FURNISH AND INSTALL FENCING AS NEEDED (CITYWID

expired opportunity(Expired)
From: Kenner(City)

Basic Details

started - 15 Nov, 2022 (17 months ago)

Start Date

15 Nov, 2022 (17 months ago)
due - 30 Nov, 2022 (17 months ago)

Due Date

30 Nov, 2022 (17 months ago)
Bid Notification

Type

Bid Notification

Identifier

N/A
City of Kenner

Customer / Agency

City of Kenner
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.

MICHAEL J. GLASER MAYOR CITY OF KENNER DEPARTMENT OF FINANCE ELIZABETH HERRING CHIEF FINANCIAL OFFICER November 30th, 2022 RE: SEALED BID 22-6703 DEAR BIDDER: ATTACHED PLEASE FIND THE FOLLOWING BID PACKAGE FOR THE CITY OF KENNER CONCERNING: FURNISH AND INSTALL FENCING AS NEEDED (CITYWIDE) FOR THE CITY OF KENNER PARKS AND RECREATION DEPARTMENT PLEASE REVIEW THE PACKAGE AND ENSURE ALL NECESSARY FORMS ARE SIGNED AND RETURNED PER THE BID CHECK LIST. SHOULD YOU HA VE ANY QUESTIONS REGARDING THE PACKAGE, YOU MAY CONTACT THE FINANCE DEPARTMENT AT: (504) 468-7261, BETWEEN THE HOURS OF 8:30 A.M. AND 4:30 P.M. DAILY, EXCEPT FOR SATURDAYS, SUNDAYS, AND HOLIDAYS. BIDS WILL BE RECEIVED UNTIL THE HOUR OF 9:45 A.M., THURSDAY, JANUARY 5 T", 2022 IN THE FINANCE DEPARTMENT AT 1610 REVEREND RICHARD WILSON DRIVE, BUILDING D, KENNER, LA 70062. BIDS RECEIVED AFTER THIS TIME WILL NOT BE ACCEPTED. BIDS WILL BE OPENED THE SAME DAY AND READ ALOUD VIA ZOOM AT 10:00 A.M. THOSE INTERESTED IN ATTENDING THE ZOOM
BID OPENING PLEASE EMAIL FINCONTRACTS@KENNER.LA.US FOR THE LINK. SINCERELY, ELIZAB TH HERRING CHIEF FINANCIAL OFFICER /jc 1610 REVEREND RICHARD WILSON BLVD., BUILDING D-KENNER, LOUISIANA 70062 -TELEPHONE: 504-468-4049 FACSIMILE: 504-468-6632-WWW.KENNER.LA.US-FINANCE@lor products must be new and of current manufacturer, unless otherwise stated. Any product or service bid shall conform to all applicable federal and state laws and regulations, and the specifications contained in the solicitation. 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. Vendor must request this preference (LSA- R. S. 38:2251- 2261). AWARD OF CONTRACT: The City of Kenner reserves the right to award contracts or place orders with the lowest responsive bidder, on a lump sum or individual item basis or such combination as shall in its judgment be in the best interest of the city. Awards will be based on compliance with the specifications and the delivery and/or completion date. All orders/services must be delivered/provided within the time specified in the Bid Specifications. PRICES: All prices shall be quoted in the unit of measure specified, and unless otherwise specified, shall be exclusive of State and Parish taxes. As per LSA-RS 47:301 et seq., all governmental bodies are excluded from payment of sales taxes to any Louisiana taxing body. Page 1 of 4 REV. 02/12 mailto:Fincontracts@kenner.la.us 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 disqualified if not quoted FOB DELIVERED or if freight charges are not indicated on bid form. Quantities listed are for bidding purposes only. Actual requirements may be more or less than quantities listed. The City of Kenner requires a firm price, unless otherwise stated. In case of an extension error the unit price shall prevail. All bids submitted shall remain binding and may not be withdrawn for a period of forty-five (45) days after the scheduled closing date for receiving bids. CANCELLATION OF CONTRACT: The City of Kenner reserves the right to cancel all or any part if not shipped promptly. The order must not be filled at a higher price than quoted. The City of Kenner reserves the right to cancel any contract at anytime and for any reason by issuing a THIRTY (30) day written notice to the contractor. MISCELLANEOUS: For good cause and as consideration for executing a binding contract with the City of Kenner, vendor conveys, sells assigns and transfers to City of Kenner 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 Unites States and the State of Louisiana, relating to the particular good or services purchased or acquired by City of Kenner. Bidders agree to abide by the requirements of the following as applicable: Title VI and VII of the Civil Rights Act of 1964, as amended by the Equal Opportunity Act of 1972, Federal Executive Order I 1246, the Federal Rehabilitation Act of 1973, as amended, the Vietnam Era Veteran's Readjustment Assistance Act of 1974, Title IX of the Education Amendments of 1972, the Age Act of 1975, and contractor agrees to abide by the requirements of the Americans with Disabilities Act of 1990. Bidder also agrees not to discriminate in its employment practices, and will render services under this contract without regard to race, color, religion, sex, sexual orientation, national origin, veteran status, political affiliation, or disabilities. Any act of discrimination committed by bidder, or failure to comply with these statutory obligations when applicable shall be grounds for termination of this contract. 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 A117.1-1961). ADDITIONAL REQUIREMENTS FOR THIS BID 1. VENDORS WILL BE REQUIRED TO SUBMIT AN E-VERIFY AFFIDAVIT WITH ALL BIDS UNLESS OTHERWISE SPECIFIED. In accordance with La. R.S. 38:2212.10, vendors contracting with the City of Kenner must submit an affidavit attesting to their participation in a status verification system to ensure that all employees in the state of LA are legal citizens or legal aliens of the United States. The successful low bidder must return the form executed in its entirety and notarized within ten (10) business days. Bidders may use the affidavit form provided and attach to the proposal if needed. 2. Contractor shall obtain any and all permits required by the City of Kenner Department of Inspection and Code Enforcement and shall be responsible for the payment of these permits. All permits must be obtained prior to the start of the project. 3. A Louisiana state contractor's license will be required in accordance with LSA-R.S. 37:2150 et seq. Bidders must write their Louisiana state contractor's license number on the outside of the bid envelope prior to bid submission for public works construction projects estimated at $50,000.00 and above. Failure to mark the outside of the bid envelope with your state contractor's license number will cause your bid to be immediately rejected as being non-responsive. In the case of an electronic bid proposal, a contractor may submit an authentic digital signature on the electronic bid proposal Page 2 of 4 REV. 02/12 accompanied by the contractor's license number in order to meet the requirements of this Paragraph. Except as otherwise provided herein, if the bid does not contain the contractor's certification and show the contractor's license number on the bid envelope, the bid shall be automatically rejected, shall be returned to the bidder marked "Rejected", and shall not be read aloud. 4. Job site must be clean and fee of all litter and debris daily and upon completion of the contract. Passageways must be kept clean and free of materials, 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. Precautions must be exercised at all times to safeguard the welfare of the City of Kenner and the general public. 5. All awards in excess of $5000 for the construction, alteration, or repair of any public works will be reduced to a formal contract which shall be recorded at the contractor's expense. 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. Contractor must provide a copy of the recorded contract to the Purchasing Department. 6. Bids must be accompanied by bid security in the form of a certified check, cashier's check, or bid bond, payable to the City of Kenner in an amount equal to five percent (5%) of the Contractor's Bid. If submitting bid electronically, then bid security must be in the form of bid bond only. No cashier's check, certified check or money order will be accepted. Failure to comply will cause your bid to be non-responsive. 7. A payment and performance bond will be required for this bid if total cost exceeds $25,000.00. The amount of each of the bonds will be 50% of the contract price unless otherwise indicated in the technical specifications. The successful bidder shall supply the performance and payment bonds to the Finance Department within (10) business days of bid opening. 8. Insurance Certificates: Subject to legislative approval, upon notification to the vendor as the apparent low bidder, the vendor shall commence securing all necessary insurance and bonds, if any, as required in the bid specifications. The notification by the City of Kenner shall not constitute acceptance of the bid. Only the issuance of a purchase order or a signed contract constitutes acceptance on the part of the City of Kenner. 9. By signing the Louisiana Public Works Bid Form, the bidder certifies that he/she has a) carefully examined and understands the Bidding Documents, b) has not received, relied on, or based his bid on any verbal instructions contrary to the Bidding Documents or any addenda, c) has personally inspected and is familiar with the project site, and hereby proposes to provide all labor, materials, tools, appliances and facilities as required to perform, in a workmanlike manner, all work and services for the construction and completion of the referenced project all in strict accordance with the Bidding Documents prepared by the City of Kenner. 10. If someone other than the corporate officer signs for the Bidder/Contractor, a copy of a corporate resolution or other signature authorization shall be required for submission of bid. Failure to include a copy of the appropriate signature authorization, if required, may result in the rejection of the bid unless bidder has complied with La. R.S. 38:2212(A)(l )(c) or RS 38:2212 (0). Bidders may use the form provided and attach to the proposal if needed. 11. All bidders for contracts for the construction, alteration, or demolition of public buildings shall submit with their bid a notarized non-collusion affidavit. (LSA-R.S. 38:2224). The successful low bidder may use the Non-Collusion Affidavit Form attached here to. Upon receipt of notice of bid award, the successful low bidder must return the Non-Collusion Affidavit form executed in its entirety and notarized within ten (10) business days. 12. Per La. R.S. 38:2222 each change order to a public works contract or to a contract for materials and supplies which adds an amount of ten percent or more of the original contract amount and which additional amount is at least ten thousand dollars shall be recorded in the Mortgage Office of the Jefferson Parish Clerk of Court. 13. Per LSA - R.S. 38:2227, the successful bidder on the above entitled Public Works project attests to past criminal convictions, if any. Upon receipt of notice of bid award, the successful bidder must disclose this information within ten (10) business days. Page 3 of 4 REV. 02/12 THESE GENERAL SPECIFICATIONS AND INSTRUCTIONS FOR BIDDERS HAVE BEEN REVIEWED AND ARE HEREBY ACKNOWLEDGED AND AGREED UPON BY VENDOR. FURTHERMORE, VENDOR HAS READ AND HEREBY ACKNOWLEDGES ANY AND ALL INSURANCE REQUIREMENTS ATTACHED HERETO THIS BID AND HAS FACTORED SUCH COSTS INTO TOTAL BID PRICE: FIRM NAME: ADDRESS: CITY, STATE: ZIP: TELEPHONE: FAX: SIGNATURE: TITLE: PRINT OR TYPE NAME: EMAIL ADDRESS: This bid must be signed by an authorized representative of the company/firm for bid to be valid. Signing indicates you have read and comply with the instructions and conditions. Page 4 of 4 REV. 02/12 Specifications and bid form for fencing at various City of Kenner facilities SPECIFICATIONS AND BID FORM FOR A TWO YEAR CONTRACT FURNISH AND INSTALL FENCING FOR THE KENNER PARKS AND RECREATION DEPARTMENT SCOPE OF WORK: These specifications describe the minimum requirements to provide an contract to provide labor and material to furnish and install fencing, gates, brick columns, and remove existing fencing, gates and brick columns in quantities as may be required to complete work in accordance with prevailing codes and regulations at various City of Kenner facilities. GENERAL: 1. Deliver fencing/brick materials to the site in undamaged condition. Carefully store materials off the ground to provide proper protection against oxidation caused by ground contact. 2. All contract work shall be performed at various facilities within the City of Kenner between the hours of 6:30 A.M. and 3:00 P.M. Monday through Friday. 3. The contractor shall be licensed to operate in the State of Louisiana and in Jefferson Parish, and shall be a firm regularly engaged in the primary function of fence construction for a minimum of five (5) consecutive years. 4. Any product that does not conform to these specifications will be rejected, and shall be removed at the expense of the contractor, and shall be replaced with a product, which will conform to these specifications. 5. All work must commence within ten (10) working days of the notice to proceed. 6. All work shall be complete and appropriate for intended service within thirty (30) days of the notice to proceed. 7. All materials furnished and installed shall be new. 8. All materials furnished and installed shall be covered by a warranty against defects in material and workmanship covering all components and labor for a minimum of one (1) year from the date of acceptance. 9. All terms, conditions and prices will remain unchanged during the length of this contract. 10. No minimum labor charge for footages over 50. 11. This contract will be valid from the date the contract is signed by all parties for a period of 2 years. Specifications and bid form for fencing at various City of Kenner facilities A. Chain link Fencing 4, 5 and 6 Fencing Fabric: 9 GA. Galvanized (2 mesh) chain link fabric. Top Rail: 1 5/8 O.D. Full weight pipe, 2.27 lbs per foot. Top rail 21 in length, joined with 1 5/8 sleeve. Line Post: 2 O.D. Full weight pipe, 2.72 lbs. per foot. Line posts set 10 on center maximum spacing. Terminal Post: 2 O.D. full weight pipe, 3.65 lbs. per foot. Tension Wire: 7 GA. coil spring galvanized tension wire attached to bottom of fence fabric with 9 GA steel hog ring spaced 14 on center. Fittings: Regular brace band and carriage bolt, pressed steel rail end, pressed steel loop cap, pressed steel cap, 3/16 x 5/8 tension bar, regular tension band and carriage bolt. Tie Wire: 6 9 GA aluminum tie wire spaced 12 on center for posts and 14 on center for rails. B. Chain Link Fencing 7 and 8 Fencing Fabric: 9 GA Galvanized (2 mesh) chain link fabric. Top Rail: 1 5/8 O.D. full weight pipe, 2.27 lbs. per foot. Top rail 21 in length, joined with 3 5/8 sleeve. Line Post: 2 O.D. full weight pipe, 3.65 lbs. per foot. Line posts set 10 on center maximum spacing. Terminal Post: 3 O.D. full weight pipe, 5.79 lbs pr foot. Tension Wire: 7 GA coil spring galvanized tension wire attached to bottom of fence fabric with 9 GA steel hog ring spaced 14 on center. Fittings: Regular brace band and carriage bolt, pressed steel loop cap, pressed steel cap, 3/16 x3/4 tension bar, regular tension bar, regular tension band and carriage bolt. Tie Wire: 8 9 GA aluminum tie wire and 6 9 GA Aluminum tie wire spaced 12 on center for line posts and 14 on center for rails. Specifications and bid form for fencing at various City of Kenner facilities C. Chain Link Fencing 10 and 12 Fencing Fabric: 9 GA galvanized (2 mesh) chain link fabric. Top Rail: 1 5/8 O.D. full weight pipe, 2.27 lbs per foot. Top rail 21 in length, joined with 1 5/8 sleeve. Line Post: 2 O.D. Full weight pipe, 3.65 lbs. per foot. Line posts set 10 on center maximum spacing. Terminal Post: 3 O.D. full weight pipe, 5.79 lbs per foot. Bracing: 1 5/8 O.D. full weight pipe, 2.27 lbs per foot, used for the middle rail. Tension Wire: 7 GA coil spring galvanized tension wire attached to bottom of fence fabric with 9 GA steel hog ring spaced 14 on center. Fittings: Regular brace band and carriage bolt, pressed steel rail-end, pressed steel boulevard clamps, pressed steel loop cap, pressed steel cap, 3/16 x3/4 tension bar, regular tension band and carriage bolt. Tie Wire: 8 9 GA aluminum tie wire & 6 9 GA aluminum tie wire spaced 12 on center for line posts and 14 on center for rails. D. Gates Single Swing Gate: Framework of 1 5/8 full weight pipe, 2.27 lbs. per foot. Double Swing Gate: Framework of 1 5/8 full weight pipe, 2.27 lbs. per foot. Gates braced and trussed as necessary. Same fabric as a fence. E. Gate Post Single Swing Gate: 4, 5, 6 high 2 O.D. full weight pipe. 3.65 lbs. per foot up to 48 wide panel Single Swing Gate: 7 and higher 3: O.D. full weight pipe 3.65 per foot up to 48 wide panel Double Swing Gate: 4, 5, 6 high 3 O.D. full weight pipe, 3.65 lbs. per foot. Up to 13 wide panel 4 O.D. for 7 and higher Specifications and bid form for fencing at various City of Kenner facilities F. PVC Coated Wire (For Coated Fencing/Gates All Heights) Thermally extruded P.V.C. coated wire shall be coated first with zinc by either the hot dip or electrolytic process prior to coating with P.V.C.: Class: 9 ga. Core: +/.005 - .100 (2.54) Outside Diameter: .148 Min. Zinc Wt.: .20 Bonded: No PVC Coating Thickness: .021 Min. Breaking Strength: 850 G. Wooden Fencing Fabric: Cedar # 1 Boards and Treated Pine Runners: Total of three Top, Center, Bottom Line Post Galvanized Pipe (.065 up to 7 high) Schedule 40 pipe for 8 high H. Concrete Concrete for post footing shall be ASTM C-94 3,000 PSI compressive strength at 28 days, using maximum size aggregate. Site mixed concrete will be acceptable. I. Ornamental Black Iron Fencing 1 std bar channet 1 std bar channet should be 34 high from the ground 1 x 11 gage tubing 1 x 11 gage tubing should be 80 in length between 2 tubing solid square bar 41/2 OC finial ball cap 2 x 11 gage tubing 2 x 11 gage tubing should be 40 high from the ground Fencing should be primed and painted semi-gloss black J. Brick Columns Standard masonry brick column Mortar cement mix K. Vinyl fencing 8 ft. standard vinyl to include gates and all hardware Tan, white and black colors Specifications and bid form for fencing at various City of Kenner facilities BID FORM 2 YEAR CONTRACT TO FURNISH AND INSTALL FENCING AT KENNER PARKS AND RECREATION FACILITIES QUANTITY DESCRIPTION CK IF EQUAL UNIT PRICE TOTAL 1,000 Feet 48 high chain link fence per Spec A 1,000 Feet 48 high chain link fence per Spec A&F(vinyl coated fabric only, galvanized frame work) 1,000 Feet 60high chain link fence per Spec A 1,000 Feet 60 high chain link fence per Spec A&F(vinyl coated fabric only, galvanized frame work) 5,000 Feet 72 high chain link fence per Spec A 5,000 Feet 72 high chain link fence per Spec A&F(vinyl coated fabric only, galvanized frame work 1,000 Feet 84 high chain link fence per Spec B 1,000 Feet 84 high chain link fence per Spec B & F vinyl coated fabric only, galvanized frame work 1,000 Feet 96 high chain link fence per Spec B 1,000 Feet 96 high chain link fence per Spec B& F vinyl coated fabric only, galvanized frame work 1,000 Feet 120 high chain link fence per Spec C 1,000 Feet 120 high chain link fence per Spec C&F (vinyl coated fabric only, galv. frame work) 1,000 Feet 144 high chain link fence per Spec C 1,000 Feet 144 high chain link fence per Spec C&F (vinyl coated fabric only, galvanized frame work) 5 Each 48 high single swing gate up to 48 wide including post & hardware per Spec D 5 Each 48 high single swing gate up to 48 wide including post and hardware (vinyl coated fabric only, galvanized frame work) per Spec. D & F 5 Each 48 high double swing gate up to 156 wide including post and hardware per Spec. D 5 Each 48 high double swing gate up to 156 wide including post and hardware (vinyl coated fabric only, galvanized frame work) per Spec D & F 5 Each 60 high single swing gate up to 48 wide including post & hardware per Spec D 5 Each 60 high single swing gate up to 48 wide including post and hardware (vinyl coated fabric only, galvanized frame work) per Spec D & F 5 Each 60 high double swing gate up to 156 wide including post and hardware per Spec D Specifications and bid form for fencing at various City of Kenner facilities 5 Each 60 high double swing gate up to 156 wide including post and hardware (vinyl coated fabric only, galvanized frame work) per Spec D & F QUANTITY DESCRIPTION CK IF EQUAL UNIT PRICE TOTAL 5 Each 72 high single swing gate up to 48 wide including post & hardware per Spec D 5 Each 72 high single swing gate up to 48 wide including post and hardware (vinyl coated fabric only, galvanized frame work) per Spec D & F 5 Each 72 high double swing gate up to 156 wide including post and hardware per Spec D 5 Each 72 high double gate up to 156 wide including post and hardware (vinyl coated fabric only, galvanized frame work) per Spec D & F 5,000 Ft. Wood Fence, 6 Ft. No 1 Cedar with line posts and hardware 1,000 Ft. Wood Fence, 7 Ft. No 1 Cedar with line posts and hardware 1,000 Ft. Wood Fence 8 Ft. No 1 Cedar with line posts and hardware 5 Each 6 Ft. Single Gate 3 Ft.- 5 Ft. Nominal as required, with hardware (Cedar) 5 Each 6 Ft. Double Gate 6Ft.-10 Ft. Nominal as required, with hardware (Cedar) 5 Each 7 Ft. Single Gate 3Ft.-5Ft. Nominal as required, with hardware (Cedar) 5 Each 7 Ft. Double Gate 6 Ft.-10 Ft. Nominal as required, with hardware (Cedar) 5 Each 8 Ft. Single Gate 3 Ft.-5 Ft. Nominal as required, with hardware (Cedar) 5 Each 8 Ft. Double Gate 6 Ft.-10 Ft. Nominal as required with hardware (Cedar) 5 Each 6 Ft, Slide Gate with rollers and hardware, heavy duty (Cedar) 12 feet wide 5 Each 6 Ft. Slide Gate with roller and hardware, heavy duty (Cedar) 6 feet wide 5 Each 6 Ft. Slide Gate with roller and hardware, heavy duty (Cedar) 8 feet wide 5 Each 6 Ft. Slide Gate with roller and hardware, heavy duty (Cedar) 4 feet wide 5 Each 6 Ft. Roller Gate (Swing) Heavy Duty with hardware (Cedar) 4 feet wide 5 Each 6 Ft. Roller Gate (Swing) Heavy Duty with hardware (Cedar) 6 feet wide 5 Each 6 Ft. Roller Gate (Swing) Heavy Duty with hardware (Cedar) 8 feet wide 5 Each 7 Ft. Slide Gate with roller and hardware, heavy duty (Cedar) 12 feet wide 5 Each 7 Ft. Slide Gate with roller and hardware, heavy duty (Cedar) 4 feet wide 5 Each 7 Ft. Slide Gate with roller and hardware, heavy duty (Cedar) 6 feet wide 5 Each 7 Ft. Slide Gate with roller and hardware, heavy duty (Cedar) 8 feet wide Specifications and bid form for fencing at various City of Kenner facilities 5 Each 8 Ft. Slide Gate with roller and hardware, heavy duty (Cedar) 12 feet wide 5 Each 8 Ft. Slide Gate with roller and hardware, heavy duty (Cedar) 4 feet wide QUANTITY DESCRIPTION CK IF EQUAL UNIT PRICE TOTAL 5 Each 8 Ft. Slide Gate with roller and hardware, heavy duty (Cedar) 6 feet wide 5 Each 8 Ft. Slide Gate with roller and hardware, heavy duty (Cedar) 8 feet wide Footage 2 x 11 gage Tubing including hardware per spec I. 10 foot sections in width 4 feet high Footage 2 x 11 gage Tubing including hardware per spec I. 10 foot sections in width 6 feet high Footage 2 x 11 gage Tubing including hardware per spec I. 10 foot sections in width 8 feet high Each Standard masonry brick column per spec J. 4 feet tall Each Standard masonry brick column per spec J. 6 feet tall Each Standard masonry brick column per spec J. 8 feet tall 10 Each Mortar cement mix per spec J. Each 8 foot high by 10 foot vinyl fencing per spec K Each 8 foot high by 8 foot vinyl fencing per spec K Each 8 foot high by 6 foot vinyl fencing per spec K Each 8 foot high by 4 foot vinyl fencing per spec K Each 8 foot high by 2 foot vinyl fencing per spec K 2,000 Feet Remove and haul away existing chain link fence, including post (where required, any height) 1,000 Feet Remove and haul away existing wooden fence, including post (where required, any height) 2,000 Feet Remove and haul away existing ornamental iron fencing, including post (where required, and height) 1 Each Remove and haul away existing brick columns (where required any height) Minimum labor charge for footages under 25 Minimum labor charge for footages under 50 FREIGHT IF APPLICABLE Total bid amount Specifications and bid form for fencing at various City of Kenner facilities I, THE UNDERSIGNED, HAVE READ, UNDERSTAND AND COMPLETED ALL REQUIREMENTS ON THIS BID FORM AND SPECIFICATION SHEET. ______________________________ ____________________________ COMPANY NAME AUTHORIZED SIGNATURE ______________________________ _____________________________ ADDRESS TITLE ______________________________ _____________________________ CITY, STATE, ZIP DATE ______________________________ _____________________________ TELEPHONE NUMBER LA STATE LICENSE NUMBER BID BOND FOR ____________________________________________________________________________ Date: ________________ KNOW ALL MEN BY THESE PRESENTS: That of , as Principal, and , as Surety, are held and firmly bound unto the _____________________________________________________ (Obligee), in the full and just sum of five (5%) percent of the total amount of this bid, including all alternates, lawful money of the United States, for payment of which sum, well and truly be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally firmly by these presents. Surety represents that it is listed on the current U. S. Department of the Treasury Financial Management Service list of approved bonding companies as approved for an amount equal to or greater that the amount for which it obligates itself in this instrument or that it is a Louisiana domiciled insurance company with at least an A - rating in the latest printing of the A. M. Best's Key Rating Guide. If surety qualifies by virtue of its Best's listing, the Bond amount may not exceed ten percent of policyholders' surplus as shown in the latest A. M. Best's Key Rating Guide. Surety further represents that it is licensed to do business in the State of Louisiana and that this Bond is signed by surety's agent or attorney-in-fact. This Bid Bond is accompanied by appropriate power of attorney. THE CONDITION OF THIS OBLIGATION IS SUCH that, whereas said Principal is herewith submitting its proposal to the Obligee on a Contract for: ________________________________________________________________________________ NOW, THEREFORE, if the said Contract be awarded to the Principal and the Principal shall, within such time as may be specified, enter into the Contract in writing and give a good and sufficient bond to secure the performance of the terms and conditions of the Contract with surety acceptable to the Obligee, then this obligation shall be void; otherwise this obligation shall become due and payable. PRINCIPAL (BIDDER) SURETY BY: BY: AUTHORIZED OFFICER-OWNER-PARTNER AGENT OR ATTORNEY-IN-FACT(SEAL) CORPORATE RESOLUTION EXCERPT FROM MINUTES OF MEETING OF THE BOARD OF DIRECTORS OF AT THE MEETING OF DIRECTORS OF INCORPORATED, DULY NOTICED AND HELD ON , 20 , 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 CITY OF KENNER OR ANY OF ITS AGENCIES, DEPARTMENTS, EMPLOYEES OR AGENTS, INCLUDING BUT NOT LIMITED TO, THE EXECUTION OF ALL BIDS, PROPOSALS, PAPERS, DOCUMENTS, AFFIDAVITS, BONDS, SUREITES, CONTRACTS AND ACTS AND TO RECEIVE AND RECEIPT THEREFORE, ALL PURCHASE ORDERS AND NOTICES ISSUED PURSUANT TO THE PROVISIONS ON ANY SUCH BID, PROPOSAL, 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 EXERPT OF THE MINUTES OF THE ABOVE DATED MEETING OF THE BOARD OF DIRECTORS OF SAID CORPORATION, AND THE SAME HAS NOT BEEN REVOKED OR RECINDED, SECRETARY DATE AFFIDAVIT Employment Status Verification STATE OF LOUISIANA PARISH OF JEFFERSON BEFORE ME, the undersigned authority, personally came and appeared, , who after being duly sworn, deposed and said that he/she is the fully authorized of (hereinafter referred to as bidder), the party who submitted a bid for , Bid Number and said bidder further said: (1) That bidder is registered and participates in a status verification system to verify that all employees in the State of Louisiana are legal citizens of the United States or are legal aliens. (2) That bidder shall continue, during the term of the contract, to utilize a status verification system to verify the legal status of all new employees in the state of Louisiana. (3) That bidder shall require all subcontractors to submit to the bidder a sworn affidavit verifying compliance with statements (1) and (2). Signature of Affiant SWORN TO AND SUBSCRIBED BEFORE ME ON THIS DAY OF , 20 NOTARY PUBLIC Created: 5/19/2020 LA-RS 38:2212,10(2011) BIDDERS STATEMENT OF NON-COLLUSION For Labor and Materials Projects As a bidder or prospective bidder to the City of Kenner, and as a condition for continuing to submit bids to the City of Kenner for materials and labor, I hereby certify that: 1. [have not colluded with any employee or elected or appointed official of the City of Kenner in any way in the preparation or submission of my proposal. 2. No employee or elected or appointed official of the City of Kenner will receive anything of economic value from me or my company, either directly or indirectly, if I am the successful low proposer for the sale to the City of Kenner of materials and labor. This statement shall be considered as on-going for as long as I continue to submit bids to the City of Kenner for materials and labor. Should it be determined that the statements made herein are false, I understand that I will be ineligible to submit any future bids with the City of Kenner. COMPANY NAME (PLEASE PRINT) AUTHORIZED SIGNATURE ADDRESS NAME OF ABOVE (PLEASE PRINT) CITY, STATE, ZIP CODE TITLE DATE 7/09 Cok_2013_1 Small Construction Contract Ins Reqs Page 1 CITY OF KENNER SMALL CONTRACTS CONSTRUCTION CONTRACTOR CONTRACT INSURANCE REQUIREMENTS PLEASE READ INSURANCE REQUIREMENTS CAREFULLY TO ENSURE ALL INSURANCE COSTS ARE INCLUDED IN BID. I. INSURANCE REQUIREMENTS: THE CONTRACTOR IS CAUTIONED TO ASSURE THAT THE TOTAL INSURANCE REQUIREMENTS FOR THE CONTRACT ARE THOROUGHLY REVIEWED, UNDERSTOOD AND MET. THE CITY OF KENNER (HEREIN AFTER REFFERRED TO AS OWNER) THROUGH ITS RISK MANAGEMENT CONSULANT, WILL THOROUGHLY REVIEW THE COMPLETE INSURANCE DOCUMENTATION SUBMITTED. FAILURE TO COMPLY WITH THE TERMS AND CONDITIONS MAY BE GROUNDS FOR REJECTION OF AND/OR REFUSAL TO AWARD A CONTRACT. IF APPLICABLE, SUBCONTRACTORS MUST MEET THESE REQUIREMENTS AS WELL. COVERAGES CANNOT EXCLUDE SERVICES PROVIDED TO CITY OF KENNER. A. GENERAL: The following insurance requirements shall be provided and shall apply on a primary basis, any insurance carried by Owner shall be excess and not contributing insurance. The total limit of insurance must be equal to or greater than the minimum acceptable limits indicated below. Additionally, each line of insurance may have its own set of requirements that must be met. CLAIMS MADE POLICIES OF INSURANCE ARE NOT ACCEPTABLE for auto liability, general liability, employers liability, and umbrella liability, but are acceptable for professional liability, pollution liability and errors and omissions policies. B. INSURANCE: Insurance obtained and maintained in the name of the Contractor shall contain the following coverages and limits: 1. WORKERS COMPENSATION: a. State Act - Louisiana Statutory Requirements; b. Employers Liability coverage with minimum acceptable limits of $100,000/$300,000/ $100,000; and c. A Waiver of Subrogation in favor of The City of Kenner, its elected and appointed officials, agents, directors, servants, employees, volunteers, and any other entities who may require waivers by specific contract. Cok_2013_1 Small Construction Contract Ins Reqs Page 2 2. GENERAL LIABILITY: a. Commercial General Liability Form CG 00 01, or pre-approved equivalent; minimal acceptable limits: $500,000 per occurrence; $500,000 general aggregate; $500,000 products/completed operations aggregate; b. An Additional Insured endorsement in favor of The City of Kenner, its elected and appointed officials, agents, directors, servants, employees and volunteers CG 20 10 Form B (edition 07 04) or approved equivalent; and c. A Waiver of Transfer of Rights of Recovery Against Others to Us in favor of The City of Kenner, its elected and appointed officials, agents, directors, servants, employees, and volunteers. Note: The General Liability policy shall not exclude any standardized coverage included in the required basic form or limit Contractual Coverages for the Work in any way that would prohibit or limit the reporting of any claim or suit and the subsequent defense and indemnity there for which would normally be provided by the policy. The General Liability policy shall include coverage under damage to rented premises. 3. AUTO LIABILITY: a. Minimal acceptable limit: Statutory Limits of $15,000/$30,000/$25,000; b. Liability coverage to be provided for Any Auto or All Owned Autos and Hired and Non-owned Autos. If Contractor owns no vehicles, then a Hired and Non-owned Auto Liability policy is required; c. An Additional Insured endorsement in favor of The City of Kenner, its elected and appointed officials, agents, directors, servants, employees, and volunteers; d. A Waiver of Transfer of Rights of Recovery Against Others to Us in favor of The City of Kenner, its elected and appointed officials, agents, directors, servants, employees, and volunteers; and II GENERAL SPECIFICATIONS: A. Contractors Liability Insurance: The Contractor shall purchase in its name, and maintain at its sole cost and expense, such liability and other insurance as set out in the insurance requirements of this Document. This insurance will provide coverage for claims and/or suits which may arise out of or result from the Contractors performance and furnishing of the Work, whether it is performed by the Contractor, any subcontractor, partner, supplier, or by anyone directly or indirectly employed by any of them to perform or furnish any of the Work, or by anyone for whose acts any of them may be liable. If applicable, the Contractor shall require all sub-contractors to maintain, in limits equal to or greater than Contractors, the same insurance coverage for Work performed or materials provided for the Work. Contractor shall insert this requirement in all contracts or agreements with all entities and/or persons who perform any Work under this contract. At no time shall Contractor allow any subcontractors to perform Work without the required types and limits of insurance coverage. In the event of a subcontractors non-compliance with this requirement, the Contractor shall be responsible for any damages or liabilities arising from the subcontractors work, actions, or inactions. Cok_2013_1 Small Construction Contract Ins Reqs Page 3 B. General Requirements: 1. Qualifications of Insurers: a. All insurance required for the Contract is to be purchased and maintained by the Contractor from insurance companies that are duly licensed and authorized by the State of Louisiana to issue insurance policies for the limits and coverages so required. Such insurance companies utilized are to have a minimum rating of A- VI (or the current requirements of the State of Louisiana Public Bid Law (RS: 38:2211- 2296)) as of the most current edition of A.M. Bests Key Rating Guide. Any variance must be approved by the Owner. b. If any insurance company providing any insurance coverage furnished by the Contractor is declared bankrupt, becomes insolvent, loses its right to do business in Louisiana, or ceases to meet the requirements of this Document, the Contractor shall, within thirty (30) days thereafter, substitute another insurance company acceptable to the Owner. The Owner reserves the right to mandate cessation of all Work until the receipt of acceptable replacement insurance. 2. Partnerships and Joint Ventures: If the Contractor is a partnership or joint venture then the evidence of all primary and excess liability insurance required to be maintained during the term hereunder shall be furnished in the name of the partnership or joint venture. Evidence of continuing primary commercial general liability insurance, which shall remain in effect in the name of the partnership or joint venture shall also be furnished. 3. Certificates of Insurance/Policies of Insurance: a. The Contractor shall deliver to the Owner Certificates of Insurance, with copies to each additional insured identified in the Contract, evidencing all insurance which the Contractor has purchased and shall maintain in accordance with this Document. It is mandatory that within ten (10) days after the notification of the award of the Contract, the Contractor shall furnish to Owner the required certificates of insurance. b. The Owner may require that any impaired aggregate(s) be replenished in its favor prior to commencement of work and/or during the progress of the Work. c. The Owner reserves the right to request removal of any endorsement(s) that it finds jeopardizes its own insurance portfolio. Failure to reach a compromise may result in contract cancellation or disqualification of bidder. The Owner reserves the right to request certified copies of any policy(s) evidenced by the Certificate(s) of Insurance. The requested certified copies should be provided to the Owner within ten (10) days of the written request. d. Any and all communications regarding the insurance policies shall include the Project name, Project number, Proposal number and Owners address as indentified in the Contract. Cok_2013_1 Small Construction Contract Ins Reqs Page 4 4. Objection by the Owner: If Owner has any objection to the coverage afforded by, or any other provisions of, the insurance required to be purchased and maintained by the Contractor in accordance with the insurance requirements for the Work on the basis of non-conformance with the Contract, Owner shall notify the Contractor in writing within fifteen (15) days after receipt of the Certificates. The Contractor shall provide a written response to Owners objections within ten (10) days from the date of the letter request. 5. The Contractors Failure: Upon failure of the Contractor or his subcontractor to purchase, furnish, deliver or maintain such insurance as required herein, at the election of the Owner, the Contract may be forthwith declared suspended, discontinued, or terminated. Failure of the Contractor to purchase and maintain insurance shall not relieve the Contractor from any liability under the Contract, nor shall the insurance requirements be construed to conflict with the obligations of the Contractor concerning indemnification. 6. No Waiver of Liability: Acceptance of evidence of the insurance requirements by the Owner in no way relieves or decreases the liability of the Contractor for the performance of the Work under the Contract. Additionally, the Contractor is responsible for any losses, expenses, damages, claims and/or suits and costs of any kind which exceed the Contractors limits of liability or which may be outside the coverage scope of the Contractors insurance policies. The insurance requirements outlined in this Document shall in no way be construed to limit or eliminate the liability of the Contractor that may arise from the performance of Work under the Contract. The Contractors coverage is to be primary for any and all claims and/or suits related to, or arising from, the Work; and any insurance coverage maintained by the Owner is to be deemed as excess of the Contractors insurance coverage and shall not contribute with or to it in any way. 7. No Recourse Against the Owner: The insurance companies issuing the policies shall have no recourse against the Owner for payment of any premiums, deductibles, retentions or for assessments under any form or policy. These shall be borne by and be the sole responsibility of the Contractor. . 8. The Owners Liability Insurance: In addition to the insurance required to be provided by The Contractor above, the Owner, at its option, may purchase and maintain at Owners expense its own liability insurance as will protect the Owner against claims which may arise from operations under the Contract.

1610 REV. RICHARD WILSON DRIVE KENNER, LA 70062Location

Address: 1610 REV. RICHARD WILSON DRIVE KENNER, LA 70062

Country : United StatesState : Louisiana

You may also like

Furnish & Install Granular Activated Carbon

Due: 14 May, 2024 (in 14 days)Agency: City of Dunedin

CONTRACT TO FURNISH AND INSTALL POLICE VEHICLE EQUIPMENT AS NEEDED(PDF)

Due: 02 May, 2024 (in 2 days)Agency: City of Kenner

CONTRACT TO FURNISH AND INSTALL POLICE VEHICLE EQUIPMENT AS NEEDED(PDF)

Due: 02 May, 2024 (in 2 days)Agency: City of Kenner

Please Sign In to see more like these.

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