBER ONE

REQUEST FOR PROPOSALS EMERGENCY GENERATOR INSTALL AT THE NEGAUNEE SERVICE CENTER (NSC)

Foreign Currency Exchange and Passenger Amenities

UNION COUNTY MINORITY AND SMALL BUSINESS GUIDELINES AND OUTREACH PLAN

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

PRE-PROPOSAL CONFERENCE REQUEST FOR COMPETITIVE SEALED PROPOSAL (RFCSP)

Wayne County Community College District District Office Building 801 W. Fort Street Fourth Floor Purchasing Conference Room Detroit, MI 48226

NDOT Civil Rights DBE Program Small Business Element

CITY OF ROCHESTER, NEW HAMPSHIRE INVITATION TO BID

Projects from the American Recovery and Reinvestment Act of 2009 (ARRA) Enacted February 17, 2009

Within the context of this policy, the following definitions apply:

Memphis International Airport

STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION REQUEST FOR QUALIFICATIONS NOTICE NUMBER 03A2139

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS

Public Address System Norwalk Public Schools REQUEST FOR PROPOSAL 1/16/15 Proposal Response Date:

EDGAR and Procurement CHOICE PARTNERS OCTOBER 12, 2016

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY (DC WATER) REQUEST FOR QUOTE RFQ 18-PR-DIT-27

Bidders Conference. One-Stop Career Center Operator March 18, An Equal Opportunity Employer/Program

Design Build Services Lake Shawnee Junior Pond Improvements

Below are five basic procurement methods common to most CDBG projects:

TWIC Program FAQs. 1. Does a security plan need to provide a list of employees who have a TWIC?

REQUEST FOR PROPOSALS

KDOT Procurement Guidelines for STP/CMAQ Funded Planning, Education, and Outreach Projects Effective 10/1/12

1/8/2013. IMPORTANT Dates

REQUEST FOR PROPOSAL. Production & Supply of Promotional & Marketing Items for Maldive Gas Pvt Ltd TENDER DOCUMENT

Transcription:

ADDENDUM NO. 1 Date of Issue: 1/15/2010 to CONSTRUCTION PROPOSAL LAKE CHARLES HARBOR AND TERMINAL DISTRICT for PLC PROJECT NO. CP09004 WESTLAKE WAREHOUSE SHORE STABILIZATION PREPARED BY LAKE CHARLES HARBOR & TERMINAL DISTRICT 150 MARINE STREET LAKE CHARLES, LA 70601 (337) 439-3661 Phone (337) 493-3603 Fax Receipt and acknowledgement of this addendum must be noted in the bidder s proposal. The following items should be noted by bidders on the above referenced project: 1. All debris must be disposed in accordance with all local, state, and federal laws. 2. Crushed concrete in lieu of crushed stone is acceptable.. 3. 30 lb may be used in lieu of 10 lb. 4. No debris shall be used as fill. 5. Survey was performed in May 2009. Contractor shall be responsible for any additional surveys performed. Port shall do a post survey and compare to original for final quantities. See attached survey from Pelican Land Surveying. 6. Contractor shall be responsible for contacting DOTD regarding staging areas. 7. All questions shall be addressed in writing, via email, or fax no later than November 29, 2010 by 4:00 PM CST. 8. See attached pre-bid agenda and sign in sheet from the pre-bid meeting. 9. See attached plan holder list of bidders. If you have any further questions or comments, please submit them in writing via fax/email/mail to Shaunna Davis @ (337) 493-3603 / sdavis@portlc.com / 150 Marine Street, Lake Charles, LA 70601. NO QUESTIONS WILL BE ANSWERED AFTER 4:00 PM CST ON NOVEMBER 29, 2010. 1

DESIGNED: DRAWN: CHECKED: APPROVED: F.B. No.: EWW DWS DWS A Professional Land Surveying Firm PO Box 1747 Sulphur, LA 70664-1747 Phone/Fax 337-533-8116 TOPOGRAPHIC SURVEY OF LAKE CHARLES HARBOR AND TERMINAL DISTRICT WESTLAKE WAREHOUSE FACILITY WESTLAKE, LOUISIANA PROJECT NO.: DATE: 090406 MAY 6, 2009 1" = 40' 1 OF 1 SCALE: SHEET:

Pre Bid Meeting / Site Tour PLC No. CP09004 Westlake Warehouse Shore Stabilization Lake Charles Harbor & Terminal District November 10, 2010 1. Introduction of Participants A. Point of contact for Questions/Clarifications/Requests for Information Shaunna Davis, Contract Reviewer 3 B. Role of Participants Shaunna Davis, Contract Reviewer 3, LCHTD Donald Brinkman, Director of Engineering, Maintenance & Development, LCHTD Gavin Abshire, Construction Manager, LCHTD Robert Guillory, Program Manager, LCHTD Prospective Bidders C. Solicitation Key Websites www.bidsync.com for the submission of electronic bids www.portlc.com information about the Port of Lake Charles 2. PPE Safety Requirements A. Required Hard Hat Leather Shoes/Boots Safety Vests B. Recommended Safety Glasses Steel Toe Boots 3. TWIC Requirements A. TWIC is a common identification credential for all personnel requiring unescorted access to secure/restricted areas of Maritime Transportation Security Administration (MTSA) regulated facilities, vessels and all mariners holding Coast Guard issued credentials. The Transportation Security Administration will issue workers a tamper resistant Smart Card containing the worker s biometric (fingerprint template) to allow for a positive link between the card itself and the individual. B. TWIC Website at www.tsa.gov/twic or call 1 866 347 TWIC (8942). C. This project will not be located in a restricted area. 4. Review of Bid Requirements / Documents A. Brief description of target dates Public Bid Opening Friday, December 3, 2010; 1:30 PM (CST) Contract Award on or about January 4, 2011 Notice to Proceed on or about February 1, 2011 Substantial Completion 120 calendar days / Final Acceptance 130 calendar days / LD s $330/day

B. Discussions (such as comments made during Site Visit), meeting minutes, etc. DO NOT change requirements, ONLY formally issued Addendums Questions MUST be submitted in writing to the Contracts Reviewer no later than November 29, 2010 by 4:00 (CST) o Shaunna Davis Email: sdavis@portlc.com Fax: (337) 493 3538 Address: 150 Marine Street, Lake Charles, LA 70601 Addendums MUST be acknowledged in the Addenda section of the Louisiana Uniform Public Work Bid Form included in the project package for CP09004 C. Bid Form The Office of Facility Planning and Control has issued the Louisiana Uniform Public Work Bid Form and is included in the contract documents Please note that this form includes the following o Acknowledgement of Addenda o Base Bid Amount o Name and Address of Bidder o Louisiana Contractor s License Number o Name / Title / Signature of Authorized Signatory of Bidder o Date o Schedule of Bid Items This is a sealed bid and you MUST include your contractor s license on the envelope along with the company name and title of the bid D. Affidavit of Notice of Fee Disposition PURSUANT TO LA. R.S. 38:2196.1, any person or other entity that enters into any contract awarded without bidding with a state entity or local entity, or any contract with a local entity exceeding ten thousand dollars awarded with bidding, in which a commission, fee, or other consideration is paid to the contractor for the contractor to sell to or provide to the state entity or local entity any commodity, goods, brokerage service or other service of any kind, insurance, or anything of value, then the full disposition, splitting, or sharing of such commission, fee, or other consideration shall be disclosed to the state entity or local entity by the contractor in writing by an AFFIDAVIT OF NOTICE OF FEE DISPOSITION. This form must be completed by all bidders. Refer to the form in the contract documents page 20. E. DBE Goal Disadvantaged Business Entity (DBE) are those firms currently certified by the Louisiana Department of Transportation and Development as Disadvantaged and/or Women Business Enterprises. Only these firms are certified eligible to participate for work or services to be counted toward contract goals for the above stated project. There is a DBE Certified Contractor goal of 10% for this project. After the apparent low bidder is determined, contractor shall have twenty four (24) hours to submit proper DBE participation forms. The LA DOTD website (http://www.dotd.la.gov/lettings/construction.aspx ) provides the current listing of certified DBE Firms. This list is not an endorsement or guarantee of capability, dependability, or availability of any firm listed. Credit for DBE/WBE participation will only be given for use of certified firms.

5. Review of Technical Requirements Gavin Abshire A. Overview of scope and drawings 6. Site Tour, if requested Gavin Abshire gabshire@portlc.com 337 493 3544 Office 337 884 4720 Moble

Westlake Warehouse Shore Stabilization PLC No. CP9004 PLAN HOLDER LIST Company Contact Phone Fax Email B&J Inc. Nathan Dondis (337) 774 0608 (337) 774 0609 nathandondis@bjmarineservices.com Civil Construction Company Josh Elliott (337) 882 0752 (337) 882 6617 josh@cccesi.com H D Truck & Tractor, LLC Darlene Bragos (337) 439 9710 (337) 439 0078 durousseauinc@aol.com F.Miller Construction, LLC Mark Boudreaux (337) 439 4552 (337) 439 5491 mboudreaux@fmillerconstruction.com Priola Construction Sherri / Alicia Fontenot (337) 855 9043 (337) 855 7949 Alfred Palma, LLC James Palma (337) 436 0830 (337) 436 2530 james@aplamainc.com McGraw Hill Const/AGC Judy Tate (504) 821 3383 (504) 821 3464 judy_tate@mcgraw hill.com D&G Jimmy Daigle (337) 625 5150 (337) 625 5154 jdaigle@bellsouth.net