Labor, Materials, and Equipment needed to Remove and Replace Existing Flooring in the Gymnasium at The Kennedy Heights Playground

expired opportunity(Expired)
From: Louisiana(State)
JPP-50-00143778

Basic Details

started - 25 Oct, 2023 (6 months ago)

Start Date

25 Oct, 2023 (6 months ago)
due - 28 Nov, 2023 (5 months ago)

Due Date

28 Nov, 2023 (5 months ago)
Bid Notification

Type

Bid Notification
JPP-50-00143778

Identifier

JPP-50-00143778
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.

BID NUMBER- 50–00143778 Labor, Materials, and Equipment needed to Remove and Replace Existing Flooring in the Gymnasium at The Kennedy Heights Playground BID DUE: November 28, 2023 AT 2:00 PM ATTENTION VENDORS!!! Please review all pages and respond accordingly, complying with all provisions in the technical specifications and Jefferson Parish Instructions for Bidders and General Terms and Conditions. All bids must be received on the Purchasing Department’s eProcurement site, www.jeffparishbids.net, by the bid due date and time. Late bids will not be accepted. Jefferson Parish Purchasing Department 200 Derbigny Street General Government Building, Suite 4400 Gretna, LA 70053 Purchasing Specialist II Name: SHANNA FOLSE Purchasing Specialist II Email: sfolse@jeffparish.net Purchasing Specialist II Phone: 504-364-2680
href="http://www.jeffparishbids.net/" target="_blank">http://www.jeffparishbids.net/ mailto:sfolse@jeffparish.net Bid Bond An Electronic Bid Bond must be submitted with this bid, through one of the respective clearing houses at www.jeffparish.net or www.centralbidding.com. To access the bonding companies on Central Bidding, hover over the “Central Bidding” link at the top of the page and select the “Bid Bonds” link. The electronic bid bond number is to be placed in the required section listed on the standard envelope. Scanned copies of bid bonds will not be accepted with your submission. http://www.jeffparish.net/ http://www.centralbidding.com/ LABOR, MATERIALS AND EQUIPMENT TO REMOVE EXISTING VINYL PLANK FLOORS AND REPLACE WITH NEW VINYL FLOOR IN KENNEDY HEIGHTS GYMNASIUM AT KENNEDY HEIGHTS PLAYGROUND, 248 MISSION CT., AVONDALE, LA 70094 BID #50-00143778 SECTION 1.0 – SITE VISITS There will be no pre-bid meeting for this project. The successful bidder will be responsible for all measurements, etc. All site visits should be arranged through Brent Griffin, by calling the office at (504)349-5000 or his cell at (504)419-4415, or email at bgriffin@jeffparish.net SECTION 2.0 – SCOPE: We extend this proposal to cover all labor, materials, and necessary essentials to remove and replace existing flooring in gymnasium at: Kennedy Heights Playground 248 Mission Ct. Avondale, LA 70094 SECTION 3.0 – LICENSE REQUIREMENT: A Louisiana State Contractor’s License will be required in the following classifications: Building Construction, and/or without subclass of Stone, Granite, Slate, Resilient Floor Installation, Carpeting, and/or Specialty of Flooring and Decking. SECTION 4.0 – BOND REQUIREMENTS- • Surety Bond: A Surety Bond in the amount of 5% of the total bid amount will be required with bid submission. • Performance Bond: A Performance Bond in the amount of 50% of the total contract amount will be required. Performance bond shall be produced upon contract execution. • Payment Bond: A payment bond in the amount of 50% of the total contract amount will be required. Payment bond shall be produced upon contract execution. SECTION 5.0 – QUANTITIES/INSPECTION: Bidder must inspect the site and perform their own measurements in order to determine the proper quantity of materials and equipment required to complete this project. All measurements given in these specifications are informational only. SECTION 6.0 – BID SPECIFICATIONS: The successful bidder shall supply all labor, materials, and necessary essentials to perform the following at Kennedy Heights Playground. • Remove existing flooring and base in gymnasium and entry vestibule and haul off • Dumpster provided by contractor • Calcium chloride test less than 5 pounds per 1000 square feet • Prep and patch slab with Mapei Palni Patch Fast Set or equal • Provide and install Burke-Fine Grain smooth wood plank LVT12-101B Natural Oak for main basketball court using Mapei 360 premium solid vinyl tile adhesive or equal. • Provide and install AZrock Vinyl Composition Custom Inserts Basketball Court Kit or equal - black 2 inch wide lines. • Main Basketball court lines to include 2 three-point lines – 2 inch Black (see attached diagrams) and 2 free throw lines • Provide and install Tarkett LVT COLOR or equal in the keys and center circle using Mapei 711 clear thin spread adhesive or equal. • Install (1) one plank wide round outside line of basketball court with Luxury Burke LVT 12-101-B Natural Oak • Provide and install 48” wide border around the perimeter of the 1 plank using Armstrong Feature black number 56790 or equal with Mapei 711 clear thin spread adhesive or equal. • Install the Burke planks around the remainder of the perimeter. • Provide and install 2 volleyball courts inside of the basketball court, measuring 60x30 feet, with a (1) one inch white tile. (see attached layout) • Vinyl composition tile manufacturers can be Azrock or equal, colors pending. • Install new vinyl panel tile as well as VCT tile as allowed in specifications and drawings. Approximated measurement is 8,750 square feet to cover the entire gym floor. • Floor filler to be added as needed to correct any un-level areas in the concrete base floor. Approximated amount is 220 bags. Ardex floor patch or equal. • The contractor will be responsible for getting accurate measurements of the total area of the flooring and material to complete this job. • Pricing shall include floor patching and leveling. • See attached specifications for more detail, drawings and logo. • Contractor will also be responsible to repair any damage caused to work site during the course of this job. • Existing flooring will be removed by successful bidder. • Contractor to provide floor care and maintenance training once job is completed. • Contractor will supply JPRD with 2 additional cases of floor planks for future repairs. • All work to be done in workmanlike manner. • Approximate measurements: 1. Gym Floor – 8,750 square feet 2. 6 inch Rubber Base – 500 linear feet 3. 4 inch rubber Base – 50 linear feet • Patch floor to meet tile manufacturer’s specifications. • Install new vinyl floor and 6 inch rubber cove base with molded corner caps. • Floor tile Specifications: 1. Gym Floor- Burke Luxury tile, color LVT12-101B (Natural Oak), 3.6 inches wide x 37.4 inches long • Fine Grain Wood, smooth wood plank • Gauge 1/8 inch, Wear layer – 12 mills • Border tile land Lane tile – Azrock VS -3—Black Solid or equal • Color – Armstrong Feature tile Exelon number 51821 Black or equal • Inside of key from Boundary line and free throw line – Armstrong Feature tile Exelon • Top half of keys shall be Armstrong Feature tile Exelon number 51821 Caribbean Blue • Center circle to be Tarekett, or equal, with attached KH logo in Armstrong Feature Tile or equal. To be inlaid inside 12 foot radius, (see attached for Kennedy Heights Logo) • Owner is responsible for moving bleachers and waxing new tile after installation. • Main basketball court is 50 feet x 95 feet • All measurements must be field verified by contractors • Vendor must provide proof of sample tiles before ordering any material tiles and base cove must be approved by JPRD before starting the job. • All doors will need reducers or transition strips replaced by all doors that are adjacent to the floor replacement. • The entire floor is to be prepped with floor patch and floor leveler so the floor will not show any defects. • A moisture barrier shall be applied on the entire floor before installing floor tile. • All colors must be approved by owner before installation. SECTION 7.0 - HOURS OF WORK: Work shall be performed during normal working hours. All work must be scheduled with owner representative 5 days in advance. The successful bidder shall work normal building working hours (8:00am – 5:00pm) to provide a safe work environment at no extra charge to Jefferson Parish. SECTION 8.0 – CLEANING AREA AND SAFETY: Job site must be clean and free of all litter and debris daily and upon completion of the contract. Passageways must be kept clean and free of material, equipment, and debris at all times. Inflammable material must be removed from the job site daily, because storage will not be permitted on the premises. Precautions must be exercised at all times to safeguard the welfare and safety of the general public, employees of Jefferson Parish, and other Parish officials. SECTION 9.0 – PERMITS: The successful bidder shall obtain any and all permits required by the Jefferson Parish Department of Inspection and Code Enforcement. The successful bidder shall also be responsible for payment of these permits. All permits must be obtained prior to the start of the project. SECTION 10.0 – WARRANTY: All workmanship shall be done not to interfere with the existing One (1) year warranty in writing, from the manufacturer from the date of acceptance of the projects against defects. The bidder must agree, upon written notice from the owner, promptly and without charge, and to the satisfaction of the owner, to make changes, replacements, and corrections which may be required to make good all defects in materials and/or equipment under its intended use, within the warranty period, at no cost to the owner SECTION 11.0 – EXISTING STRUCTURE: Should any cutting, patching, alteration, addition, or repairs to existing structure, wall, floor, ceiling, or part of building be required of this project, the successful bidder shall restore the alteration to its original condition, with the same type materials, finish, and workmanship. SECTION 12.0 – SDS: The bidder shall notify the Jefferson Parish Department of Parks and Recreation contact person of any hazardous substances that will be brought to and/or used at the workplace. The successful bidder shall provide material safety data sheets MSDS as per this requirement to the Project Manager, Department of Parks and Recreation. SECTION 13.0 – PRE-CONSTRUCTION CONFERENCE AND NOTICE TO PROCEED: A Pre-Construction Conference shall be held between the successful bidder and the owner before any work commences. No work shall be performed until the successful bidder receives a written “Notice to Proceed” to begin work. SECTION 14.0 – CONSTRUCTION TERM Upon receiving a Notice to Proceed, the successful bidder agrees that all work to be completed as follows: Vendor agrees to commence actual physical work on the site with adequate force and equipment within 120 DAYS from the date of notice to proceed. Consecutive calendar days from date of Notice to Proceed. INVITATION TO BID THIS IS NOT AN ORDERDATE: BID NO.: 10/25/2023 50-00143778 Page: 1 LATE BIDS WILL NOT BE ACCEPTED NOTE: ONLY BIDS WRITTEN IN INK OR TYPEWRITTEN, AND PROPERLY SIGNED BY A MEMBER OF THE FIRM OR AUTHORIZED REPRESENTATIVE, WILL BE ACCEPTED. PENCIL AND/OR PHOTOSTATIC FIGURES OR SIGNATURES SHALL RESULT IN BID REJECTION. HOWEVER, ELECTRONIC SIGNATURES AS DEFINED IN LSA - R.S. 9:2620(8) ARE ACCEPTABLE. SIGNATURE MUST BE A SECURED DIGITAL SIGNATURE. Visit our website at HTTP://PURCHASING.JEFFPARISH.NET JEFFERSON PARISH PURCHASING DEPARTMENT P.O. BOX 9 GRETNA, LA. 70054-0009 504-364-2678 INSTRUCTIONS FOR BIDDERS AND GENERAL CONDITIONS THE FOLLOWING INSTRUCTIONS APPLY TO ALL BIDS PURCHASING SPECIALIST: All bids submitted are subject to these instructions and general conditions and any special conditions and specifications contained herein, all of which are made part of this bid proposal reference. By submitting a bid, vendor agrees to comply with all provisions of Louisiana Law as well be in compliance with the Jefferson Parish Code of Ordinances, Louisiana Code of Ethics, applicable Jefferson Parish ethical standards and Jefferson Parish Resolution No. 136353 and/or Resolution No. 141125 as amended. Jefferson Parish adheres to the Louisiana Code of Governmental Ethics, contained in Louisiana Revised Statutes Annotated, R.S. 42:1101, et seq. Vendor/Proposer by this submission, warrants that there are no "conflicts of interest" related to this procurement that would violate applicable Louisiana Law. Violation of the Louisiana Code of Governmental Ethics may result in rescission of contract, permit or licenses, and the imposition of fines and/or penalties, without contractual liability to the public in accordance with applicable law. All vendors submitting bids should register as a Jefferson Parish vendor if not already yet registered. Registration forms may be downloaded from http://purchasing.jeffparish.net and by clicking on Vendor Information. Current W-9 forms with respective Tax Identification numbers and vendor applications may be submitted at any time; however, if your company is not registered and/or a current W-9 form is not on file, vendor registration is mandatory. Vendors may experience a delay in payment if your company is not a registered vendor with Jefferson Parish. All quotations shall be based on F.O.B. Agency warehouse or job site, anywhere within the Parish as designated by the Purchasing Department. This provision does not apply to public works projects JEFFERSON PARISH requires all products to be new (current) and all work must be performed according to standard practices for the project. Unless otherwise specified, no aftermarket parts will be accepted. Unless otherwise specified, all workmanship and materials must have at least one (1) year guaranty, in writing, from the date of delivery and/or acceptance of the project. Any deviations or alterations from the specifications must be indicated and/or supporting documentation supplied with bid submission. Bidders should submit all questions in writing via email to the Purchasing Specialist’s email address as indicated above, no later than Five (5) working days prior to the bid opening. Bid numbers should be mentioned in all requests. If submitting online, vendors may send questions via the E-Procurement site no later than Five (5) working days prior to the bid opening. If this bid requires a pre-bid conference (see Additional Requirements section), bidders are advised that such conference will be held to allow bidders the opportunity to identify any discrepancies in the bid specifications and seek further clarification regarding instructions. The Purchasing Department will issue a written response to bidders’ questions in the form of an Addendum. Please note that all official communication will be expressed in the form of an addendum. 2:00 PM, 11/28/2023BIDS WILL BE RECEIVED ONLINE VIA WWW.JEFFPARISHBIDS.NET UNTIL SFOLSE@jeffparish.net AND PUBLICLY OPENED THEREAFTER IN THE WEST BANK PURCHASING DEPT, SUITE 4400, JEFFERSON PARISH GENERAL GOVERNMENT BUILDING, 200 DERBIGNY STREET, GRETNA, LA 70053. At no charge, bidders are to submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site. Additional instructions are included in the text box highlighting electronic procurement. DATE: BID NO.: 10/25/2023 50-00143778 Page: 2 INSTRUCTIONS FOR BIDDERS AND GENERAL CONDITIONS A. AWARD OF CONTRACT: JEFFERSON PARISH reserves the right to award contracts or place orders on a lump sum or individual item basis, or such combination, as shall in its judgment be in the best interest of JEFFERSON PARISH. Every contract or order shall be awarded to the LOWEST RESPONSIVE and RESPONSIBLE BIDDER, taking into consideration the CONFORMITY WITH THE SPECIFICATIONS and the DELIVERY AND/OR COMPLETION DATE. SPLIT AWARDS MADE TO SEVERAL VENDORS WILL ONLY BE GRANTED TO THOSE DEEMED RESPONSIVE AND RESPONSIBLE. All bid prices shall remain valid for 45 days. Jefferson Parish and the lowest responsive and responsible bidder(s) by mutual written consent may mutually agree to extend the deadline for award by one (1) or more extensions of thirty (30) calendar days. PROTESTS: Only those vendors that submit bids in response to this solicitation may protest any element of the procurement, in writing to the Director of the Purchasing Department. Written protest must be received within 48 hours of the release of the bid tabulation by the Purchasing Department. After consultation, the Parish Attorney’s Office will then respond to protests in writing. (For more information, please see Chapter 2, Article VII, Division 2, Sec. 2-914.1 of the Jefferson Parish Code of Ordinances.) PREFERENCE: Unless federal funding is directly spent by Jefferson Parish for this purchase, preference is hereby given to materials, supplies, and provisions produced, manufactured or grown in Louisiana, quality being equal to articles offered by competitors outside the state. “LSA – R.S. 38:2251-2261” B. USE OF BRAND NAMES AND STOCK NUMBERS: Where brand names and stock numbers are specified, it is for the purpose of establishing certain minimum standards of quality. Bids may be submitted for products of equal quality, provided brand names and stock numbers are specified. Complete product data may be required prior to award. C. CANCELLATION OF CONTRACT: JEFFERSON PARISH reserves the right to cancel all or any part if not shipped promptly. No charges will be allowed for parking or cartage unless specified in quotation. The order must not be filled at a higher price than quoted. JEFFERSON PARISH reserves the right to cancel any contract at anytime and for any reason by issuing a THIRTY (30) day written notice to the contractor. For good cause and as consideration for executing a contract with Jefferson Parish, vendor conveys, sells, assigns and transfers to Jefferson Parish or its assigns all rights, title and interest in and to all causes of action it may now or hereafter acquire under the antitrust laws of the United States and the State of Louisiana, relating to the particular good or services purchased or acquired by Jefferson Parish. D. PRICES: Jefferson Parish is exempt from paying sales tax under LSA-R.S. 47:301 (8)(c). All prices for purchases by Jefferson Parish of supplies and materials shall be quoted in the unit of measure specified and unless otherwise specified, shall be exclusive of state and local taxes. The price quoted for work shall be stated in figures. In the event there is a difference in unit prices and totals, the unit price shall prevail. Quantities listed are for bidding purposes only. Actual requirements may be more or less than quantities listed. Bidders are not to exclude from participation in, deny the benefits of, or subject to discrimination under any program or activity, any person in the United States on the grounds of race, color, national origin, or sex; nor discriminate on the basis of age under the Age Discrimination Act of 1975, or with respect to an otherwise qualified handicapped individual as provided in Section 504 of the Rehabilitation Act of 1973, or on the basis of religion, except that any exemption from such prohibition against discrimination on the basis of religion as provided in the Civil Rights Act of 1964, or Title VI and VII of the Act of April 11, 1968, shall also apply. This assurance includes compliance with the administrative requirements of the Revenue Sharing final handicapped discrimination provisions contained in Section 51.55 (c), (d), (e), and (k)(5) of the Regulations. New construction or renovation projects must comply with Section 504 of the 1973 Rehabilitation Act, as amended, in accordance with the American National Standard Institute’s specifications (ANSI A17.1-1961). NOTE: A sample corporate resolution can be downloaded from our website http://purchasing.jeffparish.net or you may provide your own document. A sample certification of sole proprietorship can also be downloaded from our website http://purchasing.jeffparish.net or you may provide your own document. All formal Addenda require written acknowledgement on the bid form by the bidder. Failure to acknowledge any Addendum on the bid form shall cause the bid to be rejected. JEFFERSON PARISH reserves the right to award bid to next lowest responsive and responsible bidder in this event. JEFFERSON PARISH will accept one price for each item unless otherwise indicated. Two or more prices for one item will result in bid rejection. Bidders are required to complete, sign and return the bid form and/or complete and return the associated line item pricing forms as indicated. Vendors must not alter the bid forms. Doing so will cause the bid to be rejected. A corporate resolution or written evidence of the individual signing the bid having such authority must be submitted with the bid. Failure to comply will cause bid to be rejected. For corporate entities, such written evidence may be a printout of the Louisiana Secretary of State’s website listing the signatory as an officer. Such printout shall be included with the bid submission. Bids submitted by Owners or Sole Proprietorships must include certification that he or she owns the entity for which the bid is signed. This documentation must be submitted with the bid. Failure to do so will result in bid rejection. ADDITIONAL REQUIREMENTS FOR THIS BID PLEASE MATCH THE NUMBERS PRINTED IN THIS BOX WITH THE CORRESPONDING INSTRUCTIONS BELOW. 3, 4, 5, 6, 8, 9, 10, 11, 13, 15 The general specifications for construction projects and the purchase of materials, services and/or supplies are those adopted by the JEFFERSON PARISH Council by Resolution No. 136353 or 141125 as amended. The general conditions adopted by this resolution shall be considered as much a part of this document as if they were written wholly herein. A copy may be obtained from the Office of the Parish Clerk, Suite 6700, Jefferson Parish General Government Building, 200 Derbigny Street, Gretna, LA 70053. You may also obtain a copy by visiting the Purchasing Department webpage at http://purchasing.jeffparish.net and clicking on Online Forms. IN ACCORDANCE WITH STATE REGULATIONS JEFFERSON PARISH OFFERS ELECTRONIC PROCUREMENT TO ALL VENDORS This electronic procurement system allows vendors the convenience of reviewing and submitting bids online. This is a secure site and authorized personnel have limited read access only. Bidders are to submit electronically using this free service; while the website accepts various file types, one single PDF file containing all appropriate and required bid documents is preferred. Bidders submitting uploaded images of bid responses are solely responsible for clarity. If uploaded images/documents are not legible, then bidder’s submission will be rejected. Please note all requirements contained in this bid package for electronic bid submission. Please visit our E-Procurement Page at www.jeffparishbids.net to register and view Jefferson Parish solicitations. For more information, please visit the Purchasing Department page at http://purchasing.jeffparish.net. DATE: BID NO.: 10/25/2023 50-00143778 Page: 3INSTRUCTIONS FOR BIDDERS AND GENERAL CONDITIONS Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs. The purpose and intention of this invitation to bid is to afford all suppliers an equal opportunity to bid on all construction, maintenance, repair, operating supplies and/or equipment listed in this bid proposal. JEFFERSON PARISH WILL ACCEPT ONE BID ONLY FROM EACH VENDOR. Items bid must meet specifications. Advertised bids will be tabulated and a copy of the tabulation will be forwarded to each responding bidder. 1. All bidders must attend the MANDATORY pre-bid conference and will be required to sign in and out as evidence of attendance. In accordance with LSA R.S. 38:2212(I), all prospective bidders shall be present at the beginning of the MANDATORY 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. 2. Attendance to this pre-bid conference is optional. However, failure to attend the pre-bid conference shall not relieve the bidder of responsibility for information discussed at the conference. Furthermore, failure to attend the pre-bid conference and inspection does not relieve the successful bidder from the necessity of furnishing materials or performing any work that may be required to complete the work in accordance with the specification with no additional cost to the owner. 3. Contractor must hold current applicable JEFFERSON PARISH licenses with the Department of Inspection and Code Enforcement. Contractor shall obtain any and all permits required by the JEFFERSON PARISH Department of Inspection and Code Enforcement. The contractor shall be responsible for the payment of these permits. All permits must be obtained prior to the start of the project. Contractor must also hold any and all applicable Federal and State licenses. Contractor shall be responsible for the payment of these permits and shall obtain them prior to the start of the project. DATE: BID NO.: 10/25/2023 50-00143778 Page: 4 INSTRUCTIONS FOR BIDDERS AND GENERAL CONDITIONS 4. A LA State Contractor’s License will be required in accordance with LSA R.S. 37-2150 et. seq. and such license number will be shown on the outside of the bid electronic envelope. Failure to comply will cause the bid to be rejected. When submitting the bid electronically, the license number must be entered in the appropriate field in the electronic procurement system. Failure to comply will cause the bid to be rejected. 5. It is the bidder’s responsibility to visit the job site and evaluate the job before submitting a bid. 6. Job site must be clean and free of all litter and debris daily and upon completion of the contract. Passageways must be kept clean and free of material, equipment, and debris at all times. Flammable material must be removed from the job site daily because storage will not be permitted on the premises. Precaution must be exercised at all times to safeguard the welfare of JEFFERSON PARISH and the general public. 7. PUBLIC WORKS BIDS: All awards for public works in excess of $5,000.00 will be reduced to a formal contract which shall be recorded at the contractor’s expense with the Clerk of Court and Ex-Officio Recorder of Mortgages for the Parish of Jefferson. A price list of recordation costs may be obtained from the Clerk of Court and Ex-Officio Recorder of Mortgages for the Parish of Jefferson. All awards in excess of $25,000.00 will require both a performance and a payment bond. Unless otherwise stated in the bid specifications, the performance bond requirements shall be 100% of the contract price. Unless otherwise state in the bid specifications, the payment bond requirements shall be 100% of the contract price. Both bonds shall be supplied at the signing of the contract. 8. NON-PUBLIC WORKS BIDS: A performance bond will be required for this bid. The amount of the bond will be 100% of the contract price unless otherwise indicated in the specifications. The performance bond shall be supplied at the signing of the contract. 9. NON-PUBLIC WORKS BIDS: A payment bond will be required for this bid. The amount of the bond will be 100% of the contract price unless otherwise indicated in the specifications. The payment bond shall be supplied at the signing of the contract. 10. All bidders must comply with the requirements stated in the attached “Standard Insurance Requirements” sheet attached to this bid solicitation. Failure to comply with this instruction will result in bid rejection. 11. A bid bond will be required with bid submission in the amount of 5% of the total bid, unless otherwise stated in the bid specifications. All sureties must be in original format (no copies) When submitting a bid online, vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission. 12. This is a requirements contract to be provided on an as needed basis. JEFFERSON PARISH makes no representations on warranties with regard to minimum guaranteed quantities unless otherwise stated in the bid specifications. 13. Freight charges should be included in total cost when quoting. If not quoted FOB DELIVERED, freight must be quoted as a separate item. Bid may be rejected if not quoted FOB DELIVERED or if freight charges are not indicated on bid form. 14. PUBLIC WORKS BIDS - Completed, Signed and Properly Notarized Affidavits Required; This applies to all solicitations for construction, alteration or demolition of public buildings or projects, in conformity with the provisions contained in LSA-RS 38:2212.9, LSA-RS 38:2212.10, LSA-RS 38:2224, and Sec 2-923.1 of the Jefferson Parish Code of Ordinances. For bidding purposes, all bidders must submit with bid submission COMPLETED, SIGNED and PROPERLY NOTARIZED Affidavits, including: Non-Conviction Affidavit, Non-Collusion Affidavit, Campaign Contribution Affidavit, Debt Disclosures Affidavit and E-Verify Affidavit. For the convenience of vendors, all affidavits have been combined into one form entitled PUBLIC WORKS BID AFFIDAVIT. This affidavit must be submitted in its original format, and without material alteration, in order to be compliant and for the bid to be considered responsive. A scanned copy of the completed, signed and properly notarized affidavit may be submitted with the bid, however, the successful bidder must submit the original affidavit in its original format and without material alteration upon contract execution. Failure to comply will result in the bid submission being rejected as non-responsive. The Parish reserves the right to award bid to the next lowest responsive and responsible bidder in this event. It shall be the duty of every parish officer, employee, department, agency, special district, board, and commission: and the duty of every contractor, subcontractor, and licensee of the parish, and the duty of every applicant for certification of eligibility for a parish contract or program, to cooperate with the Inspector General in any investigation, audit, inspection, performance review, or hearing pursuant to JPCO 2-155.10(19). By signing this document, every corporation, partnership, or person contracting with PARISH, whether by cooperative endeavor, intergovernmental agreement, bid, proposal, application or solicitation for a parish contract, and every application for certification of eligibility for a parish contract or program, attests that it understands and will abide by all provisions of JPCO 2-155.10. See Page 1 for Conflicts of Interest Statement 15. NON PUBLIC WORK BIDS - Completed, Signed and Properly Notarized Affidavits Required in conformity with the provisions contained in LSA – RS 38:2224 and Sec 2-923.1 of the Jefferson Parish Code of Ordinances. For bidding purposes, all bidders must submit with bid submission COMPLETED, SIGNED and PROPERLY NOTARIZED Affidavits, including: Non-Collusion Affidavit, Debt Disclosures Affidavit and Campaign Contribution Affidavit. For the convenience of vendors, all affidavits have been combined into one form entitled NON PUBLIC WORKS BID AFFIDAVIT. This affidavit must be submitted in its original format, and without material alteration, in order to be compliant and for the bid to be considered responsive. A scanned copy of the completed, signed and properly notarized affidavit may be submitted with the bid, however, the successful bidder must submit the original affidavit in its original format and without material alteration upon contract execution. Failure to comply will result in the bid submission being rejected as non-responsive. The Parish reserves the right to award bid to the next lowest responsive and responsible bidder in this event. 16. The ensuing contract for this bid solicitation may be eligible for FEMA reimbursement and/or Federal funding/reimbursement. As such, the referenced appendix will be applicable accordingly and shall be considered a part of the bid documents. All applicable certifications must be duly completed, signed and submitted as per the appendix instructions. Failure to submit applicable certifications per the appendix instructions will result in bid rejection. 17. For this project, the Contractor shall not pay any state or local sales or use taxes on materials and equipment which are affixed and made part of the immovable property of the project or which is permanently incorporated in the project (hereinafter referred to as "applicable materials and equipment."). All purchases of applicable materials or equipment shall be made by the contractor on behalf of and as the agent of Jefferson Parish (Owner), a political subdivision of the State of Louisiana. No state and local sales and use taxes are owed on applicable materials and equipment under the provisions of Act 1029 of the 1991 Regular Session - Louisiana Revised Statute 47:301(8)(c). Owner will furnish to contractor a certificate form which certifies that Owner is not required to pay such state or local sales and use taxes, and contractor shall furnish a copy of such certificate to all vendors or suppliers of the applicable materials and equipment, and report to Owner the amount of taxes not incurred. DATE: BID NO.: 10/25/2023 50-00143778 Page: 5 INSTRUCTIONS FOR BIDDERS AND GENERAL CONDITIONS All Public Work Projects are required to use the Louisiana Uniform Public Work Bid Form DATE: BID NO.: DELIVERY: FOB JEFFERSON PARISH INDICATE DELIVERY DATE ON EQUIPMENT AND SUPPLIES FIRM NAME: ADDRESS: CITY, STATE: ZIP: FAX:( )TELEPHONE: ( ) EMAIL ADDRESS: AUTHORIZED SIGNATURE: Printed Name TITLE: TOTAL PRICE OF ALL BID ITEMS: $ 10/25/2023 50-00143778 LOUISIANA CONTRACTOR’S LICENSE NO.: (if applicable) NOTE: All bids should be returned with the BID NUMBER and BID OPENING DATE indicated on the outside of the envelope submitted to the Purchasing Department. All prices must be held firm unless an escalation provision is requested in this bid. Jefferson Parish will allow one escalation during the term of the contract, which may not exceed the U.S. Bureau of Labor Statistics National Index for all Urban Consumers, unadjusted 12 month figure. The most recently published figure issued at the time an adjustment is requested will be used. A request must be made in writing by the vendor, and the escalation will only be applied to purchases made after the request is made. Are you requesting an escalation provision? YES _______________ NO ______________ MAXIMUM ESCALATION PERCENTAGE REQUESTED __________% INITIAL BID PRICES WILL REMAIN FIRM THROUGH THE DATE OF _________________________. For the purposes of comparison of bids when an escalation provision is requested, Jefferson Parish will apply the maximum escalation percentage quoted by the bidder to the period to which it is applied in the bid. The initial price and the escalation will be used to calculate the total bid price. It will be assumed,for comparison of prices only, that an equal amount of material or labor is purchased each month throughout the entire contract. SIGNING INDICATES YOU HAVE READ AND COMPLY WITH THE INSTRUCTIONS AND CONDITIONS. Page: 6 NUMBER:Acknowledge Receipt of Addenda: NUMBER: NUMBER: NUMBER: BID FORM Non Public Works In the event that addenda are issued with this bid, bidders MUST acknowledge all addenda on the bid form.Bidder must acknowledge receipt of an addendum on the bid form by placing the addendum number as indicated. Failure to acknowledge any addendum on the bid form will result in bid rejection. THIS SECTION MUST BE COMPLETED BY BIDDER: INVITATION TO BID FROM JEFFERSON PARISH - continued DATE: BID NO.: Page SEALED BID ITEM NUMBER QUANTITY U/M DESCRIPTION OF ARTICLES UNIT PRICE QUOTED TOTALS 10/25/2023 50-00143778 7 1.00 1 JOB Labor, Materials, and Equipment needed to Remove and Replace Existing Flooring in the Gymnasium at The Kennedy Heights Playground 0001 KENNEDY HEIGHTS GYM FLOOR- LABOR, MATERIALS AND EQUIPMENT TO REMOVE EXISTING VINYL PLANK FLOORS AND REPLACE WITH NEW VINYL FLOORS AT IN KENNEDY HEIGHTS GYMNASIUM AT THE: KENNEDY HEIGHTS PLAYGROUND 248 MISSION CT. AVONDALE, LA 70094 $__________$_________ PLEASE SEE THE ATTACHED SPECIFICATIONS Non-Public Works Bid Affidavit Instructions  Affidavit is supplied as a courtesy to Affiants, but it is the responsibility of the affiant to insure the affidavit they submit to Jefferson Parish complies, in both form and content, with federal, state and parish laws.  Affidavit must be signed by an authorized representative of the entity or the affidavit will not be accepted.  Affidavit must be notarized or the affidavit will not be accepted.  Notary must sign name, print name, and include bar/notary number, or the affidavit will not be accepted.  Affiant MUST select either A or B when required or the affidavit will not be accepted.  Affiants who select choice A must include an attachment or the affidavit will not be accepted.  If both choice A and B are selected, the affidavit will not be accepted.  Affidavit marked N/A will not be accepted.  It is the responsibility of the Affiant to submit a new affidavit if any additional campaign contributions are made after the affidavit is executed but prior to the time the council acts on the matter. Instruction sheet may be omitted when submitting the affidavit Page 1 of 3 Updated: 02.27.2014 Non-Public Works Bid AFFIDAVIT STATE OF _________________ PARISH/COUNTY OF _________________ BEFORE ME, the undersigned authority, personally came and appeared: _____________ ___________________, (Affiant) who after being by me duly sworn, deposed and said that he/she is the fully authorized _______________________ of ___________________ (Entity), the party who submitted a bid in response to Bid Number ___________, to the Parish of Jefferson. Affiant further said: Campaign Contribution Disclosures (Choose A or B, if option A is indicated please include the required attachment): Choice A ______ Attached hereto is a list of all campaign contributions, including the date and amount of each contribution, made to current or former elected officials of the Parish of Jefferson by Entity, Affiant, and/or officers, directors and owners, including employees, owning 25% or more of the Entity during the two-year period immediately preceding the date of this affidavit or the current term of the elected official, whichever is greater. Further, Entity, Affiant, and/or Entity Owners have not made any contributions to or in support of current or former members of the Jefferson Parish Council or the Jefferson Parish President through or in the name of another person or legal entity, either directly or indirectly. Choice B ______ there are NO campaign contributions made which would require disclosure under Choice A of this section. Page 2 of 3 Updated: 02.27.2014 Debt Disclosures (Choose A or B, if option A is indicated please include the required attachment): Choice A ______ Attached hereto is a list of all debts owed by the affiant to any elected or appointed official of the Parish of Jefferson, and any and all debts owed by any elected or appointed official of the Parish to the Affiant. Choice B ______ There are NO debts which would require disclosure under Choice A of this section. Affiant further said: That Affiant has employed no person, corporation, firm, association, or other organization, either directly or indirectly, to secure the public contract under which he received payment, other than persons regularly employed by the Affiant whose services in connection with the construction, alteration or demolition of the public building or project or in securing the public contract were in the regular course of their duties for Affiant; and [The remainder of this page is intentionally left blank.] Page 3 of 3 Updated: 02.27.2014 That no part of the contract price received by Affiant was paid or will be paid to any person, corporation, firm, association, or other organization for soliciting the contract, other than the payment of their normal compensation to persons regularly employed by the Affiant whose services in connection with the construction, alteration or demolition of the public building or project were in the regular course of their duties for Affiant. ____________________________________ Signature of Affiant ____________________________________ Printed Name of Affiant SWORN AND SUBSCRIBED TO BEFORE ME ON THE _______ DAY OF ___________, 20___. ____________________________________ Notary Public ____________________________________ Printed Name of Notary ____________________________________ Notary/Bar Roll Number My commission expires ________________. CORPORATE RESOLUTION EXCERPT FROM MINUTES OF MEETING OF THE BOARD OF DIRECTORS OF INCORPORATED. AT THE MEETING OF DIRECTORS OF ____________________________________ INCORPORATED, DULY NOTICED AND HELD ON _________________________, A QUORUM BEING THERE PRESENT, ON MOTION DULY MADE AND SECONDED. IT WAS: RESOLVED THAT _________________________________________, BE AND IS HEREBY APPOINTED, CONSTITUTED AND DESIGNATED AS AGENT AND ATTORNEY-IN- FACT OF THE CORPORATION WITH FULL POWER AND AUTHORITY TO ACT ON BEHALF OF THIS CORPORATION IN ALL NEGOTIATIONS, BIDDING, CONCERNS AND TRANSACTIONS WITH THE PARISH OF JEFFERSON OR ANY OF ITS AGENCIES, DEPARTMENTS, EMPLOYEES OR AGENTS, INCLUDING BUT NOT LIMITED TO, THE EXECUTION OF ALL BIDS, PAPERS, DOCUMENTS, AFFIDAVITS, BONDS, SURETIES, CONTRACTS AND ACTS AND TO RECEIVE ALL PURCHASE ORDERS AND NOTICES ISSUED PURSUANT TO THE PROVISIONS OF ANY SUCH BID OR CONTRACT, THIS CORPORATION HEREBY RATIFYING, APPROVING, CONFIRMING, AND ACCEPTING EACH AND EVERY SUCH ACT PERFORMED BY SAID AGENT AND ATTORNEY-IN- FACT. I HEREBY CERTIFY THE FOREGOING TO BE A TRUE AND CORRECT COPY OF AN EXCERPT OF THE MINUTES OF THE ABOVE DATED MEETING OF THE BOARD OF DIRECTORS OF SAID CORPORATION, AND THE SAME HAS NOT BEEN REVOKED OR RESCINDED. SECRETARY-TREASURER DATE 1 | P a g e Revised 10 22 2020 STANDARD INSURANCE REQUIREMENTS FOR BIDDING PURPOSES All required insurance under this bid shall conform to Jefferson Parish Resolution No. 113646 or No. 113647, as applicable. Contractors may not commence any work under any ensuing contract unless and until all required insurance and associated evidentiary requirements thereto have been met, along with any additional specifications contained in the Invitation to Bid. Except as where otherwise precluded by law, the Parish Attorney or his designee, with the concurrence of the Director of Risk Management or his designee, may agree on a case-by- case basis, to deviate from Jefferson Parish’s standard insurance requirements, as provided in this Section. Vendors requesting deviation therefrom shall submit such requests in writing, along with compelling substantiation, to the Purchasing Department prior to the bid’s due date. Any changes to the insurance requirements will be reflected in the bid specifications and addenda. Prior to contract execution and at all times thereafter during the term of such contract, contractors must provide and continuously maintain all coverages as required by the foregoing Resolutions, and the contract documents. Failure to do so shall be grounds for suspension, discontinuation or termination of the contract. For bidding purposes, bidders must submit with bid submission a current (valid) insurance certificate evidencing the required coverages. Failure to comply will cause bid to be rejected. The current insurance certificate will be used for proof of insurance at time of evaluation. Thereafter, and prior to contract execution, the low bidder will be required to provide final insurance certificates to the Parish which shall name the Jefferson Parish, its Districts Departments and Agencies under the direction of the Parish President and the Parish Council as additional insureds regarding negligence by the contractor for the Commercial General Liability and the Comprehensive Automobile Liability policies. Additionally, said certificates should reflect the name of the Parish Department receiving goods and services and reference the respective Jefferson Parish bid number. JEFFERSON PARISH REQUIRED STANDARD INSURANCE  WORKER’S COMPENSATION INSURANCE As required by Louisiana State Statute, exception; Employer's Liability, Section B shall be $1,000,000 per occurrence when Work is to be over water and involves maritime exposures to cover all employees not covered under the State Worker’s Compensation Act, otherwise this limit shall be no less than $500,000 per occurrence. Note: If your company is not required by law to carry workmen’s compensation insurance, i.e. not a Louisiana company, sole employee of the company, then bidders must request a workmen’s compensation insurance declaration affidavit prior to the bid opening date. This insurance declaration affidavit must be fully completed, signed, properly notarized and submitted with the bid. A scanned copy may be submitted with the bid; however, the successful bidder must submit the original affidavit in its original format and without material alteration upon contract execution. Failure to comply will result in the bid submission being 2 | P a g e Revised 10 22 2020 rejected as non-responsive. The Parish reserves the right to award bid to the next lowest responsive and responsible bidder in this event.  COMMERCIAL GENERAL LIABILITY Shall provide limits not less than the following: $1,000,000.00 Combined Single Limit per Occurrence for bodily injury and property damage.  COMPREHENSIVE AUTOMOBILE LIABILITY Bodily injury liability $1,000,000.00 each person; $1,000,000.00 each occurrence. Property Damage Liability $1,000,000.00 each occurrence. Note: This category may be omitted if bidders do not/will not utilize company vehicles for the project or do not possess company vehicles. Bidder must request an automobile insurance declaration affidavit prior to the bid opening date. This insurance declaration affidavit must be fully completed, signed, properly notarized and submitted with the bid. A scanned copy of the completed, signed and properly notarized affidavit may be submitted with the bid; however, the successful bidder must submit the original affidavit in its original format and without material alteration upon contract execution. Failure to comply will result in the bid submission being rejected as non-responsive. The Parish reserves the right to award bid to the next lowest responsive and responsible bidder in this event. DEDUCTIBLES - The Parish Attorney with concurrence of the Director of Risk Management have waived the deductible section of the Terms and Conditions for all Invitations to Bid, until further notice. UMBRELLA LIABILITY COVERAGE An umbrella policy or excess may be used to meet minimum requirements. FOR CONSTRUCTION AND RENOVATION PROJECTS: The following are required if selected below. Such insurance is due upon contract execution. ☐ OWNER’S PROTECTIVE LIABILITY To be for the same limits of liability for bodily injury and property damage liability established for commercial general liability. ☐ BUILDER’S RISK INSURANCE The contractor shall maintain Builder’s Risk Insurance at his own expense to insure both the owner (Parish of Jefferson) and contractor as their interest may appear.

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

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

Country : United StatesState : Louisiana