Third St Drainage

expired opportunity(Expired)
From: Louisiana(State)
923456-24-4-2

Basic Details

started - 06 Mar, 2024 (1 month ago)

Start Date

06 Mar, 2024 (1 month ago)
due - 17 Apr, 2024 (11 days ago)

Due Date

17 Apr, 2024 (11 days ago)
Bid Notification

Type

Bid Notification
923456-24-4-2

Identifier

923456-24-4-2
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., Tuesday, April 2, 2024, and then opened and read publicly at that time by the Procurement Staff for the following project: Bid # 24-4-2 – Third St. Drainage 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: Highway, Street and Bridge Construction 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. 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/ Version 2024 Q1 BID PROPOSAL ST. TAMMANY PARISH GOVERNMENT BID PACKAGE FOR THIRD ST. DRAINAGE BID NO.: 24-4-2 FEBRUARY 27, 2024 Version 2024 Q1 Section 01 Table of Contents Section 01 Table of Contents Section 02 Instructions to Bidders Section 03 Summary of Work Section 04 LA Uniform Public Work Bid Form/ Unit Price Form/Project Specifications Section 05 Affidavits, Louisiana (Pursuant to LSA-R.S. 38:2224, 38:2227 and 38:2212.10) Section 06 Insurance Requirements Section 07 Project Sign Section 08 General Conditions Section 09 Sample Corporate Resolution Section 10 Sample Certificate of Insurance Section 11 Sample Contract Version 2024 Q1 Section 02 Instructions to Bidders Bidders are urged to promptly review the requirements of this specification and submit questions for resolution as early as possible during the bid period. Questions or concerns must be submitted in writing to the Procurement Department no later than 2:00 CST seven (7) working days prior to the bid opening date. Otherwise, this will be construed as acceptance by the bidders that the intent of the specifications is clear and that competitive bids may be obtained as specified herein. Protests with regard to the specification documents will not be considered after bids are opened. 1. Bid security is required. Be sure that your bid includes such security as is necessary to meet Parish requirements and is properly signed. The bid must be fully completed. All applicable Louisiana license numbers must be affixed. 2. The Owner is the St. Tammany Parish Government (the “Parish”). 3. The terms “he/his” and “it/its” may be used interchangeably. 4. The terms “Owner,” the “Parish,” and “St. Tammany Parish” may be used interchangeably. 5. The successful Bidder understands the limited contract time in the contract is forty-five (45) calendar days and shall submit any request for an extension of time in accordance with the General and Supplementary Conditions. Said request will reflect the days requested and the reason for same. No extension request is guaranteed or absolute. 6. Bidder specifically understands that acknowledgment of the General Conditions is required. Bidder specifically understands that signature of receipt of the General Conditions is mandated. The Bidder’s signature on the “Louisiana Uniform Public Work Bid Form” will serve as acknowledgment of the Bidder’s receipt and understanding of the General Conditions as well as any Supplementary Conditions. 7. If any additional work is performed by the contractor without written approval by owner, the cost of the work will be borne by the contractor and will not be reimbursed by the Parish. 8. Only the Louisiana Uniform Public Bid Form, the Unit Price Form (if necessary), the bid security, and written evidence of authority of person signing the bid shall be submitted on or before the bid opening time and date provided for in the Bid Documents. Necessary copies of the Louisiana Uniform Public Work Forms and Unit Price Forms (if necessary) will be furnished for Bidding. Bound sets of the Contract Documents are for Bidder's information and should not be used in submitting Bids. 9. All other documents and information required are to be submitted by the low Bidder within ten (10) days after the opening of the bids, and at the same time of day and location as given for the opening of the bids in the Bid Documents. 10. Each Bid must be submitted in a sealed envelope, unless submitted electronically. The outside of the envelope shall show the name and address of the Bidder, the State Contractor’s License Number of the Bidder (if work requires contractor’s license), and the Project name and the Bid number. In the case of an electronic bid proposal, a contractor may submit an authentic digital signature on the electronic bid proposal accompanied by the contractor's license number, Project name and the Bid number. 11. The price quoted for the Work shall be stated in words and figures on the Bid Form, and in figures only on the Unit Price Form. The price in the Bid shall include all costs necessary for the complete performance of the Work in full conformity with the conditions of the Contract Documents, and shall include all applicable Federal, State, Parish, Municipal or other taxes. The price bid for the items listed on the Unit Price Form will include the cost of all related items not listed, but which are normally required to do the type of Work bid. Version 2024 Q1 12. The Bid shall be signed by the Bidder. The information required on the Louisiana Uniform Public Work Bid Form must be provided. Evidence of agency, corporate, or partnership authority is required and shall be provided in conformance with LSA-R.S. 38:2212(B). 13. Only a Contractor licensed by the State to do the type of Work as indicated on the Notice to Bidders can submit a Bid. The Bidder’s signature on the Bid Form certifies that he holds an active license under the provisions of Chapter 24 of Louisiana Revised Statutes Title 37. Failure to be properly licensed constitutes authority for the Owner to reject the Bid. 14. Bidders shall not attach any conditions or provisions to the Bid. Any conditions or provisions so attached may, at the sole option of the Owner, cause rejection of the Bid. 15. A Bid Guarantee of five percent (5%) of the amount of the total Bid, including Alternates, must accompany the Proposal and, at the option of the Bidder, may be a cashier's check, certified check or a satisfactory Bid Bond. The Bid Guarantee must be attached to the Louisiana Uniform Public Work Bid Form. No Bid will be considered unless it is so guaranteed. Cashier's check or certified check must be made payable to the order of the Owner. Cash deposits will not be accepted. The Owner reserves the right to cash or deposit the cashier's check or certified check. Such guarantees shall be made payable to the Parish of St. Tammany. In accordance with LSA-R.S. 38:2218(C), if a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A- rating in the latest printing of the A.M. Best's Key Rating Guide to write individual bonds up to ten percent of policyholders' surplus as shown in the A.M. Best's Key Rating Guide or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. It is not required to be on any AIA form. 16. Bid securities of the three (3) lowest Bidders will be retained by the Owner until the Contract is executed or until final disposition is made of the Bids submitted. Bid securities of all other Bidders will be returned promptly after the canvas of Bids. Bids shall remain binding for forty-five (45) days after the date set for Bid Opening. The Parish shall act within the forty-five (45) days to award the contract to the lowest responsible bidder or reject all bids. However, the Parish and the lowest responsible bidder, by mutual written consent, may agree to extend the deadline for award by one or more extensions of thirty (30) calendar days. In the event the Owner issued the Letter of Award during this period, or any extension thereof, the Bid accepted shall continue to remain binding until the execution of the Contract. 17. A Proposal may be withdrawn at any time prior to the scheduled closing time for receipt of Bids, provided the request is in writing, executed by the Bidder or its duly authorized representative and is filed with the Owner prior to that time. When such a request is received, the Proposal will be returned to the Bidder unopened. A bid withdrawn under the provisions of LSA-R.S. 38:2214(C) cannot be resubmitted. 18. Written communications, over the signature of the Bidder, to modify Proposals will be accepted and the Proposal corrected in accordance therewith if received by the Owner prior to the scheduled closing time for receipt of Bids. Oral, telephonic or telegraphic Modifications will not be considered. 19. No oral interpretation obligating the Owner will be made to any Bidder as to the meaning of the Drawings, Specifications and Contract Documents. Every request for such an interpretation shall be made in writing and addressed and forwarded to the Owner. Inquiries received within seven (7) days prior to the day fixed for opening of the Bids may not be given consideration. Every interpretation made to the Bidder shall be in the form of an addendum to the Specifications. All such Addenda shall become part of the Contract Documents. Failure of the Owner to send or failure of Bidder to receive any such interpretation shall not relieve any Bidder from any obligation under this Bid as submitted without Modification. All Addenda shall be issued in accordance with the Public Bid Law, LSA-R.S. 38:2212(O). 20. The Owner reserves the right to reject any or all Bids for just cause in accordance with the Public Bid Law, LSA-R.S. 38:2214(B). Incomplete, informal, illegible, or unbalanced Bids may be rejected. Reasonable grounds for belief that any one Bidder is concerned directly or indirectly with more than one Bid will cause rejection of all Bids wherein such Bidder Version 2024 Q1 is concerned. If required, a Bidder shall furnish satisfactory evidence of its competence and ability to perform the Work stipulated in its Proposal. Incompetence will constitute cause for rejection. If the Parish determines that the bidder is not responsive or responsible for any reason whatsoever, the bid may be rejected in accordance with State law. 21. Contractor shall be liable without limitation to the Parish for any and all injury, death, damage, loss, destruction, damages, costs, fines, penalties, judgments, forfeitures, assessments, expenses (including attorney fees), obligations, and other liabilities of every name and description, which may occur or in any way arise out of any act or omission of Contractor, its owners, agents, employees, partners or subcontractors. 22. Upon notice of any claim, demand, suit, or cause of action against the Parish, alleged to arise out of or be related to this Contract, Contractor shall investigate, handle, respond to, provide defense for, and defend at its sole expense, even if the claim, demand, suit, or cause of action is groundless, false, or fraudulent. The Parish may, but is not required to, consult with or assist the Contractor, but this assistance shall not affect the Contractor’s obligations, duties, and responsibilities under this section. Contractor shall obtain the Parish’s written consent before entering into any settlement or dismissal. 23. It is understood and agreed that neither party can foresee the exigencies beyond the control of each party which arise by reason of an Act of God or force majeure; therefore, neither party shall be liable for any delay or failure in performance beyond its control resulting from an Act of God or force majeure. The Parish shall determine whether a delay or failure results from an Act of God or force majeure based on its review of all facts and circumstances. The parties shall use reasonable efforts, including but not limited to, use of continuation of operations plans (COOP), business continuity plans, and disaster recovery plans, to eliminate or minimize the effect of such events upon the performance of their respective duties under this Contract. 24. Contractor shall fully indemnify and hold harmless the Parish, without limitation, for any and all injury, death, damage, loss, destruction, damages, costs, fines, penalties, judgments, forfeitures, assessments, expenses (including attorney fees), obligations, and other liabilities of every name and description, which may occur or in any way arise out of any act or omission of Contractor, its owners, agents, employees, partners or subcontractors. The Contractor shall not indemnify for the portion of any loss or damage arising from the Parish’s act or failure to act. 25. Contractor shall fully indemnify and hold harmless the Parish, without limitation, from and against damages, costs, fines, penalties, judgments, forfeitures, assessments, expenses (including attorney fees), obligations, and other liabilities in any action for infringement of any intellectual property right, including but not limited to, trademark, trade-secret, copyright, and patent rights. When a dispute or claim arises relative to a real or anticipated infringement, the Contractor, at its sole expense, shall submit information and documentation, including formal patent attorney opinions, as required by the Parish. If the use of the product, material, service, or any component thereof is enjoined for any reason or if the Contractor believes that it may be enjoined, Contractor, while ensuring appropriate migration and implementation, data integrity, and minimal delays of performance, shall at its sole expense and in the following order of precedence: (i) obtain for the Parish the right to continue using such product, material, service, or component thereof; (ii) modify the product, material, service, or component thereof so that it becomes a non-infringing product, material, or service of at least equal quality and performance; (iii) replace the product, material, service, or component thereof so that it becomes a non- infringing product, material, or service of at least equal quality and performance; or, (iv) provide the Parish monetary compensation for all payments made under the Contract related to the infringing product, material, service, or component, plus for all costs incurred to procure and implement a non-infringing product, material, or service of at least equal quality and performance. Until this obligation has been satisfied, the Contractor remains in default. The Contractor shall not be obligated to indemnify that portion of a claim or dispute based upon the Parish’s unauthorized: i) modification or alteration of the product, material or service; ii) use of the product, material or service in combination with other products not Version 2024 Q1 furnished by Contractor; or, iii) use of the product, material or service in other than the specified operating conditions and environment. 26. Bidders shall familiarize themselves with and shall comply with all applicable Federal and State Laws, municipal ordinances and the rules and regulations of all authorities having jurisdiction over construction of the Project, which may directly or indirectly affect the Work or its prosecution. These laws and/or ordinances will be deemed to be included in the Contract, as though herein written in full. 27. Each Bidder shall visit the site of the proposed Work and fully acquaint itself with all surface and subsurface conditions as they may exist so that it may fully understand this Contract. Bidder shall also thoroughly examine and be familiar with drawings, Specifications and Contract Documents. The failure or omission of any Bidder to receive or examine any form, instrument, Drawing or document or to visit the site and acquaint itself with existing conditions shall in no way relieve any Bidder from any obligation with respect to its Bid and the responsibility in the premises. 28. The standard contract form enclosed with the Proposal documents is a prototype. It is enclosed with the Contract Documents for the guidance of the Owner and the Contractor. It has important legal consequences in all respects and consultation with an attorney is encouraged. Contractor shall be presumed to have consulted with its own independent legal counsel. 29. When one set of Contract plans show the Work to be performed by two or more prime Contractors, it is the responsibility of each Bidder to become knowledgeable of the Work to be performed by the other where the Work upon which this bid is submitted is shown to come into close proximity or in conflict with the Work of the other. In avoiding conflicts, pressure pipe lines must be installed to avoid conflict with gravity pipe lines and the Bidder of the smaller gravity pipe line in conflict with the larger gravity pipe line must include in his Bid the cost of a conflict box at these locations. The location of and a solution to the conflicts do not have to be specifically noted as such on the plans. 30. Bidder shall execute affidavit(s) attesting compliance with LSA-R.S. 38:2212.10, 38:2224, 38:2227, each as amended, and other affidavits as required by law, prior to execution of the contract. 31. In accordance with Louisiana Law, all Corporations (See LA R.S. 12:26.1) and Limited Liability Companies (See LA R.S. 12:1308.2) must be registered and in good standing with the Louisiana Secretary of State in order to hold a contract. 32. Sealed Bids shall be delivered to St. Tammany Parish Government at the office of St. Tammany Parish Government, Department of Procurement, 21454 Koop Drive, Suite 2-F, Mandeville, LA 70471, and a receipt given, until the time and date denoted in Notice to Bidders, at which time and place the Bids shall be publicly opened and read aloud to those present. In accordance with LSA-R.S. 38:2212(H), the designer’s final estimated cost of construction shall be read aloud upon opening bids. Sealed Bids may also be mailed by certified mail to St. Tammany Parish Government, Department of Procurement, 21454 Koop Drive, Suite 2-F, Mandeville, LA 70471, and must be received before the bid opening. Bids may also be submitted electronically. Information concerning links for electronic bidding is contained in the Notice to Bidders. It is the responsibility of the Bidders to ensure that bids are delivered in a timely fashion. Late bids, regardless of reason, will not be considered, and will be returned to bidder. 33. Paper bids shall be placed in a sealed envelope, marked plainly and prominently as indicated in the Notice to Bidders, and these Instructions, and addressed: St. Tammany Parish Government Department of Procurement 21454 Koop Drive, Suite 2-F Mandeville, LA 70471 34. See Notice to Bidders for availability of Drawings, Specifications and Contract Documents via electronic methods. Version 2024 Q1 35. The successful Bidder shall be required to post in each direction a public information sign, 4' x 4' in size, at the location of the project containing information required by the Owner. The Owner shall supply this information. 36. The award of the Contract, if it is awarded, will be to the lowest responsible Bidder, in accordance with State Law. No award will be made until the Owner has concluded such investigations as it deems necessary to establish the responsibility and qualifications of the Bidder to do the Work in accordance with the Contract Documents to the satisfaction of the Owner within the time prescribed as established by the Department based upon the amount of work to be performed and the conditions of same. The written contract and bond shall be issued in conformance with LSA-R.S. 38:2216. If the Contract is awarded, the Owner shall give the successful Bidder written notice of the award within forty-five (45) calendar days after the opening of the Bids in conformance with LSA-R.S. 38:2215(A), or any extension as authorized thereunder. 37. At least three days prior to the execution of the Contract, the Contractor shall deliver to the Owner the required Bonds. 38. Failure of the successful Bidder to execute the Contract and deliver the required Bonds within ten (10) days of the Notice of the Award shall be just cause for the Owner to annul the award and declare the Bid and any guarantee thereof forfeited. Award may then be made to the next lowest responsible bidder. 39. In order to ensure the faithful performance of each and every condition, stipulation and requirement of the Contract and to indemnify and hold harmless the Owner from any and all damages, either directly or indirectly arising out of any failure to perform same, the successful Bidder to whom the Contract is awarded shall furnish a Performance and Payment Bond in an amount of at least equal to one hundred percent (100%) of the Contract Price. The Contract shall not be in force or binding upon the Owner until such satisfactory Bond has been provided to and approved by the Parish. The cost of the Bond shall be paid for by the Contractor unless otherwise stipulated in the Special Provisions. 40. No surety Company will be accepted as a bondsman which has no permanent agent or representative in the State upon whom notices referred to in the General Conditions of these Specifications may be served. Service of said notice on said agent or representative in the State shall be equal to service of notice on the President of the Surety Company, or such other officer as may be concerned. 41. In conformance with LSA-R.S. 38:2219(A)(1)(a), (b), and (c): Any surety bond written for a public works project shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A- rating in the latest printing of the A.M. Best's Key Rating Guide, to write individual bonds up to ten percent of policyholders' surplus as shown in the A.M. Best's Key Rating Guide or by an insurance company that is either domiciled in Louisiana or owned by Louisiana residents and is licensed to write surety bonds. For any public works project, no surety or insurance company shall write a bond which is in excess of the amount indicated as approved by the U.S. Department of the Treasury Financial Management Service list or by a Louisiana domiciled insurance company with an A- rating by A.M. Best up to a limit of ten percent of policyholders' surplus as shown by A.M. Best; companies authorized by this Paragraph who are not on the treasury list shall not write a bond when the penalty exceeds fifteen percent of its capital and surplus, such capital and surplus being the amount by which the company's assets exceed its liabilities as reflected by the most recent financial statements filed by the company with the Department of Insurance. In addition, any surety bond written for a public works project shall be written by a surety or insurance company that is currently licensed to do business in the state of Louisiana. All contractors must comply with any other applicable provisions of LSA-R.S. 38:2219. 42. Should the Contractor's Surety, even though approved and accepted by the Owner, subsequently remove its agency or representative from the State or become insolvent, Version 2024 Q1 bankrupt, or otherwise fail, the Contractor shall immediately furnish a new Bond in another company approved by the Owner, at no cost to the Owner. The new Bond shall be executed under the same terms and conditions as the original Bond. The new bond shall be submitted within thirty (30) days of such time as the Owner notifies Contractor or from the time Contractor learns or has reason to know that the original surety is no longer financially viable or acceptable to the Parish, whichever occurs first. In the event that Contractor fails or refuses to timely secure additional surety, then the Owner may secure such surety and thereafter deduct such cost or expense from any sum due, or to become due to Contractor. 43. The Contractor's bondsman shall obligate itself to all the terms and covenants of these Specifications and of contracts covering the Work executed hereunder. The Owner reserves the right to do Extra Work or make changes by altering, adding to deducting from the Work under the conditions and in the manner herein before described without notice to the Contractor's surety and without in any manner affecting the liability of bondsman or releasing it from any of its obligations hereunder. 44. The Bond shall also secure for the Owner the faithful performance of the Contract in strict accordance with plans, specifications, and other Contract Documents. It shall protect the Owner against all lien laws of the State and shall provide for payment of reasonable attorney's fees for enforcement of Contract and institution or concursus proceedings, if such proceedings become necessary. Likewise, it shall provide for all additional expenses of the Owner occurring through failure of the Contractor to perform. 45. The surety of the Contractor shall be and does hereby declare and acknowledge itself by acceptance to be bound to the Owner as a guarantor, jointly and in solido, with the Contractor, for fulfillment of terms of the Contract. 46. The performance Bond and Labor and Material Bond forming part of this Contract shall be continued by Contractor and its Surety for a period of one (1) year from date of acceptance of the Work/Project by Owner to assure prompt removal and replacement of all defective material, equipment, components thereof, workmanship, etc., and to assure payment of any damage to property of Owner or others as a result of such defective materials, equipment, workmanship, etc. 47. Contractor authorizes Parish to deduct from any payment due herein costs and service fees for recordation of this Contract in full or an excerpt hereof, or any revisions or modifications thereof as required by law. Contractor agrees to execute an excerpt or extract of this agreement for recordation purposes. If Contractor fails to execute such an excerpt, then the Parish shall file and record the entire Contract and all attachments at the expense of Contractor and Parish is hereby authorized to deduct all related costs from any proceeds due to the Contractor. 48. Contractor shall secure and maintain at its expense such insurance that will protect it and the Parish from claims for injuries to persons or damages to property which may arise from or in connection with the performance of Services or Work hereunder by the Contractor, his agents, representatives, employees, and/or subcontractors. The cost of such insurance shall be included in Contractor’s bid. 49. The Contractor shall not commence work until it has obtained all insurance as required for the Parish Project. If the Contractor fails to furnish the Parish with the insurance protection required and begins work without first furnishing Parish with a currently dated certificate of insurance, the Parish has the right to obtain the insurance protection required and deduct the cost of insurance from the first payment due the Contractor. Further deductions are permitted from future payments as are needed to protect the interests of the Parish including, but not limited to, renewals of all policies. 50. Payment of Premiums: The insurance companies issuing the policy or policies shall have no recourse against the Parish of St. Tammany for payment of any premiums or for assessments under any form of policy. 51. Deductibles: Any and all deductibles in the described insurance policies shall be assumed by and be at the sole risk of the Contractor. 52. Authorization of Insurance Company(ies) and Rating: All insurance companies must be authorized to do business in the State of Louisiana and shall have an A.M. Best rating of no less than A-, Category VII. Version 2024 Q1 53. Policy coverages and limits must be evidenced by Certificates of Insurance issued by Contractor’s carrier to the Parish and shall reflect: Date of Issue: Certificate must have current date. Named Insured: The legal name of Contractor under contract with the Parish and its principal place of business shall be shown as the named insured on all Certificates of Liability Insurance. Name of Certificate Holder: St. Tammany Parish Government, Office of Risk Management, P. O. Box 628, Covington, LA 70434 Project Description: A brief project description, including Project Name, Project Number and/or Contract Number, and Location. Endorsements and Certificate Reference: All policies must be endorsed to provide, and certificates of insurance must evidence the following: Waiver of Subrogation: The Contractor’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. Policy endorsements required for all coverages. Additional Insured: The Parish of St. Tammany shall be named as additional named insured with respect to general liability, marine liability, pollution/environmental liability, automobile liability and excess liability coverages. Policy endorsements required. Hold Harmless: Contractor’s liability insurers shall evidence their cognizance of the Hold Harmless and Indemnification in favor of St. Tammany Parish Government by referencing same on the face of the Certificate(s) of Insurance. Cancellation Notice: Producer shall provide thirty (30) days prior written notice to the Parish of policy cancellation or substantive policy change. 54. The types of insurance coverage the Contractor is required to obtain and maintain throughout the duration of the Contract shall be designated by a separate document issued by the Office of Risk Management. 55. It is the intent of these instructions that they are in conformance with State Bid Laws. Should there be any discrepancy or ambiguity in these provisions, the applicable State Bid Law shall apply. 56. The letting of any public contract in connection with funds that are granted or advanced by the United States of America shall be subject to the effect, if any, of related laws of said United States and valid rules and regulations of federal agencies in charge, or governing use and payment of such federal funds. 57. Protests based on alleged solicitation improprieties that are apparent before bid opening, or the time set for receipt of initial proposals must be filed with and received by the Procurement Department BEFORE these times. Any other protest shall be filed no later than ten (10) calendar days after: the opening of the bid; the basis of the protest is known; or the basis of the protest should have been known (whichever is earlier). 58. It is the Parish’s policy to provide a method to protest exclusion from a competition or from the award of a contract, or to challenge an alleged solicitation irregularity. It is always better to seek a resolution within the Parish system before resorting to outside agencies and/or litigation to resolve differences. All protests must be made in writing, and shall be concise and logically presented to facilitate review by the Parish. The written protest shall include: Version 2024 Q1 The protester’s name, address, and fax and telephone numbers and the solicitation, bid, or contract number; A detailed statement of its legal and factual grounds, including a description of the resulting prejudice to the protester; Copies of relevant documents; All information establishing that the protester is an interested party and that the protest is timely; and A request for a ruling by the agency; and a statement of the form of relief requested. The protest shall be addressed to St. Tammany Parish Government Department of Procurement, P.O. Box 628, Covington, LA 70434 The protest review shall be conducted by the Parish Legal Department. Only protests from interested parties will be allowed. Protests based on alleged solicitation improprieties that are apparent before bid opening, or the time set for receipt of initial proposals, must be filed with and received by the Department of Procurement BEFORE those deadlines. Any other protest shall be filed no later than ten (10) calendar days after the basis of the protest is known, or should have been known (whichever is earlier). The Parish will use its best efforts to resolve the protest within thirty (30) days of the date that it is received by the Parish. The written response will be sent to the protestor via mail and fax, if a fax number has been provided by the protestor. The protester can request additional methods of notification. 59. The last day to submit questions and/or verification on comparable products will be no later than 2:00 pm CST, seven (7) working days prior to the opening date of the bid/proposal due date. Further, any questions or inquires must be submitted via fax to 985- 898-5227, or via email to Procurement@stpgov.org. Any questions or inquiries received after the required deadline to submit questions or inquiries will not be answered. 60. St. Tammany Parish Government contracts to be awarded are dependent on the available funding and/or approval by members designated and/or acknowledged by St. Tammany Parish Government. At any time, St. Tammany Parish Government reserves the right to cancel the award of a contract if either or both of these factors is deficient. 61. Any action by the Parish to disqualify any Bidder on the grounds that they are not a responsible Bidder shall be conducted in accordance with LSA-R.S. 38:2212(X). 62. Failure to complete or deliver within the time specified or to provide the services as specified in the bid or response will constitute a default and may cause cancellation of the contract. Where the Parish has determined the contractor to be in default. The Parish reserves the right to purchase any or all products or services covered by the contract on the open market and to charge the contractor with the cost in excess of the contract price. Until such assessed charges have been paid, no subsequent bid or response from the defaulting contractor will be considered. 63. If any part of the provisions contained herein and/or in the Specifications and Contract for the Work shall for any reason be held invalid, illegal or unenforceable in any respect, such invalidity, illegality or unenforceability shall not affect any other provisions of this Agreement or attachment, but it shall be construed as if such invalid, illegal, or unenforceable provision or part of a provision had never been contained herein. mailto:Procurement@stpgov.org Version 2024 Q1 Section 03 Summary of Work I. Work to Include: The Contractor must provide all adequate and competent labor, equipment, tools, testing, and materials necessary to improve drainage and turning radius starting at Third Street (R04D025) Section 34 Township 7S Range 11E located in Mandeville, Louisiana. II. Location of Work: Third Street (R04D025) Section 34 Township 7S Range 11E located in Mandeville, Louisiana. III. Documents: Bid Documents dated February 27, 2024, and entitled: THIRD ST. DRAINAGE Bid No.: 24-4-2 IV. 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). 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: Third St. Drainage_________________ ___________________________________________ Bid No.: 24-4-2______________________________ ___________________________________________ (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: St. Tammany Parish Government and dated February 27, 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. TO : BI D FO R: St . T am m an y Pa ri sh G ov er nm en t Th ir d St D ra in ag e 21 45 4 Ko op D ri ve , S ui te 2 F Bi d N o. : 2 4- 4- 2 M an de vi lle , L A. 7 04 71 (O W N ER T O PR OV ID E N AM E AN D AD DR ES S OF O W N ER ) (O W N ER T O PR OV ID E PR OJ EC T N AM E & O TH ER ID EN TI FY IN G IN FO ) D es cr ip ti on : RE F N O .: Q U AN TI TY U N IT O F M EA SU RE U N IT P RI CE U N IT P RI CE E XT EN SI O N (Q ua nt it y ti m es u ni t p ri ce ) 72 7- 01 1 Lu m p Su m D es cr ip ti on : RE F N O .: Q U AN TI TY U N IT O F M EA SU RE U N IT P RI CE U N IT P RI CE E XT EN SI O N (Q ua nt it y ti m es u ni t p ri ce ) 71 3- 01 1 Lu m p Su m D es cr ip ti on : RE F N O .: Q U AN TI TY U N IT O F M EA SU RE U N IT P RI CE U N IT P RI CE E XT EN SI O N (Q ua nt it y ti m es u ni t p ri ce ) 51 0- 01 -0 02 00 60 Sq ua re Y ar d D es cr ip ti on : RE F N O .: Q U AN TI TY U N IT O F M EA SU RE U N IT P RI CE U N IT P RI CE E XT EN SI O N (Q ua nt it y ti m es u ni t p ri ce ) S- 00 1 52 Li ne r F oo t LO U IS IA N A U N IF O RM P U BL IC W O RK B ID F O RM W or di ng fo r "d es cr ip ti on " i s to b e pr ov id ed b y th e O w ne r. A ll Q ua nt it ie s Es ti m at ed . Th e Co nt ra ct or w ill b e pa id b as ed u po n ac tu al q ua nt it ie s as v er ifi ed b y th e O w ne r. U N IT P RI CE S: T hi s fo rm s ha ll be u se d fo r an y & a ll w or k re qu ir ed b y th e Bi dd in g D oc um en ts & d es cr ib ed a s un it p ri ce s. A m ou nt s sh al l b e st at ed in fi gu re s & o nl y in fi gu re s. U N IT P RI CE S: T hi s fo rm s ha ll be u se d fo r an y & a ll w or k re qu ir ed b y th e Bi dd in g D oc um en ts & d es cr ib ed a s un it p ri ce s. A m ou nt s sh al l b e st at ed in fi gu re s & o nl y in fi gu re s. M ob ili za tio n Fu ll De pt h As ph al t P at ch in g (1 2" ) ( Le ve l 1 S up er pa ve W ith P G 67 -2 2) Cr os s D ra in 1 8" R CP A U N IT P RI CE F O RM Te m po ra ry S ig ns a nd B ar ri ca de s BA SE B ID O R A LT # BA SE B ID O R A LT # BA SE B ID O R A LT # BA SE B ID O R A LT # Ve rs io n 20 17 Q 2 Pa ge 1 o f 3 D es cr ip ti on : RE F N O .: Q U AN TI TY U N IT O F M EA SU RE U N IT P RI CE U N IT P RI CE E XT EN SI O N (Q ua nt it y ti m es u ni t p ri ce ) S- 00 2 2 Ea ch D es cr ip ti on : RE F N O .: Q U AN TI TY U N IT O F M EA SU RE U N IT P RI CE U N IT P RI CE E XT EN SI O N (Q ua nt it y ti m es u ni t p ri ce ) 70 2- 03 -0 01 00 2 Ea ch D es cr ip ti on : RE F N O .: Q U AN TI TY U N IT O F M EA SU RE U N IT P RI CE U N IT P RI CE E XT EN SI O N (Q ua nt it y ti m es u ni t p ri ce ) 70 6- 02 -0 00 00 13 5 Sq ua re Y ar d D es cr ip ti on : RE F N O .: Q U AN TI TY U N IT O F M EA SU RE U N IT P RI CE U N IT P RI CE E XT EN SI O N (Q ua nt it y ti m es u ni t p ri ce ) 20 2- 02 -3 21 00 69 2 Li ne r F oo t D es cr ip ti on : RE F N O .: Q U AN TI TY U N IT O F M EA SU RE U N IT P RI CE U N IT P RI CE E XT EN SI O N (Q ua nt it y ti m es u ni t p ri ce ) S- 00 3 11 Ea ch D es cr ip ti on : RE F N O .: Q U AN TI TY U N IT O F M EA SU RE U N IT P RI CE U N IT P RI CE E XT EN SI O N (Q ua nt it y ti m es u ni t p ri ce ) 70 1- 03 -0 10 60 62 0 Li ne r F oo t St or m D ra in P ip e (3 0" A -2 00 0) W or di ng fo r "d es cr ip ti on " i s to b e pr ov id ed b y th e O w ne r. A ll Q ua nt it ie s Es ti m at ed . Th e Co nt ra ct or w ill b e pa id b as ed u po n ac tu al q ua nt it ie s as v er ifi ed b y th e O w ne r. U N IT P RI CE S: T hi s fo rm s ha ll be u se d fo r an y & a ll w or k re qu ir ed b y th e Bi dd in g D oc um en ts & d es cr ib ed a s un it p ri ce s. A m ou nt s sh al l b e st at ed in fi gu re s & o nl y in fi gu re s. Re m ov e/ R ep la ce 6 " C on cr et e Dr iv ew ay 30 In ch P VC T -In le t Re m ov e/ R ep la ce C at ch B as in (C B- 02 ) Ca tc h Ba si n (C B- 01 ) R em ov al o f P ip e( Si de D ra in ) BA SE B ID O R A LT # BA SE B ID O R A LT # BA SE B ID O R A LT # BA SE B ID O R A LT # BA SE B ID O R A LT # BA SE B ID O R A LT # Ve rs io n 20 17 Q 2 Pa ge 2 o f 3 D es cr ip ti on : RE F N O .: Q U AN TI TY U N IT O F M EA SU RE U N IT P RI CE U N IT P RI CE E XT EN SI O N (Q ua nt it y ti m es u ni t p ri ce ) S- 00 4 11 Ea ch D es cr ip ti on : RE F N O .: Q U AN TI TY U N IT O F M EA SU RE U N IT P RI CE U N IT P RI CE E XT EN SI O N (Q ua nt it y ti m es u ni t p ri ce ) 73 5- 01 -0 01 00 9 Ea ch D es cr ip ti on : RE F N O .: Q U AN TI TY U N IT O F M EA SU RE U N IT P RI CE U N IT P RI CE E XT EN SI O N (Q ua nt it y ti m es u ni t p ri ce ) 71 4- 01 -0 07 00 60 0 Sq ua re Y ar d D es cr ip ti on : RE F N O .: Q U AN TI TY U N IT O F M EA SU RE U N IT P RI CE U N IT P RI CE E XT EN SI O N (Q ua nt it y ti m es u ni t p ri ce ) 50 2- 01 -0 02 00 6 To n D es cr ip ti on : RE F N O .: Q U AN TI TY U N IT O F M EA SU RE U N IT P RI CE U N IT P RI CE E XT EN SI O N (Q ua nt it y ti m es u ni t p ri ce ) D es cr ip ti on : RE F N O .: Q U AN TI TY U N IT O F M EA SU RE U N IT P RI CE U N IT P RI CE E XT EN SI O N (Q ua nt it y ti m es u ni t p ri ce ) Re m ov e / Re pl ac e Sh ru bs M ai l B ox Sl ab S od di ng W or di ng fo r "d es cr ip ti on " i s to b e pr ov id ed b y th e O w ne r. A ll Q ua nt it ie s Es ti m at ed . Th e Co nt ra ct or w ill b e pa id b as ed u po n ac tu al q ua nt it ie s as v er ifi ed b y th e O w ne r. Dr iv ew ay s, Tu rn ou ts a nd M is ce lle ne ou s ( Le ve l A S up er pa ve W /P G 67 -2 2) BA SE B ID O R A LT # BA SE B ID O R A LT # BA SE B ID O R A LT # BA SE B ID O R A LT # BA SE B ID O R A LT # BA SE B ID O R A LT # Ve rs io n 20 17 Q 2 Pa ge 3 o f 3 N am e: T hi rd S t. D ra in ag e (R 04 D 02 5) W or k O rd er N um be r: Pa ge 1 o f 5 B eg in @ S ta . 0 +0 0 @ In te rs ec tio n of S ha rp e an d T hi rd S t g oi ng N or th . It em D es cr ip tio n L en gt h W id th Q ua nt ity U ni t A ll W or k Sh al l C on fo rm to L ou is ia na S ta nd ar d Sp ec ifi ca tio ns fo r R oa ds a nd B rid ge s, La te st E di tio n G en er al N ot es : 1. Co nt ra ct or sh al l f ie ld v er ify a ll qu an tit ie s a nd m ea su re m en ts . 2. Co nt ra ct or sh al l b e re sp on sib le fo r l oc at in g an d pr ot ec tin g al l e xi st in g ut ili tie s. 3. Tw o- w ay tr af fic sh al l b e m ai nt ai ne d at a ll tim es d ur in g co ns tr uc tio n. C on tr ac to r s ha ll ha ve fl ag m en o n bo th e nd s o f w or k zo ne . I f P ol ic e de ta ils a re u se d fo r t ra ffi c co nt ro l t hi s d oe s n ot ta ke th e pl ac e of fl ag m en . 4. Co ns tr uc tio n w or k sh al l n ot b eg in u nt il si gn s, b ar ric ad es , p ro je ct si gn s a nd o th er tr af fic d ev ic es h av e be en e re ct ed a nd a pp ro ve d. C on tr ac to r s ha ll m ai nt ai n pr oj ec t a nd c on st ru ct io n si gn s. 5. Al l e xi st in g sa ni ta ry /s to rm se w er li ne s s ha ll be ti ed -in a t n o di re ct p ay . 6. As ph al t a nd c on cr et e dr iv ew ay ti e- in s s ha ll be ti ed in to e xi st in g su rf ac e m at er ia l i f i n go od sh ap e. 7. At a ll in te rs ec tin g as ph al t r oa ds , c on tr ac to r s ha ll m ill 1 1⁄2 ”d ee p an d 8’ in to in te rs ec tin g ro ad fo r a sm oo th a nd c le an tr an sit io n. S ee D et ai l a tt ac he d w ith B id P ro po sa l. 8. A ny a dd iti on al w or k pe rf or m ed b y th e co nt ra ct or w ith ou t p rio r w rit te n ap pr ov al fr om S t T am m an y Pa ris h De pa rt m en t o f P ub lic W or ks , t he c os t o f t he w or k w ill b e bo rn e by th e co nt ra ct or a nd w ill n ot b e re im bu rs ed b y th e Pa ris h. 9. Co nt ra ct or sh al l e ns ur e ro ad w ay a nd sh ou ld er s d ra in a cc or di ng ly w ith ou t a ny su rf ac e po nd in g or b ird b at hs a ft er ra in e ve nt s. C on tr ac to r s ha ll be re qu ire d to fi x th es e de fic ie nc ie s a t n o di re ct pa y. 10 . M at er ia ls Te st in g: A ll re qu ire d te st in g an d re po rt in g sh al l b e th e co nt ra ct or ’s re sp on sib ili ty a t n o di re ct p ay . Sa m pl in g an d Te st in g w ill b e pe rf or m ed in a cc or da nc e w ith th e St . T am m an y Pa ris h Ro ad w ay T es tin g an d In sp ec tio n St an da rd s f or R es id en tia l S ub di vi sio ns (A tt ac he d w ith B id P ro po sa l) an d LA DO TD S ta nd ar d Sp ec ifi ca tio ns fo r R oa ds a nd B rid ge s, L at es t E di tio n, S ec tio n 10 1 an d 10 6. 11 . Ro ad s a nd su rr ou nd in g ar ea s s ha ll be d re ss ed a ft er 3 c al en da r d ay s a nd n o la te r t ha n 10 c al en da r d ay s o f f in al a sp ha lt w ea rin g co ur se . La te F ee o f $ 1. 00 p er L in ea r F oo t p er C al en da r D ay sh al l b e ch ar ge d if no t c om pl et ed w ith th e sp ec ifi ed ti m e fr am e. 12 . If de ep p at ch in g is re qu ire d, th e co nt ra ct or is to c om pa ct a t a m in im um tw o eq ua l l ift s u nl es s o th er w is e au th or ize d. 13 . Th e ex ist in g as ph al t h as b ee n co re d by S TP p er so nn el to d et er m in e th ic kn es s a nd w he th er o r n ot so il ce m en t h as b ee n de te ct ed . U nl es s o th er w ise n ot ed in th e pl an s, th e ex ist in g as ph al t s ha ll be re cl ai m ed in to th e so il. If th e co nt ra ct or so c ho os es to m ill th e ex ist in g as ph al t h e m ay d o so a t n o di re ct p ay a nd re ta in 1 00 % o f t he R AP . A se pa ra te sh ee t w ill b e in cl ud ed w ith th e bi d ta b to sh ow e xi st in g th ic kn es se s a nd b as e m at er ia ls. 14 . If fo r a ny re as on in ci de nt al c on st ru ct io n oc cu rs a ft er th e w ea rin g co ur se h as b ee n pa ve d, th e st re et M U ST b e pr ot ec te d fr om a ny sc ar rin g, g ou gi ng , s cr ap in g, E TC . I f a ny o f t he se o cc ur th e co nt ra ct or sh al l b e re qu ire d to sa tis fa ct or ily re pa ir th e de fic ie nc ie s a nd /o r b e pe na liz ed a p er ce nt ag e of p ay m en t. 15 . Th e co nt ra ct or M U ST ta ke c ar e no t t o le av e an y as ph al t “ pa tt ys ” on th e ne w O R ex ist in g st re et su rf ac e. T he c on tr ac to r W IL L be re qu ire d to re m ov e th em b ef or e it is co ns id er ed c om pl et e. Pr oj ec t S um m ar y: A ll la bo r, m at er ia ls , a nd s up er vi si on n ec es sa ry to im pr ov e dr ai na ge a nd tu rn in g ra di us b y re m ov in g an d re pl ac in g ex is tin g dr ai na ge st ru ct ur es . 72 7- 01 M ob ili za tio n: A ll la bo r, m at er ia ls, e qu ip m en t a nd s up er vi sio n ne ce ss ar y to a cc om pl ish p re pa ra to ry w or k an d op er at io ns , in cl ud in g th os e ne ce ss ar y fo r m ov em en t of p er so nn el , eq ui pm en t, su pp lie s an d in ci de nt al s t o th e pr oj ec t s ite . 1 Lu m p Su m N am e: T hi rd S t. D ra in ag e (R 04 D 02 5) W or k O rd er N um be r: Pa ge 2 o f 5 B eg in @ S ta . 0 +0 0 @ In te rs ec tio n of S ha rp e an d T hi rd S t g oi ng N or th . It em D es cr ip tio n L en gt h W id th Q ua nt ity U ni t A ll W or k Sh al l C on fo rm to L ou is ia na S ta nd ar d Sp ec ifi ca tio ns fo r R oa ds a nd B rid ge s, La te st E di tio n 71 3- 01 Te m po ra ry S ig ns a nd B ar ric ad es : Al l l ab or , m at er ia ls, e qu ip m en t a nd su pe rv isi on n ec es sa ry to fu rn ish , in st al l, m ai nt ai n an d re m ov e te m po ra ry c on st ru ct io n ba rr ic ad es , p re ca st c on cr et e ba rr ie rs , l ig ht s, si gn al s, pa ve m en t m ar ki ng s a nd si gn s, in cl ud in g pr oj ec t s ig ns ; p ro vi di ng fl ag ge rs ; a nd c om pl yi ng w ith a ll ot he r re qu ire m en ts re ga rd in g th e pr ot ec tio n of th e w or k, w or ke rs a nd sa fe ty o f t he p ub lic . U nl es s o th er w ise no te d in th e pl an s o r s pe ci al p ro vi sio ns th is w or k al so in cl ud es tr af fic c on tr ol m an ag em en t i n co m pl ia nc e w ith c on tr ac t d oc um en ts a nd th e M an ua l o n U ni fo rm T ra ffi c Co nt ro l D ev ic es (M U TC D) , i nc lu di ng th e in st al la tio n, in sp ec tio n, m ai nt en an ce , a nd re m ov al o f a ll tr af fic c on tr ol d ev ic es o n th e pr oj ec t. T hi s i te m sh al l n ot b e co ns tr ue d to re lie ve th e co nt ra ct or o f r es po ns ib ili tie s f or th e sa fe ty o f t he p ub lic , f or li ab ili ty in c on ne ct io n th er ew ith , o r c om pl ia nc e w ith S ta te a nd lo ca l l aw s o r o rd in an ce s. S ig ns , b ar ric ad es , ba rr ie rs , c ha nn el izi ng d ev ic es , p av em en t m ar ki ng s, e tc ., sh al l c om pl y w ith p la n de ta ils , t he M U TC D an d Se ct io n 71 3 of L AD O TD S ta nd ar d Sp ec ifi ca tio ns fo r R oa ds a nd B rid ge s, L at es t E di tio n. C on st ru ct io n w or k sh al l n ot b eg in u nt il sig ns , b ar ric ad es , p ro je ct si gn s a nd o th er tr af fic d ev ic es h av e be en e re ct ed a nd ap pr ov ed . 1 Lu m p Su m 51 0- 01 - 00 20 0 Fu ll De pt h As ph al t P at ch in g (1 2” ) ( Le ve l 1 S up er pa ve W ith P G 6 7- 22 ): A ll la bo r, m at er ia ls, e qu ip m en t an d su pe rv isi on n ec es sa ry to re m ov e an d re pl ac e as ph al t p av em en t a t l oc at io ns sp ec ifi ed b y th e Pr oj ec t En gi ne er /P ro je ct In sp ec to r a nd in a cc or da nc e w ith th e LA D O TD S ta nd ar d Sp ec ifi ca tio ns fo r R oa ds a nd Br id ge s, S ec tio n 51 0. A ll m at er ia l s ha ll be re m ov ed to m in im um d ep th o f 1 2” a nd re pl ac ed w ith a m in im um 1 2” o f a sp ha lt. R em ov ed m at er ia ls, in cl ud in g la rg e as ph al t p at ch es , s ha ll be d is po se d of o ut sid e an d aw ay fr om th e pr oj ec t s ite a t n o di re ct p ay . Th e re pa ire d as ph al t s ha ll ha ve a sm oo th , u ni fo rm su rf ac e, fr ee fr om ri dg es , w av es , d ep re ss io ns o r l oo se m at er ia l. T he re -c om pa ct ed ro ad be d sh al l b e pr im ed in a cc or da nc e w ith S ec tio n 50 5. T he c on tr ac to r s ha ll pr ot ec t t he c om pa ct ed ro ad be d fr om da m ag e du e to e ith er p ub lic tr af fic o r c on st ru ct io n op er at io ns a nd sh al l m ai nt ai n th e ro ad be d in sa tis fa ct or ily c on di tio n at a ll tim es , i nc lu di ng th e as ph al t p at ch . A ny d am ag e sh al l b e re pa ire d im m ed ia te ly b y th e co nt ra ct or a t n o di re ct p ay . P at ch sh al l b e co m pa ct ed in m in im um 2 e qu al li ft s. Re cl ai m ed A sp ha lti c Pa ve m en t ( RA P) sh al l n ot b e us ed in th e m ix . 60 Sq ua re Y ar d S- 00 1 (C ro ss D ra in 1 8” R CP A) : Al l l ab or , m at er ia ls, e qu ip m en t, an d su pe rv isi on n ec es sa ry to re m ov e/ re pl ac e 18 ” RC PA . Ite m sh al l i nc lu de a ll re qu ire d sa w -c ut tin g, e xc av at io n, b ac kf ill m at er ia l a nd e m ba nk m en t. Ite m sh al l i nc lu de re m ov al a nd re pl ac em en t o f a ll un su ita bl e m at er ia l a s i de nt ifi ed b y St . T am m an y Pa ris h Pu bl ic W or ks D ep ar tm en t p er so nn el . A ll pi pe jo in ts sh al l b e w ra pp ed w ith su ita bl e ge ot ex til e fa br ic . Co nt ra ct or in st al le d pi pe sh al l b e cl ea ne d of a ll de br is an d ot he r m at er ia ls pr io r t o fin al a cc ep ta nc e. St or m d ra in p ip e in st al la tio n sh al l b e in a cc or da nc e w ith S ec tio n 70 1 of L AD O TD S ta nd ar d Sp ec ifi ca tio ns . 0+ 08 6+ 35 28 ’ 24 ’ 52 Li ne ar F oo t N am e: T hi rd S t. D ra in ag e (R 04 D 02 5) W or k O rd er N um be r: Pa ge 3 o f 5 B eg in @ S ta . 0 +0 0 @ In te rs ec tio n of S ha rp e an d T hi rd S t g oi ng N or th . It em D es cr ip tio n L en gt h W id th Q ua nt ity U ni t A ll W or k Sh al l C on fo rm to L ou is ia na S ta nd ar d Sp ec ifi ca tio ns fo r R oa ds a nd B rid ge s, La te st E di tio n S- 00 2 Re m ov e/ R ep la ce C at ch B as in (C B- 02 ) : A ll la bo r, m at er ia ls, e qu ip m en t a nd su pe rv isi on n ec es sa ry to re m ov e an d re pl ac e c at ch b as in in a cc or da nc e w ith L AD O TD S ta nd ar d Sp ec ifi ca tio ns fo r R oa ds a nd Br id ge s, S ec tio n 70 2, a nd in c on fo rm ity w ith li ne s a nd g ra de s s ho w n on th e pl an s. S ho p dr aw in gs o f pr ec as t c at ch b as in st ru ct ur es sh al l b e pr ov id ed to S t. Ta m m an y Pa ris h De pa rt m en t o f P ub lic W or ks a nd ap pr ov ed p rio r t o in st al la tio n. A ll ca tc h ba sin s s ha ll ha ve T YP E “C ” gr at e. C at ch B as in sh al l b e pr e- ca st co nc re te o r c on cr et e fo rm ed in p la ce o nl y. 0+ 08 R o f C L 6+ 35 R o f C L 2 Ea ch 70 2- 03 - 00 10 0 Ca tc h Ba si n (C B- 01 ) : A ll la bo r, m at er ia ls, e qu ip m en t a nd su pe rv isi on n ec es sa ry to re m ov e an d re pl ac e ca tc h ba sin in a cc or da nc e w ith L AD O TD S ta nd ar d Sp ec ifi ca tio ns fo r R oa ds a nd B rid ge s, S ec tio n 70 2, a nd in c on fo rm ity w ith li ne s a nd g ra de s s ho w n on th e pl an s. S ho p dr aw in gs o f p re ca st c at ch b as in st ru ct ur es sh al l b e pr ov id ed to S t. Ta m m an y Pa ris h De pa rt m en t o f P ub lic W or ks a nd a pp ro ve d pr io r t o in st al la tio n. Al l c at ch b as in s s ha ll ha ve T YP E “C ” gr at e. C at ch B as in sh al l b e pr e- ca st c on cr et e or c on cr et e fo rm ed in pl ac e on ly . 0+ 08 L o f C L 6+ 35 L o f C L 2 Ea ch 70 6- 02 - 00 00 0 Re m ov e/ Re pl ac e 6” C on cr et e Dr iv ew ay : A ll la bo r, m at er ia ls, e qu ip m en t a nd su pe rv isi on n ec es sa ry to , in a cc or da nc e w ith th es e sp ec ifi ca tio ns , R em ov e/ Re pl ac e Co nc re te D riv ew ay in a cc or da nc e w ith L A DO TD St an da rd S pe ci fic at io ns fo r R oa ds a nd B rid ge s, S ec tio n 70 6 an d Se ct io n 20 2. 02 , 2 01 6 La te st E di tio n. Co nt ra ct or sh al l b e re sp on sib le fo r r em ov al o f a ll un su ita bl e ba se m at er ia ls to a d ep th o f 1 2” b el ow th e bo tt om g ra de o f t he n ew 6 ” th ic k co nc re te p an el . Re pl ac em en t m at er ia l s ha ll be ri ve r o r p um pe d sa nd . Ba se re pa ir an d/ or p at ch is n ot li m ite d to a sq ua re y ar da ge q ua nt ity , b ut m ay in cl ud e th e en tir e pa ne l i f di re ct ed b y Pu bl ic W or ks in sp ec tio n st af f. Co nc re te w ill b e 40 00 # w ith m ic ro fi be rs A ny d am ag e ca us ed by c on tr ac to r o pe ra tio ns sh al l b e re pa ire d im m ed ia te ly a t n o di re ct p ay . 1+ 55 R o f C L 1+ 82 R o f C L 2+ 41 R o f C L 3+ 02 R o f C L 3+ 69 R o f C L 4+ 62 R o f C L 5+ 25 R o f C L 13 5 Sq ua re y ar d 20 2- 02 - 32 10 0 Re m ov al o f P ip e (S id e Dr ai n) : A ll la bo r, m at er ia ls, e qu ip m en t, an d su pe rv isi on n ec es sa ry to r em ov e an d ha ul a w ay e xi st in g sid e dr ai n pi pe . 69 2 Li ne ar F oo t N am e: T hi rd S t. D ra in ag e (R 04 D 02 5) W or k O rd er N um be r: Pa ge 4 o f 5 B eg in @ S ta . 0 +0 0 @ In te rs ec tio n of S ha rp e an d T hi rd S t g oi ng N or th . It em D es cr ip tio n L en gt h W id th Q ua nt ity U ni t A ll W or k Sh al l C on fo rm to L ou is ia na S ta nd ar d Sp ec ifi ca tio ns fo r R oa ds a nd B rid ge s, La te st E di tio n S- 00 3 30 in ch P VC T - I nl et : A ll la bo r, m at er ia ls, e qu ip m en t, an d su pe rv isi on n ec es sa ry to in st al l 3 0 in ch T -in le ts fo r y ar d dr ai ns . A ll jo in ts sh al l b e w ra pp ed w ith su ita bl e ge ot ex til e fa br ic . It em sh al l i nc lu de a ll re qu ire d sa w -c ut tin g, e xc av at io n, b ac kf ill m at er ia l a nd e m ba nk m en t. I te m sh al l i nc lu de re m ov al a nd re pl ac em en t of a ll un su ita bl e m at er ia l a s i de nt ifi ed b y St . T am m an y Pa ris h Pu bl ic W or ks D ep ar tm en t p er so nn el . T - in le ts m ay n ee d to b e fie ld a dj us te d to h el p ke ep p os iti ve d ra in ag e. 0+ 86 R o f C L 1+ 00 R o f C L 1+ 40 R o f C L 1+ 68 R o f C L 2+ 06 R o f C L 2+ 31 R o f C L 2+ 91 R o f C L 3+ 24 R o f C L 4+ 00 R o f C L 4+ 42 R o f C L 4+ 97 R o f C L 11 Ea ch 70 1- 03 - 01 06 0 St or m D ra in P ip e (3 0” A -2 00 0) : Al l l ab or , m at er ia ls, e qu ip m en t , a nd su pe rv isi on n ec es sa ry to in st al l 3 0” A- 20 00 . Ite m sh al l i nc lu de a ll re qu ire d sa w -c ut tin g, e xc av at io n, b ac kf ill m at er ia l a nd e m ba nk m en t. I te m sh al l i nc lu de re m ov al a nd re pl ac em en t o f a ll un su ita bl e m at er ia l a s i de nt ifi ed b y St . T am m an y Pa ris h Pu bl ic W or ks D ep ar tm en t p er so nn el . A ll pi pe jo in ts sh al l b e w ra pp ed w ith su ita bl e ge ot ex til e fa br ic . Co nt ra ct or in st al le d pi pe sh al l b e cl ea ne d of a ll de br is an d ot he r m at er ia ls pr io r t o fin al a cc ep ta nc e. St or m d ra in p ip e in st al la tio n sh al l b e in a cc or da nc e w ith S ec tio n 70 1 of L AD O TD S ta nd ar d Sp ec ifi ca tio ns . 0+ 10 - 6 +3 0 62 0 Li ne ar F oo t S- 00 4 Re m ov e/ R ep la ce S hr ub s: A ll la bo r, m at er ia ls, e qu ip m en t, an d su pe rv isi on n ec es sa ry to re m ov e an d re pl ac e sh ru b bu sh es in a re a of w or k. 0+ 25 11 Ea ch 73 5- 01 - 00 10 0 M ai l B ox : Al l l ab or , m at er ia ls, e qu ip m en t, an d su pe rv isi on n ec es sa ry to re m ov e an d re pl ac e m ai lb ox es an d m ai lb ox su pp or ts . I ns ta lla tio n sh al l b e in a cc or da nc e w ith S ec tio n 73 5 of L AD O TD S ta nd ar d Sp ec ifi ca tio ns . 9 Ea ch N am e: T hi rd S t. D ra in ag e (R 04 D 02 5) W or k O rd er N um be r: Pa ge 5 o f 5 B eg in @ S ta . 0 +0 0 @ In te rs ec tio n of S ha rp e an d T hi rd S t g oi ng N or th . It em D es cr ip tio n L en gt h W id th Q ua nt ity U ni t A ll W or k Sh al l C on fo rm to L ou is ia na S ta nd ar d Sp ec ifi ca tio ns fo r R oa ds a nd B rid ge s, La te st E di tio n 71 4- 01 - 00 70 0 Sl ab S od di ng : A ll la bo r, m at er ia ls, e qu ip m en t, an d su pe rv isi on to in st al l s la b so dd in g to d ist ur be d or n ew ar ea s. P la nt , r ol l, an d w at er t he s od w he re n ee de d. W at er s od u nt il ro ot ed . S od m us t be d el iv er ed a nd la id g re en fr ee fr om b ro w n sp ot s. 60 0 Sq ua re Y ar d 50 2- 01 - 00 20 0 Dr iv ew ay s, T ur no ut s a nd M is ce lla ne ou s ( Le ve l A S up er pa ve W /P G 6 7- 22 ): A ll la bo r, m at er ia ls, eq ui pm en t a nd su pe rv isi on n ec es sa ry to fu rn ish a nd c on st ru ct o ne o r m or e co ur se s o f a sp ha lti c co nc re te m ix tu re a pp lie d in c on fo rm an ce w ith L A DO TD S ta nd ar d Sp ec ifi ca tio ns fo r R oa ds a nd B rid ge s. M ix tu re sh al l b e Ty pe A S up er pa ve a cc or di ng to th e 20 16 E di tio n of L A St an da rd S pe ci fic at io ns fo r R oa ds a nd Br id ge s. S ub je ct to th e sp ec ifi ca tio ns h er ei n, a nd c or re sp on di ng to th e m ix tu re se le ct ed , e qu ip m en t a nd pr oc es se s s ha ll ad he re to S ec tio n 50 3 in th e 20 16 E di tio n of L A St an da rd S pe ci fic at io ns fo r R oa ds a nd Br id ge s. T he u se o f a L AD O TD a pp ro ve s m at er ia l t ra ns fe r v eh ic le (M TV ) i s a llo w ed , b ut n ot re qu ire d un le ss sp ec ifi ed . Ti e- in s s ha ll be 8 ’ d ee p be gi nn in g at th e ed ge o f t he n ew a sp ha lt ro ad w ay . D riv ew ay s sh al l b e pa ve d to th e ba ck o f d itc h. If e le va tio n of d riv ew ay is to o hi gh fo r n ew p av in g, it sh al l b e m ill ed . Th e us e of a L AD O TD a pp ro ve s m at er ia l t ra ns fe r v eh ic le (M TV ) i s a llo w ed , b ut n ot re qu ire d un le ss sp ec ifi ed . 6 To n AFFIDAVIT PURSUANT TO LSA-R.S. 38:2224 and 38:2227 FOR BIDDERS FOR PUBLIC WORKS CONTRACTS 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 __________________________, who is seeking a public contract with St. Tammany Parish Government. 2. That affiant 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 3. 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. Section 05 4. If affiant is a sole proprietor, that after July 2, 2010, he/she has not been convicted of, or has not entered a plea of guilty or nolo contendere to any of the crimes or equivalent federal crimes listed in LSA-R.S. 38:2227(B). 5. If affiant is executing this affidavit on behalf of a juridical entity such as a partnership, corporation, or LLC, etc., that no individual partner, incorporator, director, manager, officer, organizer, or member, who has a minimum of a ten percent ownership in the bidding entity, has been convicted of, or has entered a plea of guilty or nolo contendere to any of the crimes or equivalent federal crimes listed in LSA-R.S. 38:2227(B). 6. If affiant is a sole proprietor, that neither affiant, nor his/her immediate family is a public servant of St. Tammany Parish Government or the Contract is not under the supervision or jurisdiction of the public servant’s agency. 7. If affiant is executing this affidavit on behalf of a juridical entity such as a partnership, corporation, or LLC, etc., that no public servant of St. Tammany Parish Government, or his/her immediate family, either individually or collectively, has more than a 25% ownership interest in the entity seeking the Contract with St. Tammany Parish Government if the Contract will be under the supervision or jurisdiction of the public servant’s agency. __________________________________ Printed Name: _____________________ Title: _____________________________ Entity name: _______________________ THUS SWORN TO AND SUBSCRIBED BEFORE ME, THIS___________, DAY OF ________________________, 202__. ____________________________________ Notary Public Print Name: _________________________ Notary I.D./Bar No.: __________________ My commission expires: _______________ 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 - Third St. Drainage Page 1 INSURANCE REQUIREMENTS* Construction Project: Third St. Drainage Project/Quote/Bid#: 24-4-2 ***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 - Third St. Drainage 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 - Third St. Drainage 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 - Third St. Drainage 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 Version 2020 Q1 1. General a. Work to include providing and installing project sign(s) at the beginning of the project. Some projects may require multiple signs. Should more than one sign be required, it will be reflected in the bidding documents. 2. Materials a. The printed project sign(s) shall be 3/8" primed Medium Density Overlay (MDO) OR 3 millimeter corrugated plastic secured to exterior plywood (4' x 4'). b. Contractor shall not use previously provided templates and/or fonts. 3. Execution a. The sign(s) shall be printed on a project-by-project basis in black and white, using the template and font provided to the Contractor by the St. Tammany Parish Government Project Manager. b. All signage proofed and approved by State Tammany Parish Government before project sign(s) are to be produced by the Contractor. c. Exact placement of the project sign(s) must be coordinated with, and approved by, the St. Tammany Parish Government Project Manager prior to sign installation. d. The sign(s) is to be installed such that the bottom of the sign is a minimum of 5' above the existing ground elevation. e. Sign(s) is to be maintained throughout the period of construction. If sign(s) is damaged or destroyed, repair and/or replacement of sign(s) will be at Contractor’s expense. f. Contractor is responsible for the removal of all project signs upon issuance of final acceptance by the St. Tammany Parish Government Project Manager at no direct pay. g. Cost to be included in “Temporary Signs and Barricades Project Sign Section 07 Version 2020 Q1 Blank Template of Parish Project Sign: Example of a Completed Parish Project Sign: Total Dollar $ amount specified here Short Description of Project stated here (if deemed applicable by the Parish) Name of Street, Bridge, Subdivision, etc. stated here Version 2024 Q1 Section 08 General Conditions for St. Tammany Parish Government This index is for illustrative purposes only and is not intended to be complete nor exhaustive. All bidders/contractors are presumed to have read and understood the entire document. Some information contained in these conditions may not be applicable to all projects. Version 2024 Q1 GENERAL CONDITIONS INDEX A.A.S.H.T.O 01.01 A.C.I. 01.02 ADDENDA 01.03, 01.05, 01.12, 02.13, 02.13, 06.02, 06.03 ADVERTISEMENT 01.04, 01.12, 02.21, 02.22, 02.23 AGREEMENT 01.05, 01.11, 01.12, 01.14, 01.15, 01.19, 03.02, 03.03, 03.04, 06.01, 06.02, 10.01, 11.03, 12.01, 14.02, 29.06, 32.01, 32.02, 33.06, 33.07 APPLICATION FOR PAYMENT 01.06, 29.07 A.S.T.M. 01.07 AWARD 03.00, 03.01, 03.04, 03.05 BID 01.08, 01.12, 01.26, 02.02, 02.04, 02.08, 02.09, 02.10, 02.13, 02.14, 02.17, 02.19, 02.21, 03.01, 03.04, 04.02, 14.03, 22.01, 23.01, 28.08 BIDDER 01.04, 01.08, 01.09, 01.26, 01.28, 02.02, 02.04, 02.06, 02.08, 02.09, 02.10, 02.12, 03.13, 02.14, 02.16, 02.17, 02.19, 02.20, 02.21, 02.24, 03.01, 03.04, 03.05, 23.01 BONDS 01.10, 01.12 02.02, 02.09, 03.00, 03.03, 03.04, 03.05, 03.07, 03.08, 03.10, 03.12, 03.13, 27.06 CHANGE ORDER 01.11, 01.19, 04.01, 09.04, 11.07, 16.02, 16.06, 16.07, 21.06, 21.08, 21.10, 21.11, 29.06, 33.07 CLAIMS 02.15, 04.05, 09.05, 14.01, 16.04, 16.05, 21.16, 24.01 CLOSING ROADS 16.06, 16.07, 16.15 COMMENCE WORK 04.04, 07.04, 09.02, 11.02, 14.02, 16.13, 24.02 COMPLETION OF WORK OR PROJECT 01.14, 02.15, 08.03, 09.01, 09.04, 11.00, 11.03, 12.01, 13.01, 13.11, 20.01, 25.01, 28.02, 29.04 CONDITIONS AT JOB SITE 16.17 CONTRACT DOCUMENTS 01.03, 01.03, 01.10, 01.12, 01.13, 01.16, 01.17, 01.18, 01.19, 01.29, 01.22, 01,25, 01.30, 01.33, 02.02, 02.05, 02.13, 02.17, 02.18, 02.23, 03.01, 03.02, 04.01, 04.02, 04.03, 04.04, 04.05, 06.00, 06.01, 06.02, 06.03, 07.02, 07.03, 07.05, 08.01, 10.06, 11.03, 13.01, 13.02, 21.01, 21.09, 21.10, 21.11, 28.01, 28.04, 33.01 CONTRACT PRICE 01.11, 01.13, 03.05, 04.01, 12.01, 14.02, 21.06, 21.10, 21.11, 27.05, 28.01, 28.02, 28.03, 28.08 Version 2024 Q1 CONTRACT TIME 01.11, 01.14, 01.22, 10.06, 11.01, 21.06, 29.04 CONTRACTOR - (Defined) 01.15 DAMAGE 02.15, 03.05, 03.12, 04.05, 09.05, 11.09, 13.11, 14.01, 14.02, 16.01, 16.02, 16.03, 16.04, 16.05, 19.01, 19.03, 20.01, 20.08, 23.03, 24.01, 24.07, 24.12, 26.03, 28.05, 28.01, 28.10, 33.07 DEFECTIVE WORK 01.16, 10.03, 21.00, 21.01, 21.07, 21.08, 21.09, 21.10, 28.03 DELAYS 07.02, 11.05, 11.09, 12.01, 16.07, 18.02, 19.01, 28.04 DRAWINGS 01.12, 01.17, 02.13, 02.17, 02.23, 06.01, 06.02, 06.03, 13.15, 22.02, 01.27, 01.33, 03.12, 04.01, 06.02, 09.01, 10.01, 10.02, 11.07, 13.00, 13.01, 13.03, 13.05, 13.11, 13.12, 13.15, 14.02, 14.07, 14.08, 14.09, 16.09, 16.13, 21.01, 21.06, 21.07, 21,14, 24.07, 27.05, 27.07, 28.01, 28.05, 28.10, 29.03, 13.00, 13.11 ENGINEER STATUS (NOT APPLICABLE) 15.00 EXTRA WORK 03.09, 14.00, 14.03, 14.04, 14.05, 14.08, 14.09, 14.10, 14.11, 14.12, 16.01, 22.02 FAILURE OF CONTRACTOR 03.10, 04.05, 06.02, 09.05, 10.01, 10.03, 13.10, 16.03, 20.01, 24.09, 27.02, 28.10 FAILURE OF OWNER 02.13 FAILURE OF SUCCESSFUL BIDDER 02.13, 02.17, 03.04 FIELD ORDER 01.18 FORCE ACCOUNT 14.04, 14.05, 14.11, 14.12 FUNDING 33.09 INDEMNIFY / HOLD HARMLESS 02.15, 03.05, 04.05, 13.11, 16.04, 16.05, 20.02, 24.06, 24.09 INDEMNIFYING INFRINGEMENT CLAUSE 02.15 INJURIES 16.00, 16.01, 16.02, 19.01, 19.03, 20.01, 24.02, 24.07 INSPECTION FEES 13.12 INSPECTIONS, GENERALLY 01.16, 13.05, 16.13, 21.00, 21.03, 21.04, 21.05, 21.06, 21.14, 21.15, 28.04, 29.02, 29.03 INSURANCE 01.05, 14.05, 16.13, 24.00 - 12, 27.07, 28.05 INTENTION OF CONTRACT DOCUMENTS 06.00, 06.01 INTENTION OF GENERAL CONDITIONS 31.00 Version 2024 Q1 LABOR 01.33, 03.12, 09.01, 13.00, 13.01, 13.02, 13.08, 13.10, 13.11, 13.12, 14.05, 16.06, 16.07, 21.06, 21.07, 21.15, 27.01, 28.10, 29.03 LAWS 01.10, 01.20, 02.06, 02.13, 02.14, 02.16, 02.20, 03.01, 03.10, 13.12, 16.06, 16.07, 20.02, 21.02, 21.09, 27.01, 29.06, 33.00, 33.01, 33.08 LIQUIDATED DAMAGES 11.03, 12.00, 12.01, 29.04 MATERIALS 01.33, 03.12, 04.01, 06.02, 07.01, 09.01, 10.01, 10.02, 13.00, 13.01, 13.03, 13.04, 13.05, 13.12, 13.13, 13.15, 14.01, 14.11, 20.01, 12.01, 21.07, 21.14, 21.15, 23.03, 27.01, 27.05, 27.07, 28.01, 28.05, 28.07, 28.08, 28.10 MODIFICATIONS 01.12, 01.19, 02.12, 02.13, 06.01, 06.02, 24.07, 32.02 NOTICE OF AWARD 01.20, 03.01, 03.04, 04.01 NOTICE OF DEFAULT 12.01, 33.08 NOTICE TO BIDDER 2.21 NOTICE TO CONTRACTOR 01.12, 01.21, 21.11, 30.01 NOTICE TO OWNER 13.07, 24.06, 27.07 NOTICE TO PROCEED 01.22, 09.02, 11.01, 11.03 OBSTRUCTIONS 16.09, 16.11, 16.15, 23.00, 23.01, 23.02 OCCUPANCY 25.00 ORAL INTERPRETATIONS 02.13 OWNER - (Defined) 01.23 PAYMENT 01.30,.03,10, 03.12, 03.13, 04.12, 09.03, 11.04, 11.09, 14.04, 14.12, 16.02, 16.16, 19.02, 21.07, 21.08, 21.09, 21.10, 21.11, 21.16, 24.02, 24.03, 24.12, 27.01, 27.07, 28.00, 28.01, 28.02, 28.03, 28.04, 28.05, 28.06, 28.08, 28.09, 28.10, 29.00, 29.03, 29.05, 29.07 PERMITS 13.00, 13.12, 16.13, 28.08 PRICE 02.05, 14.02, 14.03, 14.04, 14.05, 22.01 PROGRESS PAYMENT 01.06, 28.06 PROGRESS SCHEDULE 09.03, 09.05, 21.11 PROGRESS OF WORK 09.00, 11.09, 13.07, 16.01, 16.12, 21.11, 21.12, 22.02, 27.02 PROJECT 01.24, 01.29, 01.30, 02.04, 03.07, 06.01, 07.03, 10.02, 11.04, 11.06, 13.08, 13.13, 14.08, 14.11, 16.15, 24.07, 24.11, 28.07, 29.03, 29.07 Version 2024 Q1 PROJECT REPRESENTATIVE 01.23, 21.16 PROPERTY 16.00, 16.01, 16.02, 16.03, 16.12, 16,13, 16.17, 18.01, 19.00, 19.01, 19.02, 19.03, 23.03, 24.0124.07, 26.03, 28.10, 29,08, 33.05 PROPOSAL 01.26, 02.00, 02.01, 02.03, 02.05,.02.06, 02.07, 02.08, 02.09, 02.10, 02.11, 02.12, 02.14, 02.18, 02.21, 02.22, 11.03, 12.01, 14.01, 14.02, 14.03, 19.02, 23.02, 28.08 PROTESTS 33.10 PUNCH LIST 29.03, 29.04 QUANTITIES OF ESTIMATES 14.00, 14.01, 14.02, 14.04 RAILROADS 16.13, 19.01 RECORD DRAWINGS 08.00, 18.01, 18.02, 18.03 RECORDATION OF DOCUMENTS 03.13, 28.03, 29.05, 29.06 REJECTION OF BIDS 02.03, 02.07, 02.08, 02.10, 02.14, 03.01 RENTAL OF EQUIPMENT 14.07, 14.09 RIGHTS OF WAY 18.00 SAFETY 16.01, 16.07, 16.14, 16.17 SANITARY PROVISIONS 13.01, 17.00 SCHEDULE OF WORK 09.03, 09.04, 9.05, 11.06, 13.09 SEVERABILITY 32.01, 32.02 SHOP DRAWINGS 01.27, 06.03, 07.00, 07.01, 07.02, 07.03, 07.04, 07.05 SITE 02.17, 7.04, 13.05, 13.07, 13.11, 14.06, 16.09, 21.08, 21.09, 21.12, 22.02, 23.01, 24.07 SOLICITATION OF EMPLOYMENT 13.14 SPECIFICATIONS 01.01, 01.02, 01.05, 01.07, 01.12, 01.28, 02.13, 02.17, 02.23, 03.06, 03.09, 03.10, 03.13, 06.01, 06.02, 06.03, 07.04, 07.05, 11.03, 13.05, 13.15, 20.01, 21.12, 22.02, 28.01, 28.04, 32.01 SUBCONTRACTOR 01.27, 01.29, 04.01, 04.02, 04.03, 04.04, 04.05, 16.02, 16.04, 16.05, 20.01, 20.02, 21.07, 24.01, 24.07, 27.01, 28.07 SUBCONTRACTS 04.00, 13.09 SUBSURFACE CONDITIONS 02.17, 22.00, 22.01, 22.02 SUBSTANTIAL COMPLETION 01.30, 11.04, 21.09, 28.04, 29.01, 29.02, 29.03, 29.04, 29.06 SUPERINTENDENT 01.21, 01.31, 13.07, 14.05 Version 2024 Q1 SUPERVISION 13.01, 13.06 SURETY 01.05, 01.10, 02.09, 03.05, 03.06, 03.07, 03.08, 03.09, 03.11, 03.12, 04.05, 05.01, 14.03, 27.03, 27.05 SURVEY 13.02, 26.00, 26.01 TAXES 02.05, 13.00, 13.12, 13.13, 14.05, 28.07, 28.08, 28.10 TERMINATION OF CONTRACT 13.10, 24.09, 27.00, 27.01, 27.02, 27.03, 27.04, 27.05, 27.06, 27.07 TESTS, GENERALLY 21.00, 21.02, 21.03, 21.04, 21.05, 21.06 TIME 01.32 TRAFFIC 16.06, 16.07, 16.10, 16.15, 16.16 TRAFFIC HAZARDS 16.16 TREES AND SHRUBS 19.02 VERBAL INSTRUCTIONS 21.16 WAIVERS 24.06, 29.03, 33.08 WARNING DEVICES 16.13, 16.14, 16.15 WARRANTY 21.01, 21.08, 21.09, 33.04, 33.06 WORK 01.31, 20.01 WORK BY OTHERS 10.03, 10.04, 10.05 WORK BY OWNER 10.02, 10.04, 10.05 WORK FOR OTHER, RESTRICTIONS 16.12 WORK ORDER 28.01 Version 2024 Q1 01.00 DEFINITIONS OF TERMS Whenever used in these General Conditions or in other Contract Documents, the following terms shall have the meanings indicated, and these shall be applicable to both the singular and plural thereof. 01.01 A.A.S.H.T.O American Association of State Highway and Transportation Officials. When A.A.S.H.T.O. is referred to in these Specifications it takes the meaning of the specification for materials and methods of testing specified by this association and the specification stated is considered to be a part of the Specifications as if written herein in full. 01.02 A.C.I American Concrete Institute. When A.C.I. is referred to in these Specifications it takes the meaning of the specification for materials and methods of testing specified by this institute and the specification stated is considered to be a part of the Specifications as if written herein in full. 01.03 Addenda Written or graphic instruments issued prior to the opening of bids which clarify, correct, modify or change the bidding or Contract Documents. 01.04 Advertisement The written instrument issued by the Owner at the request of the Owner used to notify the prospective bidder of the nature of the Work. It becomes part of the Contract Documents. 01.05 Agreement The written agreement or contract between the Owner and the Contractor covering the Work to be performed and the price that the Owner will pay. Other documents, including the Proposal, Addenda, Specifications, plans, surety, insurance, etc., are made a part thereof. 01.06 Application for Payment The form furnished by the Owner which is to be used by the Contractor in requesting incremental (progress) payments and which is to include information required by Section 28.01 and an affidavit of the Contractor. The affidavit shall stipulate that progress payments theretofore received from the Owner on account of the Work have been applied by Contractor to discharge in full of all Contractor's obligations reflected in prior applications for payment. 01.07 A.S.T.M. American Society of Testing Materials. When A.S.T.M. is referred to in these Specifications it takes the meaning of the specification for materials and methods of testing specified by this society and the specification stated is considered to be a part of the Specifications as if written herein in full. 01.08 Bid The offer or Proposal of the Bidder submitted on the prescribed form setting forth all the prices for the Work to be performed. 01.09 Bidder Any person, partnership, firm or corporation submitting a Bid for the Work. 01.10 Bonds Bid, performance and payment bonds and other instruments of security, furnished by the Contractor and its surety in accordance with the Contract Documents and Louisiana law. 01.11 Change Order A written order to the Contractor signed by the Owner authorizing an addition, deletion or revision in the Work, or an adjustment in the Contract Price or the Contract Time after execution of the Agreement. 01.12 Contract Documents The Agreement, Addenda, Contractor's Bid and any documentation accompanying or post-bid documentation when attached as an exhibit, the Bonds, these General Conditions, the Advertisement for Bid, Notice to Contractor, all supplementary conditions, the Specifications, the Drawings, together with all Modifications issued after the execution of the Agreement. 01.13 Contract Price The total monies payable to the Contractor under the Contract Documents. Version 2024 Q1 01.14 Contract Time The number of consecutive calendar days stated in the Agreement for the completion of the Work. 01.15 Contractor The person, firm, corporation or provider with whom the Owner has executed the Agreement. 01.16 Defective Work When work which is unsatisfactory, faulty or deficient for any reason whatsoever, or does not conform to the Contract Documents, or does not meet the requirements of any inspection, test or approval referred to in the Contract Documents, or has been damaged prior to the Owner's recommendation or acceptance. 01.17 Drawings The Drawings and plans which show the character and scope of the Work to be performed and which have been prepared or approved by the Owner and are referred to in the Contract Documents. 01.18 Field Order A written order issued by the Owner or his agent which clarifies or interprets the Contract Documents. 01.19 Modification (a) A written amendment of the Contract Documents signed by both parties, (b) A Change Order, (c) A written clarification or interpretation issued by the Owner or his agent. Modification may only be issued after execution of the Agreement. 01.20 Notice of Award The written notice by Owner to the lowest responsible Bidder stating that upon compliance of the conditions enumerated in the Notice of Award, or enumerated in the Bid documents, the Owner will deliver the Contract Documents for signature. The time for the delivery of the Contract Documents can be extended in conformance with Louisiana Law. 01.21 Notice to Contractor Instructions, written or oral given by Owner to Contractor and deemed served if given to the Contractor's superintendent, foreman or mailed to Contractor at his last known place of business. 01.22 Notice to Proceed A written notice given by the Owner fixing the date on which the Contract Time will commence, and on which date the Contractor shall start to perform his obligation under the Contract Documents. Upon mutual consent by both parties, the Notice to Proceed may be extended. 01.23 Owner St. Tammany Parish Government, acting herein through its duly constituted and authorized representative, including but not limited to the Office of the Parish President or its designee, its Chief Administrative Officer, and/or Legal Counsel. St. Tammany Parish Government (hereinafter, the “Parish”) and Owner may be used interchangeably. 01.24 Project The entire construction to be performed as provided in the Contract Documents. 01.25 Project Representative The authorized representative of the Owner who is assigned to the Project or any parts thereof. 01.26 Proposal The Bid submitted by the Bidder to the Owner on the Proposal form setting forth the Work to be done and the price for which the Bidder agrees to perform the Work. 01.27 Shop Drawings All drawings, diagrams, illustrations, brochures, schedules and other data which are prepared by the Contractor, Subcontractor, Manufacturer, Supplier or Distributor and which illustrate the equipment, material or some portion of the Work. 01.28 Specifications The Instructions to Bidders, these General Conditions, the Special Conditions and the Technical Provisions. All of the documents listed in the "Table of Contents." 01.29 Subcontractor An individual, firm or corporation having a direct Contract with the Contractor or with any other Subcontractor for the performance of a part of the Project Work. 01.30 Substantial Completion The date as certified by the Owner or its agent when the construction of the Project or a specified part thereof is sufficiently complete in accordance with the Contract Documents so that the Project or specified part can be utilized for the Version 2024 Q1 purposes for which it was intended; or if there is no such certification, the date when final payment is due in accordance with Section 28. 01.31 Superintendent Contractor's site representative. The person on the site who is in full and complete charge of the Work. 01.32 Time Unless specifically stated otherwise, all time delays shall be calculated in calendar days. 01.33 Work Any and all obligations, duties and responsibilities necessary to the successful completion of the Project assigned to or undertaken by the Contractor under the Contract Documents, usually including the furnishing of all labor, materials, equipment and other incidentals. 01.34 The terms “he/himself” may be used interchangeably with “it/itself.” 02.00 PROPOSAL 02.01 All papers bound with or attached to the Proposal Form are a necessary part thereof and must not be detached. 02.02 For submitting Bids, the only forms allowed shall be the “Louisiana Uniform Public Work Bid Form”, “Louisiana Uniform Public Works Bid Form Unit Price Form” (if necessary), the Bid Bond, and written evidence of authority of person signing the bid. Necessary copies of the Louisiana Uniform Public Work Forms will be furnished for Bidding. Bound sets of the Contract Documents are for Bidder's information and should not be used in submitting Bids. 02.03 Proposal forms must be printed in ink or typed, unless submitted electronically. Illegibility or ambiguity therein may constitute justification for rejection of the Bid. 02.04 Each Bid must be submitted in a sealed envelope, unless submitted electronically. The outside of the envelope shall show the name and address of the Bidder, the State Contractor’s License Number of the Bidder (if work requires contractor’s license), and the Project name and number for which the Bid is submitted, along with the Bid number. 02.05 The price quoted for the Work shall be stated in words and figures on the Bid Form, and in numbers only on the Unit Price Form. The price in the Proposal shall include all costs necessary for the complete performance of the Work in full conformity with the conditions of the Contract Documents, and shall include all applicable Federal, State, Parish, Municipal or other taxes. The price bid for the items listed on the Unit Price Form will include the cost of all related items not listed, but which are normally required to do the type of Work bid. 02.06 The Bid shall be signed by the Bidder. The informatio...

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

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

Country : United StatesState : Louisiana