due today

Les Bois Sewer Consolidation

From: Louisiana(State)
923456-24-11-2

Basic Details

started - 27 Mar, 2024 (1 month ago)

Start Date

27 Mar, 2024 (1 month ago)
due - 01 May, 2024 (Today)

Due Date

01 May, 2024 (Today)
Bid Notification

Type

Bid Notification
923456-24-11-2

Identifier

923456-24-11-2
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.

ST. TAMMANY PARISH MICHAEL B. COOPER PARISH PRESIDENT PROCUREMENT DEPARTMENT P.O. BOX 628 | COVINGTON, LOUISIANA | 70434 | PROCUREMENT@STPGOV.ORG | 985-898-2520 WWW.STPGOV.ORG NOTICE TO BIDDERS ST. TAMMANY PARISH Sealed bids will be received by the Department of Procurement, until 2:00 p.m., Wednesday, May 1, 2024, and then opened and read publicly at that time by the Procurement Staff for the following project: Bid # 24-11-2 – Les Bois Sewer Consolidation Each paper bid must be submitted in a sealed envelope. The outside of the envelope shall show the Name and Address of the Bidder, the State Contractor’s License Number of the Bidder (if the work is estimated at $50k or more), the Bid Name and the Bid Number. The project classification is: Municipal and Public Works This bid package is available online at www.bidexpress.com or LaPAC
href="https://wwwcfprd.doa.louisiana.gov/osp/lapac/pubmain.cfm." target="_blank">https://wwwcfprd.doa.louisiana.gov/osp/lapac/pubmain.cfm. It is the Vendor’s responsibility to check Bid Express, or LaPAC frequently for any possible addenda that may be issued. The Parish is not responsible for a Vendor’s failure to download any addenda documents required to complete a submission. A Non-Mandatory pre-bid meeting will be held at the Staff Conference Room, 3rd Floor, located at St. Tammany Parish Government Administrative Complex, 21454 (Building B) Koop Drive, Mandeville, LA 70471 on Thursday, April 11, 2024 from 2:00 PM to 4 PM. Bids will be received at 21454 Koop Dr., Suite 2F, Mandeville, LA 70471 from each bidder or his agent and given a written receipt, by certified mail with return receipt requested, or electronically at www.bidexpress.com. Procurement Department http://www.bidexpress.com/ http://www.bidexpress.com/ Section 01 Table of Contents Section 01 Section 02 Section 03 Section 04 Section 05 Section 06 Section 07 Section 08 Section 09 Section 10 Section 11 Section 12 Section 13 Section 14 Table of Contents Instructions to Bidders Summary of Work LA Uniform Public Work Bid Form Unit Price Form Affidavits, Louisiana (Pursuant to LSA-R.S. 38:2224, 38:2227 and 38:2212.10) Insurance Requirements Project Sign General Conditions Sample Corporate Resolution Sample Certificate of Insurance Sample Contract Federal Clauses Technical Specifications Construction Drawings Versio11 2023 QI Section 03 Summary of Work I. Work to Include: II. Improvements to Les Bois Sewer Lift Station and the discharge force main installed by directional drilling. Work shall include installation of sewer gravity from existing lift station to the new lift station. A generator shall be provided for the new lift station. Location of Work: Les Bois Sewer Lift Station located at 236 LeCirque, Madisonville, Louisiana. III. Documents: Bid Documents dated March 7, 2024, and entitled: IV. Les Bois Sewer Consolidation Bid No.: 24-11-2 OTHER REQUIREMENTS (as applicable) When not otherwise specified herein, all work and materials shall conform to the requirements of the Louisiana Department of Transportation and Development hereafter called LDOTD (2016 Edition of Louisiana Standard Specifications for Roads and Bridges). Additionally, all materials used in sanitary sewer and/or potable water construction shall conform to the requirements of the State Sanitary Code and St. Tammany Parish Department of Utilities. Version 2023 QI Version 2024 Q1 Section 04 LOUISIANA UNIFORM PUBLIC WORK BID FORM TO: St. Tammany Parish Government 21454 Koop Dr., Suite 2F Mandeville, La 70471 _____________________________ (Owner to provide name and address of owner) BID FOR: Les Bois Sewer Consolidation__________ Bid No.: 24-11-2______________________________ ___________________________________________ ___________________________________________ (Owner to provide name of project and other identifying information.) The undersigned bidder hereby declares and represents that she/he; a) has 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: Meyer Engineers, Ltd. and dated: March 7, 2024 . (Owner to provide name of entity preparing bidding documents.) Bidders must acknowledge all addenda. The Bidder acknowledges receipt of the following ADDENDA: (Enter the number the Designer has assigned to each of the addenda that the Bidder is acknowledging) _________________________________________ . TOTAL BASE BID: For all work required by the Bidding Documents (including any and all unit prices designated “Base Bid” * but not alternates) the sum of: Dollars ($ ) ALTERNATES: For any and all work required by the Bidding Documents for Alternates including any and all unit prices designated as alternates in the unit price description. Alternate No. 1 (Owner to provide description of alternate and state whether add or deduct) for the lump sum of: N/A Dollars ($ ) Alternate No. 2 (Owner to provide description of alternate and state whether add or deduct) for the lump sum of: N/A Dollars ($ ) Alternate No. 3 (Owner to provide description of alternate and state whether add or deduct) for the lump sum of: N/A Dollars ($ ) NAME OF BIDDER: ADDRESS OF BIDDER: LOUISIANA CONTRACTOR’S LICENSE NUMBER: NAME OF AUTHORIZED SIGNATORY OF BIDDER: TITLE OF AUTHORIZED SIGNATORY OF BIDDER: SIGNATURE OF AUTHORIZED SIGNATORY OF BIDDER **: DATE: _______________________ THE FOLLOWING ITEMS ARE TO BE INCLUDED WITH THE SUBMISSION OF THIS LOUISIANA UNIFORM PUBLIC WORK BID FORM: * The Unit Price Form shall be used if the contract includes unit prices. Otherwise it is not required and need not be included with the form. The number of unit prices that may be included is not limited and additional sheets may be included if needed. ** A CORPORATE RESOLUTION OR WRITTEN EVIDENCE of the authority of the person signing the bid for the public work as prescribed by LA R.S. 38:2212(B)(5). BID SECURITY in the form of a bid bond, certified check or cashier’s check as prescribed by LA R.S. 38:2218(A) attached to and made a part of this bid. LOUISIANA UNIFORM PUBLIC WORK BID FORM UNIT PRICE FORM TO: ST. TAMMANY PARISH GOVERNMENT BID FOR: LES BOIS SEWER CONSOLIDATION BID NO. 24-11-2 MANDEVILLE, LA 70471 PROJECT NO. TU23000174 (Owner to provide name and address of owner) (Owner to provide name of project and other identifying information) UNIT PRICES: This form shall be used for any and all work required by the Bidding Documents, and described as unit prices. Amounts shall be stated in figures and only in figures. DESCRIPTION: ✓ BASE BID OR □ ALT.# ___ MOBILIZATION REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) 1 1 LS DESCRIPTION: ✓ BASE BID OR □ ALT.# ___ TEMPORARY SIGNS AND BARRICADES REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) 2 1 LS DESCRIPTION: ✓ BASE BID OR □ ALT.# ___ PAVEMENT REMOVAL (ALL TYPES, ALL THICKNESSES)* REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) 3 150 SY DESCRIPTION: ✓ BASE BID OR □ ALT.# ___ DEMOLITION REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) 4 1 LS DESCRIPTION: ✓ BASE BID OR □ ALT.# ___ CLASS II BASE COURSE (THEORETICAL MEASURE)* REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) 5 50 CY DESCRIPTION: ✓ BASE BID OR □ ALT.# ___ MODIFY EXISTING WET WELL REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) 6 1 LS DESCRIPTION: ✓ BASE BID OR □ ALT.# ___ NEW WET WELL REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) 7 1 LS DESCRIPTION: ✓ BASE BID OR □ ALT.# ___ SELF-PRIMING CENTRIFUGAL WASTEWATER PUMP AND ACCESSORIES REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) 8 1 LS DESCRIPTION: ✓ BASE BID OR □ ALT.# ___ REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) 9 1 LS DESCRIPTION: ✓ BASE BID OR □ ALT.# ___ REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) 10 1 LS DESCRIPTION: ✓ BASE BID OR □ ALT.# ___ PLASTIC SANITARY SEWER FORCE MAIN, HDPE DR17 BY HORIZONTAL DIRECTIONAL DRILL REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) 11 991 LF 21454 KOOP DRIVE, SUITE 2F SETUP FOR HORIZONTAL DIRECTIONAL DRILL STATION PIPING, VALVES, AND ACCESSORIES DESCRIPTION: ✓ BASE BID OR □ ALT.# ___ PLASTIC SANITARY SEWER FORCE MAIN, BY OPEN CUT REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) 12 2,663 LF DESCRIPTION: ✓ BASE BID OR □ ALT.# ___ PLASTIC SANITARY SEWER GRAVITY LINE REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) 13 500 LF DESCRIPTION: ✓ BASE BID OR □ ALT.# ___ SEWER MANHOLE REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) 14 2 EA DESCRIPTION: ✓ BASE BID OR □ ALT.# ___ 4" AIR RELEASE VALVE (ARV) AND VAULT REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) 15 3 EA DESCRIPTION: ✓ BASE BID OR □ ALT.# ___ DUCTILE IRON FITTINGS REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) 16 1500 LB DESCRIPTION: ✓ BASE BID OR □ ALT.# ___ CONTROL PANEL AND SENSORS REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) 17 1 LS DESCRIPTION: ✓ BASE BID OR □ ALT.# ___ ELECTRICAL WORK REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) 18 1 LS DESCRIPTION: ✓ BASE BID OR □ ALT.# ___ PORTLAND CEMENT CONCRETE APRON (6" THICK)* REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) 19 150 SY DESCRIPTION: ✓ BASE BID OR □ ALT.# ___ LIFT STATION COVER STRUCTURE REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) 20 1 LS DESCRIPTION: ✓ BASE BID OR □ ALT.# ___ GENERATOR REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) 21 1 EA DESCRIPTION: ✓ BASE BID OR □ ALT.# ___ SITE RESTORATION REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) 22 1 LS DESCRIPTION: ✓ BASE BID OR □ ALT.# ___ LINING MANHOLE COATING* REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) 23 50 SF DESCRIPTION: ✓ BASE BID OR □ ALT.# ___ INSERTION OF 6.00MM CIPP IN 8 INCH PIPE* REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) 24 400 LF DESCRIPTION: ✓ BASE BID OR □ ALT.# ___ REMOTE CUT AND BRUSH SERVICES* REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) 25 5 EA DESCRIPTION: ✓ BASE BID OR □ ALT.# ___ INTERNALLY TRIM PROTRUDING SERVICE CONNECTIONS* REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) 26 5 EA DESCRIPTION: ✓ BASE BID OR □ ALT.# ___ ADJUSTING ELEVATION OF EXISTING MANHOLE (NOT MORE THAN 18" UP OR DOWN) REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) 27 5 EA Wording for "DESCRIPTION" is to be provided by Owner. All quantities are estimated. The contractor will be paid upon actual quantities as verified by Owner. * ITEM TO BE USED AT THE DISCRETION OF A/E & ST. TAMMANY PARISH REPRESENTATIVE. AFFIDAVIT PURSUANT TO LA R.S. 38:2212.10 CONFIRMING REGISTRATION AND PARTICIPATION IN A STATUS VERIFICATION SYSTEM STATE OF ___________________________ PARISH/COUNTY OF ______________________________ BEFORE ME, the undersigned authority, in and for the above stated State and Parish (or County), personally came and appeared: _____________________________ Print Name who, after first being duly sworn, did depose and state: 1. That affiant is appearing on behalf of _____________________________, a private employer seeking a bid or a contract with St. Tammany Parish Government for the physical performance of services within the State of Louisiana. 2. That affiant 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; and 3. That affiant 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. 4. That affiant shall require all subcontractors to submit to the affiant a sworn affidavit verifying compliance with this law. ______________________________________ Printed Name: _________________________ Title: _________________________________ Name of Entity: ________________________ THUS SWORN TO AND SUBSCRIBED BEFORE ME, THIS______, DAY OF _______________, 202__. ____________________________________ Notary Public Insurance Requirements - Les Bois Sewer Consolidation Page 1 INSURANCE REQUIREMENTS* Construction Project: Les Bois Sewer Consolidation Project/Quote/Bid#: 24-11-2 ***IMPORTANT – PLEASE READ*** Prior to submitting your quote or bid, it is recommended that you review these insurance requirements with your insurance broker/agent. These requirements modify portions of the insurance language found in the General Conditions and/or Supplementary General Conditions; however, there is no intention to remove all sections pertaining to insurance requirements and limits set forth in the General Conditions and/or Supplementary General Conditions, only to amend and specify those items particular for this Project. A. The Provider shall secure and maintain at its expense such insurance that will protect it and St. Tammany Parish Government (the “Parish”) from claims for bodily injury, death or property damage as well as from claims under the Workers’ Compensation Acts that may arise from the performance of services under this agreement. All certificates of insurance shall be furnished to the Parish and provide thirty (30) days prior notice of cancellation to the Parish, in writing, on all of the required coverage. B. All policies shall provide for and certificates of insurance shall indicate the following: 1. Waiver of Subrogation: The Provider's insurers will have no right of recovery or subrogation against the Parish of St. Tammany, it being the intention of the parties that all insurance policy(ies) so affected shall protect both parties and be the primary coverage for any and all losses covered by the below described insurance. 2. Additional Insured: St. Tammany Parish Government shall be named as Additional Insured with respect to general liability, automobile liability and excess liability coverages, as well as marine liability and pollution/environmental liability, when those coverages are required or necessary. 3. Payment of Premiums: The insurance companies issuing the policy or policies will have no recourse against St. Tammany Parish Government for payment of any premiums or for assessments under any form of policy. 4. Project Reference: The project(s) and location(s) shall be referenced in the Comment or Description of Operations section of the Certificate of Insurance (Project ##-###, or Bid # if applicable, Type of Work, Location). C. Coverage must be issued by insurance companies authorized to do business in the State of Louisiana. Companies must have an A.M. Best rating of no less than A-, Category VII. St. Tammany Parish Risk Management Department may waive this requirement only for Workers Compensation coverage at their discretion. Section 06 Insurance Requirements - Les Bois Sewer Consolidation Page 2 Provider shall secure and present proof of insurance on forms acceptable to St. Tammany Parish Government, Office of Risk Management no later than the time of submission of the Contract to the Parish. However, should any work performed under this Contract by or on behalf of Provider include exposures that are not covered by those insurance coverages, Provider is not relieved of its obligation to maintain appropriate levels and types of insurance necessary to protect itself, its agents and employees, its subcontractors, St. Tammany Parish Government (Owner), and all other interested third parties, from any and all claims for damage or injury in connection with the services performed or provided throughout the duration of this Project, as well as for any subsequent periods required under this Contract. The insurance coverages checked (✔) below are those required for this Contract.  1. Commercial General Liability* insurance – Occurrence Form - with a Combined Single Limit for bodily injury and property damage of at least $1,000,000 per Occurrence / $2,000,000 General Aggregate and $2,000,000 Products-Completed Operations. Contracts over $1,000,000 may require higher limits. The insurance shall provide for and the certificate(s) of insurance shall indicate the following coverages: a) Premises - operations; b) Broad form contractual liability; c) Products and completed operations; d) Personal/Advertising Injury; e) Broad form property damage (for Projects involving work on Parish property); f) Explosion, Collapse and Damage to underground property. g) Additional Insured forms CG 2010 and CG 2037 in most current edition are required.  2. Business Automobile Liability* insurance with a Combined Single Limit of $1,000,000 per Occurrence for bodily injury and property damage, and shall include coverage for the following: a) Any auto; or b) Owned autos; and c) Hired autos; and d) Non-owned autos.  3. Workers’ Compensation/Employers Liability insurance* - Workers’ Compensation coverage as required by State law. Employers’ liability limits shall be a minimum of $1,000,000 each accident, $1,000,000 each disease, $1,000,000 disease policy aggregate. When water activities are expected to be performed in connection with this project, coverage under the USL&H Act, Jones Act and/or Maritime Employers Liability (MEL) must be included. Coverage for owners, officers and/or partners in any way engaged in the Project shall be included in the policy. The names of any excluded individual must be shown in the Description of Operations/Comments section of the Certificate.  4. Pollution Liability and Environmental Liability* insurance in the minimum amount of $1,000,000 per occurrence / $2,000,000 aggregate including full contractual liability and third party claims for bodily injury and/or property damage, for all such hazardous waste, pollutants and/or environmental exposures that may be affected by this project stemming from pollution/environmental incidents as a result of Contractor’s operations. If coverage is provided on a claims-made basis, the following conditions apply: 1) the retroactive date must be prior to or coinciding with the effective date of the Contract, or prior to the commencement of any services provided by the Contractor on behalf of the Parish, whichever is earlier; AND 2) continuous coverage must be provided to the Parish with the same retro date for 24 months following acceptance or termination of the Project by the Parish either by a) continued renewal certificates OR b) a 24 month Extended Reporting Period *The Certificate must indicate whether the policy is written on an occurrence or claims-made basis and, if claims-made, the applicable retro date must be stated. Insurance Requirements - Les Bois Sewer Consolidation Page 3 ☐ 5. Contractor’s Professional Liability/Errors and Omissions* insurance in the sum of at least $1,000,000 per claim / $2,000,000 aggregate is required when work performed by Contractor or on behalf of Contractor includes professional or technical services including, but not limited to, construction administration and/or management, engineering services such as design, surveying, and/or inspection, technical services such as testing and laboratory analysis, and/or environmental assessments. An occurrence basis policy is preferred. If coverage is provided on a claims-made basis, the following conditions apply: 1) the retroactive date must be prior to or coinciding with the effective date of the Contract, or prior to the commencement of any services provided by the Contractor on behalf of the Parish, whichever is earlier; AND 2) continuous coverage must be provided to the Parish with the same retro date for 24 months following acceptance or termination of the Project by the Parish either by a) continued renewal certificates OR b) a 24 month Extended Reporting Period *The Certificate must indicate whether the policy is written on an occurrence or claims-made basis and, if claims-made, the applicable retro date must be stated. ☐ 6. Marine Liability/Protection and Indemnity* insurance is required for any and all vessel and/or marine operations in the minimum limits of $1,000,000 per occurrence / $2,000,000 per project general aggregate. The coverage shall include, but is not limited to, the basic coverages found in the Commercial General Liability insurance and coverage for third party liability *Excess/Umbrella Liability insurance may be provided to meet the limit requirements for any Liability coverage. For example: if the General Liability requirement is $3,000,000 per occurrence, but the policy is only $1,000,000 per occurrence, then the excess policy should be at least $2,000,000 per occurrence thereby providing a combined per occurrence limit of $3,000,000.)  7. Owners Protective Liability (OPL) shall be furnished by the Contractor and shall provide coverage in the minimum amount of $1,000,000 CSL each occurrence / $1,000,000 aggregate. St. Tammany Parish Government, ATTN: Risk Management Department, P. O. Box 628, Covington, LA 70434 shall be the first named insured on the policy.  8. Builder’s Risk Insurance written as an “all-risk” policy providing coverage in an amount at or greater than one hundred percent (100%) of the completed value of the contracted project. Any contract modifications increasing the contract cost will require an increase in the limit of the Builder’s Risk policy. Deductibles should not exceed $5,000 and Contractor shall be responsible for all policy deductibles. This insurance shall cover materials at the site, stored off the site, and in transit. The Builder’s Risk Insurance shall include the interests of the Owner, Contractor and Subcontractors and shall terminate only when the Project is accepted in writing. St. Tammany Parish Government, ATTN: Risk Management Department, P. O. Box 628, Covington, LA 70434 shall be named as a Loss Payee on the policy. ☐ 9. Installation Floater Insurance, on an “all-risk” form, shall be furnished by Contractor and carried for the full value of the materials, machinery, equipment and labor for each location. The Contractor shall be responsible for all policy deductibles. The Installation Floater Insurance shall provide coverage for property owned by others and include the interests of the Owner, Contractor and Subcontractors and shall terminate only when the Project is accepted in writing. St. Tammany Parish Government, ATTN: Risk Management Department, P. O. Box 628, Covington, LA 70434 shall be named as a Loss Payee on the policy. Insurance Requirements - Les Bois Sewer Consolidation Page 4 D. All policies of insurance shall meet the requirements of the Parish prior to the commencing of any work. The Parish has the right, but not the duty, to approve all insurance coverages prior to commencement of work. If any of the required policies are or become unsatisfactory to the Parish as to form or substance; or if a company issuing any policy is or becomes unsatisfactory to the Parish, the Provider shall promptly obtain a new policy, timely submit same to the Parish for approval, and submit a certificate thereof as provided above. The Parish agrees not to unreasonably withhold approval of any insurance carrier selected by Provider. In the event that Parish cannot agree or otherwise authorize a carrier, Provider shall have the option of selecting and submitting a new insurance carrier within 30 days of said notice by the Parish. In the event that the second submission is insufficient or is not approved, then the Parish shall have the unilateral opportunity to thereafter select a responsive and responsible insurance carrier all at the cost of Provider and thereafter deduct from Provider's fee the cost of such insurance. E Upon failure of Provider to furnish, deliver and/or maintain such insurance as above provided, this contract, at the election of the Parish, may be declared suspended, discontinued or terminated. Failure of the Provider to maintain insurance shall not relieve the Provider from any liability under the contract, nor shall the insurance requirements be construed to conflict with the obligation of the Provider concerning indemnification. F. Provider shall maintain a current copy of all annual insurance policies and agrees to provide a certificate of insurance to the Parish on an annual basis or as may be reasonably requested for the term of the contract or any required Extended Reporting Period. Provider further shall ensure that all insurance policies are maintained in full force and effect throughout the duration of the Project and shall provide the Parish with annual renewal certificates of insurance evidencing continued coverage, without any prompting by the Parish. G. It shall be the responsibility of Provider to require that these insurance requirements are met by all contractors and sub-contractors performing work for and on behalf of Provider. Provider shall further ensure the Parish is named as an additional insured on all insurance policies provided by said contractor and/or sub-contractor throughout the duration of the project. H. Certificates of Insurance shall be issued as follows: St. Tammany Parish Government Attn: Risk Management P O Box 628 Covington, LA 70434 To avoid contract processing delays, be certain the project name/number is included on all correspondence including Certificates of Insurance. *NOTICE: St. Tammany Parish Government reserves the rights to remove, replace, make additions to and/or modify any and all of the insurance requirements at any time. Any inquiry regarding these insurance requirements should be addressed to: St. Tammany Parish Government Office of Risk Management P O Box 628 Covington, LA 70434 Telephone: 985-898-5226 Email: riskman@stpgov.org

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

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

Country : United StatesState : Louisiana

You may also like

Pointe Coupee Parish Sewer Board - District 1 Sewer Consolidation Project SD1-23-01

Due: 02 May, 2024 (Tomorrow)Agency: Pointe Coupee Parish Government

Les Bois Sewer Consolidation (24-11-2)

Due: 01 May, 2024 (Today)Agency: Louisiana Associated General Contarctors New Orleans

Les Bois Sewer Consolidation

Due: 01 May, 2024 (Today)Agency: State of Louisiana

Please Sign In to see more like these.

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