Swoon! We can’t get over how quickly the curtainwall is going up at the New North Terminal at MSY! #HGBM #HuntGibbsBohMetro #nolatricentennial #builtwithpride #Opening2019 #iconic #teamgibbs Louis Armstrong New Orleans International Airport Boh Bros. Construction Co., L.L.C.
- - SMOOTHIE KING CENTER REQUEST FOR QUALIFICATIONS ARCHITECTURAL SERVICES AFC $1,500,000.00 March 2, 2018 Project # SKC-2018-ROOF-AFC1.5M The Design Professional is to supply all materials, labor and efforts needed to complete The Scope of Work, which is generally defined as: Evaluate, study and recommend the best course of action, design solutions and Design Documents, regarding the replacement of the Smoothie King Center Roof. The LSED Business Opportunity Program (BOP) is designed to strengthen our local community engagement by proactively seeking eligible business enterprises that represent the communities that LSED serves. The LSED BOP will provide equitable opportunities for small and diverse suppliers of goods and services integral to the day-to-day operation and ongoing capital needs of the LSED facilities. Through this program, the LSED will contribute to the economic vitality of the community we serve, while benefitting directly from a broader selection of competitively priced goods and services. LSED is seeking DBE participation for this project and Proposers are encouraged to engage DBE certified firm as a part of their bid package. SMG/LSED is committed to achieving inclusion of minority and women-owned business with respect to the procurement of goods, products and services. If applicable, provide your firm’s or your subcontractor’s Disadvantaged Business Enterprise SLDBE Certification in accompaniment of the Bid. Access to the facility and all questions regarding this Scope and Process should be directed to Pat Tobler, Program Manager, in writing, via e-mail only, at
pat@toblerllc.com All documentation for the project, including this Advertisement and the Request for Qualifications, shall be posted on Letterman’s Bid Connect. Documents may be obtained without charge and without deposit at
www.lettermans bidconnect.com To be able to receive all ongoing documentation, including Addendum, the Professional must register with Letterman’s. The available funds for construction for this project is $1,500,000. RFQ Responses will be received at the Tobler Company on Thursday, April 5, 2018, no later than 2:00pm. 1500 Sugar Bowl Drive, Suite A, Mercedes-Benz Superdome Gate A Mezzanine Level, New Orleans, Louisiana, 70112. 249467-mar 2-9-16-3t
PUBLIC NOTICE - - - REQUEST FOR QUALIFICATIONS FOR ARCHITECTURAL/ ENGINEERING SERVICES The St. Bernard Parish Government (SBPG) is seeking assistance for architectural / engineering (A/E) services for Disaster Recovery Community Development Block Grant (CDBG) funds and subsequent implementation of the Old Arabi Streetscape Improvements Phase 2B. Funding for this professional service will be from the Community Development Block Grant Disaster Recovery (CDBG-DR) Program through the Office of Community Development Disaster Recovery Unit. The procedures for the selection of this A/E firm will be in accordance with the procurement requirements of the CDBG-DR Program. All responses received will be evaluated in accordance with the selection criteria and corresponding point system that is identified in the request for qualification statements package. That package also identifies the scope of services to be performed by the selected A/E firm. Interested A/E firms shall obtain an official Request for Qualifications (“RFQ”) package by contacting George Imbraguglio, Jr., Project Manager, Capital Project Department, at 504-278-1548 or
gimbraguglio@sbpg.net. In order to be considered, qualification statements must be received by the St. Bernard Parish Government prior to 10:00 a.m. on March 27, 2018. The St. Bernard Parish Government reserves the right to reject any or all qualification statements. Firms must make positive efforts to use small and minority owned business and women business enterprises as required by 2 CFR 200.321. Firms must comply with Title VI of the Civil Rights Act of 1964 as required by 2 CFR Appendix II. The selected A/E firm shall comply with all CDBG-DR contract and project requirements for all services performed under this contract. The St. Bernard Parish Government is an Equal Opportunity Employer. St. Bernard Parish encourages all small and minority-owned firms, women’s business enterprises, and Section 3 businesses to apply. /s/Keith J. LaGrange, Jr. Keith J. LaGrange, Jr. Director Department of Public Works St. Bernard Parish Government 252868-mar 16-1t
PUBLIC NOTICE - - - REQUEST FOR PROPOSALS The Non-Flood Protection Asset Management Authority (NFPAMA OR MANAGEMENT AUTHORITY OR LESSOR) is issuing a Request for Proposals (“RFP”) for the development and a long term Ground Lease Agreement of a portion of land described as “Lakefront Survey 8.671 ACRE SEABROOK SITE” on the survey by Bryant Hammett and Associates, L.L.C. Professional Land Surveyors, File no. 6754, dated August, 2017, which is made a part of this RFP. The Primary Unrestricted Lease Parcel contains 105,219.70 square feet or 2.416 acres with 65,384.20 square feet or 1.501 acres designated non-exclusive access/ parking servitude located in the 5000 block of Lakeshore Drive, New Orleans, LA 70126, in the vicinity of the Seabrook Boat Launch and the United States Army Reserve Center. The Optional Restricted Lease Parcel contains an additional 207,125.1 square feet or 4.754 acres for a total of 377,729.00 square feet or 8.671 acres. The Primary and Optional Lease Parcels are collectively referred to as the “Leased Premises.” Responses will be received by the NFPAMA at 6001 Stars & Stripes Blvd., Suite 233, New Orleans, Louisiana 70126, no later than Friday, May 11, 2018 at 10:00 AM CST. Copies of the Request for Proposals may be obtained from the NFPAMA website:
www.nfpama.com 249537-mar 2-9-16-3t
PUBLIC NOTICE - - - ADVERTISEMENT FOR BIDS Sealed Bids will be received by the Ernest N. Morial New Orleans Exhibition Hall Authority, a political subdivision of the State of Louisiana, (the "Authority") at 900 Convention Center Boulevard, New Orleans, Louisiana 70130 outside of the Board Room located on the mezzanine level above Hall B for the Ernest N. Morial Convention Center - New Orleans Linear Park Project, Project No. CO0517, Project No. C-1391 (the "Project") until 2:00 P.M, Monday, February 26, 2018; at which time, such timely received bids will be opened publicly and read aloud. Complete Bidding Documents for the Project are being distributed in electronic form by Letterman's Blueprint and Supply Company ("Letterman's") and may be obtained without charge and without deposit from the Public Plan Room at
www.lettermans bidconnect.com Questions about this procedure shall be directed to Letterman's at 2475 Canal Street, Suite 101 New Orleans, Louisiana 70119, phone: (504) 821-9997, fax: (504) 821-9947, and email: nola.production@ lettermans.com Specific questions about the Project shall be directed to the designer, [Manning Architects, APAC 650 Poydras Street, Suite 1250 New Orleans, LA 70130, phone: (504) 412-2000, fax: (504) 412-2001] in writing via e-mail only at MCCNO@manning architects.com Sealed bids must be received by the Authority at 900 Convention Center Boulevard, New Orleans, Louisiana 70130 outside of the Board Room on the mezzanine level above Hall B before 2:00 P.M. on Monday, February 26, 2018. The exterior of the envelope of the sealed bid shall prominently display the Project Name: Ernest N. Morial Convention Center New Orleans Linear Park Project, Project No.: CO0517, Contract No.: C-1391, bidder's name, contact information, and license number. As more fully set forth in the Bidding Documents, bidders also have the option to submit bids electronically at
www.lettermans bidconnect.com Bids submitted electronically must be fully uploaded to
www.lettermansbid connect.com and available for download by the Authority before 2:00 P.M. on Monday, February 26, 2018. The certified check, cashier's check or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to it, in conformity with the Bidding Documents. No bidder may withdraw its bid for at least forty-five (45) days after the time scheduled for the opening of bids. Each bid shall be submitted only on the bid form provided with the Bidding Documents. The successful contractor will be required to execute performance, labor and material payment bonds in the full amount of the contract as more fully defined in the Instructions to Bidders and Bidding Documents for the Project. Bids will be evaluated by the Authority based on the lowest responsive and responsible bid submitted which is also in compliance with the Bidding Documents. The Authority reserves the right to reject any and all bids for just cause in accordance with Title 38 of the Louisiana Revised Statutes. Bids which have not bid in accordance with the Bidding Documents shall not be considered. The mission of the Authority is to promote growth and development of local businesses. The Authority encourages small and emerging businesses to participate on the Project. Any person requiring special accommodations to participate in this solicitation shall notify the designer at MCCNO@manning architects.com or by phone at (504) 412-2000 as soon as possible but in no event later than seven (7) days before the bid opening date. Ernest N. Morial New Orleans Exhibition Hall Authority 239063-jan 19-24-feb 1-3t