Concrete Flat Work

expired opportunity(Expired)
From: Kenner(City)
23-6723

Basic Details

started - 18 Jan, 2023 (15 months ago)

Start Date

18 Jan, 2023 (15 months ago)
due - 08 Mar, 2023 (13 months ago)

Due Date

08 Mar, 2023 (13 months ago)
Bid Notification

Type

Bid Notification
23-6723

Identifier

23-6723
City of Kenner

Customer / Agency

City of Kenner
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

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

MICHAEL J. GLASER MAYOR CITY OF KENNER DEPARTMENT OF FINANCE ELIZABETH HERRING CHIEF FINANCIAL OFFICER FEBRUARY 1ST, 2023 RE: SEALED BID 23-6723 DEAR BIDDER: ATTACHED PLEASE FIND THE FOLLOWING BID PACKAGE FOR THE CITY OF KENNER CONCERNING: CONCRETE FLAT WORK FOR THE DEPARTMENT OF FIELD SERVICES PLEASE REVIEW THE PACKAGE AND ENSURE ALL NECESSARY FORMS ARE SIGNED AND RETURNED PER THE BID CHECK LIST. SHOULD YOU HA VE ANY QUESTIONS REGARDING THE PACKAGE, YOU MAY CONTACT THE FINANCE DEPARTMENT AT: (504) 468-7261, BETWEEN THE HOURS OF 8:30 A.M. AND 4:30 P.M. DAILY, EXCEPT FOR SATURDAYS, SUNDAYS, AND HOLIDAYS. BIDS WILL BE RECEIVED UNTIL THE HOUR OF 10:00 A.M., WEDNESDAY, MARCH 8TH, 2023 IN THE FINANCE DEPARTMENT AT 1610 REVEREND RICHARD WILSON DRIVE, BUILDING D, KENNER, LA 70062. BIDS RECEIVED AFTER THIS TIME WILL NOT BE ACCEPTED. BIDS WILL BE OPENED THE SAME DAY AND READ ALOUD VIA ZOOM AT 10:15 A.M. THOSE INTERESTED IN ATTENDING THE ZOOM BID OPENING PLEASE EMAIL
href="mailto:FINCONTRACT@KENNER.LA.US">FINCONTRACT@KENNER.LA.US FOR THE LINK. SINCERELY, ELIZAB TH HERRING CHIEF FINANCIAL OFFICER /SM 1610 REVEREND RICHARD WILSON BLVD., BUILDING D-KENNER, LOUISIANA 70062 -TELEPHONE: 504-468-4049 FACSIMILE: 504-468-6632-WWW.KENNER.LA.US-FINANCE@lor products must be new and of current manufacturer, unless otherwise stated. Any product or service bid shall conform to all applicable federal and state laws and regulations, and the specifications contained in the solicitation. Preference is hereby given to materials, supplies and provisions produced, manufactured or grown in Louisiana, quality being equal to articles offered by competitors outside the state. Vendor must request this preference (LSA- R. S. 38:2251- 2261). AWARD OF CONTRACT: The City of Kenner reserves the right to award contracts or place orders with the lowest responsive bidder, on a lump sum or individual item basis or such combination as shall in its judgment be in the best interest of the city. Awards will be based on compliance with the specifications and the delivery and/or completion date. All orders/services must be delivered/provided within the time specified in the Bid Specifications. PRICES: All prices shall be quoted in the unit of measure specified, and unless otherwise specified, shall be exclusive of State and Parish taxes. As per LSA-RS 47:301 et seq., all governmental bodies are excluded from payment of sales taxes to any Louisiana taxing body. Page 1 of 4 REV. 02/12 mailto:Fincontracts@kenner.la.us Freight charges should be included in total cost when quoting. If not quoted FOB DELIVERED, freight must be quoted as a separate item. Bid may be disqualified if not quoted FOB DELIVERED or if freight charges are not indicated on bid form. Quantities listed are for bidding purposes only. Actual requirements may be more or less than quantities listed. The City of Kenner requires a firm price, unless otherwise stated. In case of an extension error the unit price shall prevail. All bids submitted shall remain binding and may not be withdrawn for a period of forty-five (45) days after the scheduled closing date for receiving bids. CANCELLATION OF CONTRACT: The City of Kenner reserves the right to cancel all or any part if not shipped promptly. The order must not be filled at a higher price than quoted. The City of Kenner reserves the right to cancel any contract at anytime and for any reason by issuing a THIRTY (30) day written notice to the contractor. MISCELLANEOUS: For good cause and as consideration for executing a binding contract with the City of Kenner, vendor conveys, sells assigns and transfers to City of Kenner or its assigns all rights, title and interest in and to all causes of action it may now or hereafter acquire under the antitrust laws of the Unites States and the State of Louisiana, relating to the particular good or services purchased or acquired by City of Kenner. Bidders agree to abide by the requirements of the following as applicable: Title VI and VII of the Civil Rights Act of 1964, as amended by the Equal Opportunity Act of 1972, Federal Executive Order I 1246, the Federal Rehabilitation Act of 1973, as amended, the Vietnam Era Veteran's Readjustment Assistance Act of 1974, Title IX of the Education Amendments of 1972, the Age Act of 1975, and contractor agrees to abide by the requirements of the Americans with Disabilities Act of 1990. Bidder also agrees not to discriminate in its employment practices, and will render services under this contract without regard to race, color, religion, sex, sexual orientation, national origin, veteran status, political affiliation, or disabilities. Any act of discrimination committed by bidder, or failure to comply with these statutory obligations when applicable shall be grounds for termination of this contract. New construction or renovation projects must comply with Section 504 of the 1973 Rehabilitation Act, as amended, in accordance with the American National Standard Institute's specifications (ANSI A117.1-1961). ADDITIONAL REQUIREMENTS FOR THIS BID 1. VENDORS WILL BE REQUIRED TO SUBMIT AN E-VERIFY AFFIDAVIT WITH ALL BIDS UNLESS OTHERWISE SPECIFIED. In accordance with La. R.S. 38:2212.10, vendors contracting with the City of Kenner must submit an affidavit attesting to their participation in a status verification system to ensure that all employees in the state of LA are legal citizens or legal aliens of the United States. The successful low bidder must return the form executed in its entirety and notarized within ten (10) business days. Bidders may use the affidavit form provided and attach to the proposal if needed. 2. Contractor shall obtain any and all permits required by the City of Kenner Department of Inspection and Code Enforcement and shall be responsible for the payment of these permits. All permits must be obtained prior to the start of the project. 3. A Louisiana state contractor's license will be required in accordance with LSA-R.S. 37:2150 et seq. Bidders must write their Louisiana state contractor's license number on the outside of the bid envelope prior to bid submission for public works construction projects estimated at $50,000.00 and above. Failure to mark the outside of the bid envelope with your state contractor's license number will cause your bid to be immediately rejected as being non-responsive. In the case of an electronic bid proposal, a contractor may submit an authentic digital signature on the electronic bid proposal Page 2 of 4 REV. 02/12 accompanied by the contractor's license number in order to meet the requirements of this Paragraph. Except as otherwise provided herein, if the bid does not contain the contractor's certification and show the contractor's license number on the bid envelope, the bid shall be automatically rejected, shall be returned to the bidder marked "Rejected", and shall not be read aloud. 4. Job site must be clean and fee of all litter and debris daily and upon completion of the contract. Passageways must be kept clean and free of materials, equipment, and debris at all times. Flammable material must be removed from the job site daily because storage will not be permitted on the premises. Precautions must be exercised at all times to safeguard the welfare of the City of Kenner and the general public. 5. All awards in excess of $5000 for the construction, alteration, or repair of any public works will be reduced to a formal contract which shall be recorded at the contractor's expense. A price list of recordation costs may be obtained from the Clerk of Court and Ex-officio Recorder of Mortgages for the Parish of Jefferson. Contractor must provide a copy of the recorded contract to the Purchasing Department. 6. Bids must be accompanied by bid security in the form of a certified check, cashier's check, or bid bond, payable to the City of Kenner in an amount equal to five percent (5%) of the Contractor's Bid. If submitting bid electronically, then bid security must be in the form of bid bond only. No cashier's check, certified check or money order will be accepted. Failure to comply will cause your bid to be non-responsive. 7. A payment and performance bond will be required for this bid if total cost exceeds $25,000.00. The amount of each of the bonds will be 50% of the contract price unless otherwise indicated in the technical specifications. The successful bidder shall supply the performance and payment bonds to the Finance Department within (10) business days of bid opening. 8. Insurance Certificates: Subject to legislative approval, upon notification to the vendor as the apparent low bidder, the vendor shall commence securing all necessary insurance and bonds, if any, as required in the bid specifications. The notification by the City of Kenner shall not constitute acceptance of the bid. Only the issuance of a purchase order or a signed contract constitutes acceptance on the part of the City of Kenner. 9. By signing the Louisiana Public Works Bid Form, the bidder certifies that he/she has a) carefully examined and understands the Bidding Documents, b) has not received, relied on, or based his bid on any verbal instructions contrary to the Bidding Documents or any addenda, c) has personally inspected and is familiar with the project site, and hereby proposes to provide all labor, materials, tools, appliances and facilities as required to perform, in a workmanlike manner, all work and services for the construction and completion of the referenced project all in strict accordance with the Bidding Documents prepared by the City of Kenner. 10. If someone other than the corporate officer signs for the Bidder/Contractor, a copy of a corporate resolution or other signature authorization shall be required for submission of bid. Failure to include a copy of the appropriate signature authorization, if required, may result in the rejection of the bid unless bidder has complied with La. R.S. 38:2212(A)(l )(c) or RS 38:2212 (0). Bidders may use the form provided and attach to the proposal if needed. 11. All bidders for contracts for the construction, alteration, or demolition of public buildings shall submit with their bid a notarized non-collusion affidavit. (LSA-R.S. 38:2224). The successful low bidder may use the Non-Collusion Affidavit Form attached here to. Upon receipt of notice of bid award, the successful low bidder must return the Non-Collusion Affidavit form executed in its entirety and notarized within ten (10) business days. 12. Per La. R.S. 38:2222 each change order to a public works contract or to a contract for materials and supplies which adds an amount of ten percent or more of the original contract amount and which additional amount is at least ten thousand dollars shall be recorded in the Mortgage Office of the Jefferson Parish Clerk of Court. 13. Per LSA - R.S. 38:2227, the successful bidder on the above entitled Public Works project attests to past criminal convictions, if any. Upon receipt of notice of bid award, the successful bidder must disclose this information within ten (10) business days. Page 3 of 4 REV. 02/12 THESE GENERAL SPECIFICATIONS AND INSTRUCTIONS FOR BIDDERS HAVE BEEN REVIEWED AND ARE HEREBY ACKNOWLEDGED AND AGREED UPON BY VENDOR. FURTHERMORE, VENDOR HAS READ AND HEREBY ACKNOWLEDGES ANY AND ALL INSURANCE REQUIREMENTS ATTACHED HERETO THIS BID AND HAS FACTORED SUCH COSTS INTO TOTAL BID PRICE: FIRM NAME: ADDRESS: CITY, STATE: ZIP: TELEPHONE: FAX: SIGNATURE: TITLE: PRINT OR TYPE NAME: EMAIL ADDRESS: This bid must be signed by an authorized representative of the company/firm for bid to be valid. Signing indicates you have read and comply with the instructions and conditions. Page 4 of 4 REV. 02/12 Page 5 of 9 MEASUREMENT AND PAYMENT Items 001, 002, 003 (Removal and Disposal of concrete Sidewalks, Driveways and Aprons) The bid price shall include all cost for labor and equipment necessary to remove and dispose of existing concrete sidewalks, driveways and aprons to the disposal site provided by the City of Kenner. The City of Kenner does not have a disposal site. It will be the responsibility of the contractor to dispose of all concrete. Care must be exercised so that adjacent property is not damaged. Any pavement or property damaged, either willful or accidental, will be replaced or repaired to the satisfaction of the City of Kenner inspector at no cost to the City. In the interest of property owner safety, as well as that of the general public, all broken concrete and other excavated material and any other materials not necessary for the completion of the job that day, shall be removed from the work site by the contractor by the end of the work day. No broken concrete or excavated materials or unnecessary material shall be left at the work site overnight, on weekends, or on holidays. Items 001, 002, 003 (Install Portland Cement Concrete Pavement) The bid prices shall include all costs for labor, materials and equipment necessary to excavate, remove and dispose of all temporary surfaces and to place and compact (if required) all materials that are not provided for under other sections of the specifications and then to install finished Portland Cement Concrete pavement, in place, for thickness shown under these items in accordance with the specifications. The bid prices must also include wire mesh, edging of concrete, scoring of control joints and placement of expansion joints at required locations and required application of curing compound. Measurement shall be per square yard of concrete placed. (NOTE (Welded wire fabric reinforcement٭٭ Welded wire fabric reinforcements (roll-5’ 10 gauge) sheet) 6 x 12-0/1) to be provided and installed by contractor. Item 004 Saw cutting sidewalks, driveways and aprons The bid price shall include all costs for labor, materials and equipment necessary for saw cutting existing concrete to a depth as required to achieve a clean straight joint. Measurements for payment shall be per linear foot or saw cut joint. Page 6 of 9 Item 005 Portland Cement Concrete Curb The bid price shall include all costs for labor, materials and equipment necessary for removal and replacement of integral curb or curbs and gutter in accordance with specifications. Measurement shall be per linear foot of curb replaced. Item 006 Adjustment of Manhole Covers and Drain Inlets The bid price shall include all costs for labor, materials and equipment necessary for adjusting manhole covers and drain inlets as needed to achieve proper grade in accordance with specifications. This item shall include manhole or drain rings or risers, manhole covers, drain grates and grouting as needed. Fill needed adjacent to the adjusted structure. Will be paid for under Item 10. Item 006A Minor Adjustment of Manhole Covers and Drain Inlets The bid price shall include costs for labor, materials and equipment necessary for adjusting manhole covers and drain inlets as needed to achieve proper grade in accordance with these specifications. This item shall not include manhole or drain adjustment rings, manhole covers, and drain grates. Fill needed adjacent to the adjusted structures will e paid for under Item 10. Measurement for payment shall be per each structure adjusted. Item 007,008 Furnish and Install PVC Pipe The bid price shall include all costs for labor, materials and equipment necessary for furnishing and installing PVC Pipe, including excavation, sand bedding and backfill, in accordance with specifications. Measurement for payment shall be per linear foot of pipe placed. Item 009 Sod To be measured and paid by the square foot as required (by City of Kenner Field Services Department only). Item 010 Sugar Sand Fill To be measured and paid by the cubic yard as required (by City of Kenner Field Services Department only). Item 011 Handicapped Corners Red tile stamp to be supplied and installed at handicapped corners in accordance with Section 706.03.7 of the Louisiana Standard Specifications for Roads and Bridges. Page 7 of 9 Item 012 Handicapped Corners Retro fit red tile stamp install on pre-existing corners in accordance with Section 706.03.7 of the Louisiana Standard Specifications for Roads and Bridges. TECHNICAL SPECIFICATIONS Unless specified otherwise herein, all materials and workmanship shall conform to the Louisiana Standard Specifications for Roads and Bridges, latest edition, as well as current local, state and federal guidelines. Items 001, 002, 003 Install Portland Cement Concrete Pavement A. All sidewalks, driveways and aprons shall be constructed of Portland Cement Concrete. Sidewalks shall be constructed with concrete that achieves a minimum compressive strength of 3000 PSI at 28 days. Driveways and aprons shall be constructed with concrete that achieves a minimum compressive strength of 4000 PSI at 28 days. B. Sidewalks constructed for residential dwellings shall have a minimum thickness for four (4) inches with #10 gauge mesh. C. Sidewalks constructed for commercial buildings shall have a minimum thickness of six (6) inches with 6 x 12 –1 mesh. D. All sidewalks shall have a width of four (4) feet and shall be constructed at a distance of one (1) foot from the property line, unless otherwise specified by the Field Services Department. E. All sidewalks shall have a minimum of six (6) inches of pumped river sand as base. F. All sidewalks shall have control joints cut at four (4) foot intervals with a joint cutting tool. Depth of cut will be 3⁄4 inch for four (4) inch thick sidewalks and one (1) inch for six (6) inch thick sidewalks. G. All sidewalks shall be constructed with full depth expansion joints spaced a maximum of twenty (20) feet apart. Each expansion joint must have four (4) sixteen penny galvanized nails driven through and exposed on each side, which act like dowels. Expansion joint material shall be treated lumber. H. When an existing manhole, drain inlet or similar structure is located within the limits of a new or restored sidewalk, expansion joints will be installed two (2) feet from the center of the structure four (4) feet between joints. I. All corners shall be formed by expansion joints. Page 8 of 9 J. All driveways and aprons shall have a minimum thickness of six (6) inches. Contractor must give owner a minimum of twenty-four (24) hours’ notice prior to pouring the driveway or apron to allow the owner or City of Kenner Representative an opportunity to inspect pre-pour conditions. K. Handicap Access Ramps in accordance with the current ADA guidelines, will be installed at all street corner locations when work is being performed at such locations. L. Any concrete found to be less than specified thickness shall be removed and replaced by the contractor at his expense (including all associated restoration costs) or shall remain, but not be paid at the option of the City of Kenner inspector. M. Standard details and typical sections pertaining to sidewalk and street construction may be obtained from the City of Kenner Field Services Department N. Handicap stamp must be installed at all locations of vehicle traffic but may not be necessary to have red tile. Item 005 Portland Cement Concrete Curb This work consists of the construction of integral concrete curb or concrete curb and gutter in accordance with Standard City of Kenner plans and the requirements of Section 707 of the Louisiana Standard Specifications for Roads and Bridges, latest edition, except as modified herein. All new curbs must match shape and dimensions of existing curb. Concrete shall have a minimum compressive strength of 4000 PSI at 28 days. Item 006 Adjustment of Manhole Covers and Drain Inlets This work includes removal of an existing structure and rebuilding it to match a new grade. The adjustment is to be completed with manhole/drain adjustment rings, risers, manhole covers, drain grates and grouting. Fill needed adjacent to the structure may also be needed. Item 006A Minor Adjustment of Manhole Covers and Drain Inlets This work involves partial removal of an existing structure and rebuilding same to match the new grade. The existing frame and grate or existing frame and cover as the case may be are to be re-used. In the case where grade adjustment can be accomplished without the removal or addition of an adjustment ring, there will be no payment for the work, however, the adjustment ring will be furnished by the Contractor and paid for under Item 010. This item may include risers and grouting. Page 9 of 9 Item 007,008 Furnish and Install PVC Pipe PVC Pipe and fittings shall conform to ASTM D-3034, “Type PSM Poly Vinyl Chloride (PVC) Sewer Pipe and Fittings”, SDR 35. Pipe shall be jointed with an integral bell and spigot type rubber gasketed joints. Each integral bell joint shall consist of a formal bell with a rubber gasket. Gaskets shall conform to ASTM F-477. Joints shall permit contraction, expansion and settlement and maintain a watertight connection. Item 009 Furnish and Install Sod Existing lawn surfaces damaged by construction shall be re-graded and re-sodded as directed by the City of Kenner, if necessary. Prior to placement of sod, subsoil shall be graded and uniformly compacted so that it will be parallel to proposed finished grade. Grass sod shall be of the same type grass as existed prior to construction. Sod shall be live nursery quality squares measuring at least nine (9) inches by nine (9) inches. Sod shall be of a thickness that will provide a soil binder with a root system that will enhance growth of the grass and provide a thick, healthy grass cover. Item 010 Sugar Sand Fill To be used for base and backfill materials – by City of Kenner approval only. This material shall be non-plastic with at least 75 percent passing the No. 4 sieve and containing not more than 15 percent passing the No. 200 sieve when tested in accordance with DOTD designation TR 112. Sand shall be placed in such a manner as to avoid entrapment of muck. The contractor shall remove any trapped muck. Item 011, 012 Handicapped Corners Red tile stamp to be supplied and installed at handicapped corners in accordance with Section 706.03.7 of the Louisiana Standard Specifications for Roads and Bridges. Retro fit red tile stamp install on pre-existing corners in accordance with Section 706.03.7 of the Louisiana Standard Specifications for Roads and Bridges. LOUISIANA UNIFORM PUBLIC WORK BID FORM TO: _________________________________________ BID FOR: _____________________________________ _____________________________________________ ______________________________________________ _____________________________________________ ______________________________________________ _____________________________________________ ______________________________________________ (Owner to provide name and address of owner) (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:__________________________________________________ and dated: _____________________________ (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: __________________________________________________________________________________Dollars ($________________) Alternate No. 2 (Owner to provide description of alternate and state whether add or deduct) for the lump sum of: __________________________________________________________________________________Dollars ($________________) Alternate No. 3 (Owner to provide description of alternate and state whether add or deduct) for the lump sum of: __________________________________________________________________________________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 RS 38:2218.(A) attached to and made a part of this bid. LOUISIANA UNIFORM PUBLIC WORK BID FORM UNIT PRICE FORM TO: ____City of Kenner ________________ BID FOR: _CONCRETE FLAT WORK _____ 1803 23rd St, Ste B. _______________________________________________ _____ Kenner, Louisiana 70062__________________ ______________________________________________ _____________________________________________ ______________________________________________ (Owner to provide name and address of owner) (Owner to provide name of project and other identifying information) UNIT PRICES: This form shall be used for any and all work required by the Bidding Documents and described as unit prices. Amounts shall be stated in figures and only in figures. DESCRIPTION:  Base Bid or  Alt.# ___ Remove and install 4" thick Portland Cement Concrete Pavement with Wire Mesh REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) 001 1200 SQ. YD. DESCRIPTION:  Base Bid or  Alt. # ___ Remove and install 5" thick Portland Cement Concrete Pavement with wire mesh. REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) 002 1000 SQ. YD. DESCRIPTION:  Base Bid or  Alt. # ___ Remove and install 6" thick Portland Cement Concrete Pavement with 6 x 12 highway mesh/sheets. REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) 003 150 SQ. YD. DESCRIPTION:  Base Bid or  Alt. # ___ Saw cutting sidewalks, driveways and aprons. REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) 004 100 LN. FT. DESCRIPTION:  Base Bid or  Alt.# ___ Portland Cement Concrete Rollover Curb (City of Kenner Standards) REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) 005 500 LN. FT. DESCRIPTION:  Base Bid or  Alt. # ___ Adjustments of manhole covers and drain inlets. REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) 006 20 EA DESCRIPTION:  Base Bid or  Alt. # ___ Minor Adjustments of manhole covers and drain inlets. REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) 006A 20 EA DESCRIPTION:  Base Bid or  Alt. # ___ Furnish and install 6" diameter PVC pipe. REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) 007 10 LN. FT. Wording for “DESCRIPTION” is to be provided by the Owner All quantities are estimated. The contractor will be paid upon actual quantities as verified by Owner. LOUISIANA UNIFORM PUBLIC WORK BID FORM UNIT PRICE FORM TO: ____City of Kenner ________________ BID FOR: _CONCRETE FLAT WORK _____ 1803 23rd St, Ste B. _______________________________________________ _____ Kenner, Louisiana 70062__________________ ______________________________________________ _____________________________________________ ______________________________________________ (Owner to provide name and address of owner) (Owner to provide name of project and other identifying information) UNIT PRICES: This form shall be used for any and all work required by the Bidding Documents and described as unit prices. Amounts shall be stated in figures and only in figures. DESCRIPTION:  Base Bid or  Alt.# ___ Furnish and install 8" diameter PVC pipe. REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) 008 25 LN. FT. DESCRIPTION:  Base Bid or  Alt.# ___ Furnish and install sod (by City of Kenner approval only) REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) 009 400 SQ. YD. DESCRIPTION:  Base Bid or  Alt.# ___ Sugar sand fill (by City of Kenner approval only) REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) 010 1800 CU. YD. DESCRIPTION:  Base Bid or  Alt. # ___ Furnish & install red tile stamp at handicapped corners in accordance with Section 706.03.7 of the Louisiana Standard Specifications for Roads and Bridges. REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) 011 20 EA DESCRIPTION:  Base Bid or  Alt. # ___ Retro-fit red tile handicap stamp on pre-existing handicapped corners in accordance with Section 706.03.7 of the Louisiana Standard Specifications for Roads and Bridges. REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) 012 20 EA DESCRIPTION:  Base Bid or  Alt. # ___ REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) DESCRIPTION:  Base Bid or  Alt.# ___ REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) DESCRIPTION:  Base Bid or  Alt.# ___ REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) DESCRIPTION:  Base Bid or  Alt.# ___ REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) DESCRIPTION:  Base Bid or  Alt.# ___ REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) Wording for “DESCRIPTION” is to be provided by the Owner All quantities are estimated. The contractor will be paid upon actual quantities as verified by Owner. BID FORM AND SPECIFICATIONS FOR A CONTRACT FOR CONCRETE FLAT WORK ON AS NEEDED BASIS GENERAL PROVISIONS: 1. This flat work or sidewalk replacement contract is intended to provide timely installation or replacement of sidewalks within the City of Kenner as determined by the Field Services Dept. Types of work contemplated is for the removal and replacement of existing sidewalks, drive aprons, installation of new sidewalks and drive aprons. The contractor will provide all labor and material required. Contractor will be responsible for the disposal of all concrete and any other miscellaneous items removed from job sites. 2. All terms, conditions and prices will remain unchanged during the length of this contract. This contract will be valid from July 1, 2023 to June 30, 2025. 3. Invoices submitted for payment for work completed and accepted shall be paid on a thirty (30) days basis from the date of receipt of said invoice by the Department. All invoices shall contain the following information: A. Job location B. Job number C. All calendar days when work was actually performed at the job location, including completion date D. Relevant bid items (by bid number) for work performed with prices for quantities involved All invoices must be mailed to the City of Kenner, Field Services, 1803 23rd St., Ste. B, Kenner, LA 70062. Invoices, which are received without all of the information, will be returned to the contractor. 4. The successful contractor must supply the names and job titles of at least two (2) persons within his organization who can be contacted during normal business hours as well as evenings for emergency situation, complaints, etc. Telephones, digital beepers and mobile telephones are all acceptable means of communications between the contractor and City of Kenner personnel. The contractor’s personnel must respond immediately or return phone calls within one (1) hour to any requests made. Changes in contact personnel and/or method of Page 2 of 9 contact must be made in writing to the City immediately after the change(s) are made. 5. Should the contractor breach any provisions of this contract, the City of Kenner reserves the right to notify the contractor of the deficiency or deficiencies in writing via certified mail and the contractor shall be given the opportunity to correct such deficiency or deficiencies within the time constraints as specified herein. Time for performance under this provision shall begin upon receipt of certified mail notification. After five (5) such notifications of deficient performance, the City of Kenner reserves the right to cancel the contract. Notice of contract cancellation shall be given to the contractor via certified mail. The failure of the City of Kenner to assert a breach for the failure of a contractor to perform at any time shall not be construed to be a waiver of the City of Kenner’s rights hereunder. 6. The quantities specified on this bid form, each of which represents the approximate quantity, are for the comparison of bids only. The unit price bid for each of the items will be utilized to determine the successful low bidder. The City of Kenner reserves the right to purchase only such items and in such quantities as needed during the contract period. 7. For this bid, the definition of “job” shall be the work described on any one work order. The contractor must have a representative field verify all work orders as issued prior to work crew mobilization. The contractor’s representative shall contact the authorized person in the Field Services Department for clarification of work to be completed or for changes in work area or quantities. Any and all changes in assigned work areas or work quantities are made prior to work crew mobilization. 8. The contractor is not to perform more work than is authorized in the original work order as issued to him. Any additional work performed, but not authorized, will not be honored for payment. Occasionally, additional work necessary to properly complete a job is discovered during work progression. The Contractor and the authorized representative of the City of Kenner Field Services Dept. will mutually agree upon any such additional work by written authorization. 9. The Contractor will complete the work, including all restoration and clean up, within fifteen (15) calendar days after issuance of the work order. Inclement weather days shall be considered on an individual job basis. Time is an essential condition of the contract. Should contractor fail to complete a work order within fifteen (15) calendar days after issuance, contractor shall pay to the City of Kenner, as liquidated damages and not as a penalty, $50.00 per work order for every day in which the work has not been completed. This amount shall be deducted from the contractor’s pay request. Page 3 of 9 10. Should a priority situation arise, it may be necessary for a contractor to complete a work order out of sequential order (as directed in writing by the City of Kenner). 11. Each work order will be issued in letter form, or facsimile, with appropriate attachments and will specify a job number. All correspondence, billing, etc. pertaining to the work must include the job number. Payment for completed work will be made upon receipt of contractor’s invoice and verification by the City of Kenner inspector regarding quantity and quality of work performed. 12. Contractor shall transmit (daily) to the City of Kenner a list of work site, listing which jobs are scheduled for that day. The contractor shall submit a (bi-weekly) job status report (spreadsheet) indicating all work orders issued, completed, and pending (with dates shown for each). 13. The contractor shall be responsible for maintaining a safe work area at all times, including, but not limited to, use of barricades and lighting devices. All barricades and warning devices shall be in accordance with the Manual on Uniform Traffic Control Devices. 14. All work performed under this contract shall be warranted by the contractor for a period of one (1) year from the date of contractor’s invoice. 15. The City of Kenner reserves the right to award contracts or place orders on a lump sum or individual item basis, or such combinations as shall in its judgment is in the best interest of the City of Kenner. 16. Cancellation Clause: The City of Kenner reserves the right to cancel the contract at any time and for any reason by issuing a thirty (30) day written notice to contractor. 17. Job site must be clean and free of all litter and debris daily and upon completion of the contract. Passageways must be kept clean and free of material, equipment and debris at all times. Inflammable material must be removed from the job site daily, because storage of inflammable material will not be permitted on the premises. Precautions must be exercised at all times to safeguard the welfare of the City of Kenner and the general public. 18. The contract will be awarded to the lowest responsible bidder complying with all the provision of this invitation, providing the bid price is reasonable and that it is in the best interest of the City of Kenner. Page 4 of 9 19. All concrete replacement of street panels, driveways, or sidewalks authorized by the Public Works or Waste Water Dept under existing maintenance contracts within the City of Kenner shall proceed until the site is inspected by a City of Kenner Public Works Department or Waste Water Department representative. The following representatives for pre-pour site inspections are listed below: A. Public Works- Kenny Melvin (985-640-9861) kmelvin@kenner.la.us B. Public Works- Larry Williams (504-487-0936) lwilliams@kenner.la.us C. Public Works- Bill Duplaisir (504-231-4236) wduplaisir@kenner.la.us D. Waste Water- Cliff Fleming (504-234-2147) cbfleming@kenner.la.us E. Waste Water- Joanne Massony (504-450-1138) jmassony@kenner.la.us F. Waste Water- Hubert Franklin (504-295-7916) hfranklin@kenner.la.us Note: This policy includes any concrete replacement sites by your company scheduled by the Jefferson Parish Water Department as well. Note: Any sites poured without prior inspection of a Public Works or Waste Water Dept. representative may result in site re-pouring if deemed warranted at no cost to the City of Kenner. 20. The successful bidder will be required to provide the City of Kenner with a payment and performance bond in the amount of 50% of contract award to guarantee payment to all sub-contractors and/or suppliers in connection with any and all work to be performed under this contract * * NOTE: I, the undersigned, have read, understand and completed all requirements of this bid form and specifications sheet. ________________________ _______________________ COMPANY NAME AUTHORIZED SIGNATURE ________________________ _______________________ ADDRESS TITLE ________________________ _______________________ CITY, STATE, ZIP DATE ________________________ _______________________ TELEPHONE NUMBER LA STATE LICENSE NUMBER mailto:kmelvin@kenner.la.us mailto:lwilliams@kenner.la.us mailto:wduplaisir@kenner.la.us mailto:cbfleming@kenner.la.us mailto:jmassony@kenner.la.us mailto:hfranklin@kenner.la.us BID BOND FOR ____________________________________________________________________________ Date: ________________ KNOW ALL MEN BY THESE PRESENTS: That of , as Principal, and , as Surety, are held and firmly bound unto the _____________________________________________________ (Obligee), in the full and just sum of five (5%) percent of the total amount of this bid, including all alternates, lawful money of the United States, for payment of which sum, well and truly be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally firmly by these presents. Surety represents that it is listed on the current U. S. Department of the Treasury Financial Management Service list of approved bonding companies as approved for an amount equal to or greater that the amount for which it obligates itself in this instrument or that it is a Louisiana domiciled insurance company with at least an A - rating in the latest printing of the A. M. Best's Key Rating Guide. If surety qualifies by virtue of its Best's listing, the Bond amount may not exceed ten percent of policyholders' surplus as shown in the latest A. M. Best's Key Rating Guide. Surety further represents that it is licensed to do business in the State of Louisiana and that this Bond is signed by surety's agent or attorney-in-fact. This Bid Bond is accompanied by appropriate power of attorney. THE CONDITION OF THIS OBLIGATION IS SUCH that, whereas said Principal is herewith submitting its proposal to the Obligee on a Contract for: ________________________________________________________________________________ NOW, THEREFORE, if the said Contract be awarded to the Principal and the Principal shall, within such time as may be specified, enter into the Contract in writing and give a good and sufficient bond to secure the performance of the terms and conditions of the Contract with surety acceptable to the Obligee, then this obligation shall be void; otherwise this obligation shall become due and payable. PRINCIPAL (BIDDER) SURETY BY: BY: AUTHORIZED OFFICER-OWNER-PARTNER AGENT OR ATTORNEY-IN-FACT(SEAL) CORPORATE RESOLUTION EXCERPT FROM MINUTES OF MEETING OF THE BOARD OF DIRECTORS OF ____________________________________________________________________________________________ AT THE MEETING OF DIRECTORS OF _________________________________INCORPORATED, DULY NOTICED AND HELD ON ________________________, 20____, A QUORUM BEING THERE, PRESENT, ON MOTION DULY MADE AND SECONDED, IT WAS RESOLVED, THAT ______________________________________ BE AND IS HEREBY APPOINTED, CONSTITUTED AND DESIGNATED AS AGENT AND ATTORNEY-IN FACT OF THE CORPORATION WITH FULL POWER AND AUTHORITY TO ACT ON BEHALF OF THIS CORPORATION IN ALL NEGOTIATIONS, BIDDING, CONCERNS AND TRANSACTIONS WITH THE CITY OF KENNER OR ANY OF ITS AGENCIES, DEPARTMENTS, EMPLOYEES OR AGENTS, INCLUDING BUT NOT LIMITED TO, THE EXECUTION OF ALL BIDS, PROPOSALS, PAPERS, DOCUMENTS, AFFIDAVITS, BONDS, SUREITES, CONTRACTS AND ACTS AND TO RECEIVE AND RECEIPT THEREFORE, ALL PURCHASE ORDERS AND NOTICES ISSUED PURSUANT TO THE PROVISIONS ON ANY SUCH BID, PROPOSAL, OR CONTRACT, THIS CORPORATION HEREBY RATIFYING, APPROVING, CONFIRMING AND ACCEPTING EACH AND EVERY SUCH ACT PERFORMED BY SAID AGENT AND ATTORNEY-IN-FACT. I HEREBY CERTIFY THE FOREGOING TO BE A TRUE AND CORRECT COPY OF AN EXERPT OF THE MINUTES OF THE ABOVE DATED MEETING OF THE BOARD OF DIRECTORS OF SAID CORPORATION, AND THE SAME HAS NOT BEEN REVOKED OR RECINDED. __________________________________________________ SECRETARY __________________________________________________ DATE STATEMENT OF NON-COLLUSION As a bidder or proposer to the City of Kenner, I certify that: 1. I have not colluded with any employee or elected or appointed official of the City of Kenner in any way in the preparation or submission of my proposal. 2. No employee or elected or appointed official of the City of Kenner will receive anything of economic value from me or my company, either directly or indirectly, if I am the successful low proposer for the sale to the City of Kenner of materials and labor. This statement shall be considered as on-going for as long as I continue to submit bids or proposals to the City of Kenner. Should it be determined that the statements made herein are false, I understand that I will be ineligible to submit any future bids with the City of Kenner. _____________________________________ ________________________________ COMPANY NAME (PLEASE PRINT) AUTHORIZED SIGNATURE _____________________________________ ________________________________ ADDRESS NAME OF ABOVE (PLEASE PRINT) _____________________________________ ________________________________ CITY, STATE, ZIP CODE TITLE DATE 2/21 Created: 5/4/2021 LA-RS § 38:2212.10(2011) AFFIDAVIT Employment Status Verification STATE OF LOUISIANA PARISH OF JEFFERSON BEFORE ME, the undersigned authority, personally came and appeared, _____________________________, who after being duly sworn, deposed and said that he/she is the fully authorized ________________________ of ___________________________________ (hereinafter referred to as bidder), the party who submitted a bid for______________________, Bid Number ______________________ and said bidder further said: (1) That bidder is registered and participates in a status verification system to verify that all employees in the State of Louisiana are legal citizens of the United States or are legal aliens. (2) That bidder shall continue, during the term of the contract, to utilize a status verification system to verify the legal status of all new employees in the state of Louisiana. (3) That bidder shall require all subcontractors to submit to the bidder a sworn affidavit verifying compliance with statements (1) and (2). _______________________________________ Signature of Affiant SWORN TO AND SUBSCRIBED BEFORE ME ON THIS ________ DAY OF ________________, 20____. _______________________________ NOTARY PUBLIC COK_2013_1 Construction Contractors W Bonds Ins Reqs Page 1 CITY OF KENNER CONSTRUCTION CONTRACTOR CONTRACT INSURANCE AND BOND REQUIREMENTS PLEASE READ INSURANCE REQUIREMENTS CAREFULLY TO ENSURE ALL INSURANCE COSTS ARE INCLUDED IN BID. I. INSURANCE REQUIREMENTS: THE CONTRACTOR IS CAUTIONED TO ASSURE THAT THE TOTAL INSURANCE REQUIREMENTS FOR THE CONTRACT ARE THOROUGHLY REVIEWED, UNDERSTOOD AND MET. THE CITY OF KENNER (HEREIN AFTER REFFERRED TO AS OWNER) THROUGH ITS RISK MANAGEMENT CONSULANT, WILL THOROUGHLY REVIEW THE COMPLETE INSURANCE DOCUMENTATION SUBMITTED. FAILURE TO COMPLY WITH THE TERMS AND CONDITIONS MAY BE GROUNDS FOR REJECTION OF AND/OR REFUSAL TO AWARD A CONTRACT. IF APPLICABLE, SUBCONTRACTORS MUST MEET THESE REQUIREMENTS AS WELL. COVERAGES CANNOT EXCLUDE SERVICES PROVIDED TO CITY OF KENNER. A. GENERAL: The following insurance requirements shall be provided and shall apply on a primary basis; any insurance carried by Owner shall be excess and not contributing insurance. The total limit of insurance must be equal to or greater than the minimum acceptable limits indicated below. Additionally, each line of insurance may have its own set of requirements that must be met. “CLAIMS MADE” POLICIES OF INSURANCE ARE NOT ACCEPTABLE for auto liability, general liability, employers’ liability, and umbrella liability, but are acceptable for professional liability, pollution liability and errors and omissions policies. B. INSURANCE: Insurance obtained and maintained in the name of the Contractor shall contain the following coverages and limits: 1. WORKERS’ COMPENSATION: a. State Act - Louisiana Statutory Requirements; Provide Other States coverage, if applicable; b. Employer’s Liability coverage with minimum acceptable limits of $1,000,000/ $1,000,000/$1,000,000; and c. A Waiver of Subrogation in favor of The City of Kenner, its elected and appointed officials, agents, directors, servants, employees, volunteers, and any other entities who may require waivers by specific contract. COK_2013_1 Construction Contractors W Bonds Ins Reqs Page 2 2. GENERAL LIABILITY: a. Commercial General Liability Form CG 00 01, or pre-approved equivalent; minimal acceptable limits: $1,000,000 per occurrence; $2,000,000 general aggregate; $2,000,000 products/completed operations; b. Coverage to be written on a per project aggregate basis; c. An Additional Insured endorsement in favor of The City of Kenner, its elected and appointed officials, agents, directors, servants, employees and volunteers CG 20 10 Form B (edition 07 04) or approved equivalent; and d. A Waiver of Transfer of Rights of Recovery Against Others to Us in favor of The City of Kenner, its elected and appointed officials, agents, directors, servants, employees, and volunteers. Note: The General Liability policy shall not exclude any standardized coverage included in the required basic form or limit Contractual Coverages for the Work in any way that would prohibit or limit the reporting of any claim or suit and the subsequent defense and indemnity there for which would normally be provided by the policy. The General Liability policy shall include coverage under damage to rented premises. 3. AUTO LIABILITY: a. Minimal acceptable limit $1,000,000 Combined Single Limits for bodily injury and property damage; b. Liability coverage to be provided for Any Auto or All Owned Autos and Hired and Non-owned Autos. If Contractor owns no vehicles, then a Hired and Non-owned Auto Liability policy is required; c. An Additional Insured endorsement in favor of The City of Kenner, its elected and appointed officials, agents, directors, servants, employees, and volunteers; d. A Waiver of Transfer of Rights of Recovery Against Others to Us in favor of The City of Kenner, its elected and appointed officials, agents, directors, servants, employees, and volunteers; and e. If transporting any pollutants, policy to include the Broad Form Transportation Pollution Form CA 99 48, or the most current form available. 4. CONTRACTOR’S POLLUTION, if applicable: If the construction project involves pollutants of any kind, in any manner, including cleanup, this section applies: a. Covering losses caused by pollution conditions that arise from the operations of Contractor; b. Minimum acceptable limits: $1,000,000 per incident; $2,000,000 aggregate; c. Broad Form Named Insured endorsement; d. Fines, penalties and punitive damages to be included; e. Clean up costs to be included; f. Additional Insured endorsement in favor of The City of Kenner, its elected and appointed officials, agents, directors, servants, employees, and volunteers and should stipulate that the insurance afforded Contractor shall be primary insurance and that any insurance carried by the City shall be excess and not contributing insurance; COK_2013_1 Construction Contractors W Bonds Ins Reqs Page 3 g. Waiver of Transfer of Rights of Recovery Against Others to Us in favor of The City of Kenner, its elected and appointed officials, agents, directors, servants, employees, and volunteers; h. If claims-made coverage is accepted, the retroactive date, if any, must precede the commencement of the performance of the contract; and i. Any retrospective date applicable to coverage will be maintained or an extended discovery period will be exercised for a period of three (3) years, beginning when this Contract is completed or terminated. 5. UMBRELLA LIABILITY: a. Minimum acceptable limits: $5,000,000 per occurrence; and b. Follow form of the underlying policies with the following underlying policies scheduled: Employer’s Liability, General Liability, Automobile Liability, and Pollution Liability, if applicable. 6. BUILDER’S RISK, if applicable: If the construction project involves a structure of any kind, this section applies: The Contractor shall purchase and maintain Builder’s Risk insurance upon the entire Work which is the subject of the Contract, at the site, to the full insurable value thereof. The Contractor shall purchase the policy with the Owner as the Named Insured and maintain an “all risk” builder’s risk insurance on the entire Work. If the Contractor has a blanket Builder’s Risk policy, it shall be endorsed to include the Work, with the Owner listed as a Named Insured with regard to the Work. These policies must at a minimum cover for such amount of the Work as is determined by the City of Kenner or its Engineer and/or Architect. This insurance shall include, as Named Insureds, the Contractor, any Subcontractors, any Sub-Subcontractors, and/or any vendors deemed appropriate by the Contractor. The policy shall insure against the perils of fire, flood, and extended coverage and shall include "all risk" insurance for physical damage, including, without duplication of coverage,  theft,  testing as appropriate for the type of project,  debris removal,  damage to any Work-related property stored in the open, resulting from a non- excluded peril, and  vandalism. If not covered under the "all risk" insurance or otherwise provided in the Contract, the Contractor shall effect and maintain similar insurance on portions of the Work stored off the site, when such portions of the Work are to be included in any applications for payment and such procedures have been approved by the Owner. The Builder’s Risk insurance shall be written and provided such that any portions of a building or site vacated by the Owner to accommodate the Work are protected and covered by the terms of the insurance. The insurance shall not be cancelled or permitted to lapse because of such vacancy. COK_2013_1 Construction Contractors W Bonds Ins Reqs Page 4 Coverage is to provide for use and/or occupancy, without qualification, of any and all portions of the Work, or the premises where the Work is being conducted, whether the Work has been accepted by the Owner or not. The policy shall remain in full force and effect until all work has been accepted by the Owner and no repairs, remediation or operations of any type are required from the Contractor, as determined by the Owner. Coverage for Builder’s Risk Soft Costs is to be included. II GENERAL SPECIFICATIONS: A. Contractor’s Liability Insurance: The Contractor shall purchase in its name, and maintain at its sole cost and expense, such liability and other insurance as set out in the insurance requirements of this Document. This insurance will provide coverage for claims and/or suits which may arise out of or result from the Contractor’s performance and furnishing of the Work, whether it is performed by the Contractor, any sub-contractor, partner, supplier, or by anyone directly or indirectly employed by any of them to perform or furnish any of the Work, or by anyone for whose acts any of them may be liable. If applicable, the Contractor shall require all subcontractors to maintain, in limits equal to or greater than Contractor’s, the same insurance coverage for Work performed or materials provided for the Work. Contractor shall insert this requirement in all contracts or agreements with all entities and/or persons who perform any Work under this contract. At no time shall Contractor allow any subcontractors to perform Work without the required types and limits of insurance coverage. In the event of a subcontractor’s non-compliance with this requirement, the Contractor shall be responsible for any damages or liabilities arising from the subcontractors work, actions, or inactions. B. General Requirements: 1. Qualifications of Insurers: a. All insurance required for the Contract is to be purchased and maintained by the Contractor from insurance companies that are duly licensed and authorized by the State of Louisiana to issue insurance policies for the limits and coverages so required. Such insurance companies utilized are to have a minimum rating of A- VI (or the current requirements of the State of Louisiana Public Bid Law (RS: 38:2211- 2296)) as of the most current edition of A.M. Best‘s Key Rating Guide. Any variance must be approved by the Owner. b. If any insurance company providing any insurance coverage furnished by the Contractor is declared bankrupt, becomes insolvent, loses its right to do business in Louisiana, or ceases to meet the requirements of this Document, the Contractor shall, within thirty (30) days thereafter, substitute another insurance company acceptable to the Owner. The Owner reserves the right to mandate cessation of all Work until the receipt of acceptable replacement insurance. COK_2013_1 Construction Contractors W Bonds Ins Reqs Page 5 2. Partnerships and Joint Ventures: If the Contractor is a partnership or joint venture, then the evidence of all primary and excess liability insurance required to be maintained during the term hereunder shall be furnished in the name of the partnership or joint venture. Evidence of continuing primary commercial general liability insurance, which shall remain in effect in the name of the partnership or joint venture, shall also be furnished. 3. Certificates of Insurance/Policies of Insurance: a. The Contractor shall deliver to the Owner Certificates of Insurance, with copies to each additional insured identified in the Contract, evidencing all insurance which the Contractor has purchased and shall maintain in accordance with this Document. It is mandatory that within ten (10) days after the notification of the award of the Contract, the Contractor shall furnish to Owner the required certificates of insurance. b. The Owner may require that any impaired aggregate(s) be replenished in its favor prior to commencement of work and/or during the progress of the Work. c. The Owner reserves the right to request removal of any endorsement(s) that it finds jeopardizes its own insurance portfolio. Failure to reach a compromise may result in contract cancellation or disqualification of bidder. The Owner reserves the right to request certified copies of any policy(s) evidenced by the Certificate(s) of Insurance. The requested certified copies should be provided to the Owner within ten (10) days of the written request. d. Any and all communications regarding the insurance policies shall include the Project name, Project number, Proposal number and Owner’s address as indentified in the Contract. 4. Objection by the Owner: If Owner has any objection to the coverage afforded by, or any other provisions of, the insurance required to be purchased and maintained by the Contractor in accordance with the insurance requirements for the Work on the basis of non-conformance with the Contract, Owner shall notify the Contractor in writing within fifteen (15) days after receipt of the Certificates. The Contractor shall provide a written response to Owner’s objections within ten (10) days from the date of the letter request. 5. The Contractor’s Failure: Upon failure of the Contractor or his subcontractor to purchase, furnish, deliver or maintain such insurance as required herein, at the election of the Owner, the Contract may be forthwith declared suspended, discontinued, or terminated. Failure of the Contractor to purchase and maintain insurance shall not relieve the Contractor from any liability under the Contract, nor shall the insurance requirements be construed to conflict with the obligations of the Contractor concerning indemnification. 6. No Waiver of Liability: Acceptance of evidence of the insurance requirements by the Owner in no way relieves or decreases the liability of the Contractor for the performance of the Work under the Contract. Additionally, the Contractor is responsible for any losses, expenses, damages, claims and/or suits and costs of any kind which exceed the Contractor’s limits of liability or which may be outside the COK_2013_1 Construction Contractors W Bonds Ins Reqs Page 6 coverage scope of the Contractor’s insurance policies. The insurance requirements outlined in this Document shall in no way be construed to limit or eliminate the liability of the Contractor that may arise from the performance of Work under the Contract. The Contractor’s coverage is to be primary for any and all claims and/or suits related to, or arising from, the Work; and any insurance coverage maintained by the Owner is to be deemed as excess of the Contractor’s insurance coverage and shall not contribute with or to it in any way. 7. No Recourse Against the Owner: The insurance companies issuing the policies shall have no recourse against the Owner for payment of any premiums, deductibles, retentions or for assessments under any form or policy. These shall be borne by and be the sole responsibility of the Contractor. . 8. The Owner’s Liability Insurance: In addition to the insurance required to be provided by The Contractor above, the Owner, at its option, may purchase and maintain at Owner’s expense its own liability insurance as will protect the Owner against claims which may arise from operations under the Contract. III. SURETY: All Bonds shall be in the form prescribed by the Contract except as provided otherwise by applicable laws or regulations and shall be executed only by sureties meeting the requirements and qualifications set forth herein. If the surety on any Bond furnished by the Contractor is declared bankrupt, becomes insolvent, loses its right to do business in any state where any part of the Project or Work is located, or ceases to meet the requirements of paragraphs A, B and/or C below, the Contractor shall within ten (10) days thereafter substitute another Bond and surety, both of which shall comply with Paragraphs A, B and/or C. A. Bid Bond / Evidence of Good Faith: The Contractor’s Bid shall be accompanied by a certified check, cashier’s check or bid bond in an amount equal to five percent (5%) of the Contractor’s Bid as an evidence of good faith. If a Bond is used, the surety or insurance company must be currently on the U.S. Department of 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 edition of the A. M. Best’s Key Rating Guide. Any variance must be approved by the Owner. B. Performance and Payment Bonds: The Contractor shall purchase and furnish performance and payment bonds each in an amount at least equal to fifty percent (50%) of the Contract price, including but not limited to, the obligations for actual damages and liquidated damages, in accordance with the provisions in the Contract, regarding delay in completion of the Work within the Contract times, as security for faithful performance and payment of all Contractor’s obligations under the Contract. Contractor shall also furnish such other Bonds as are required by the Contract. COK_2013_1 Construction Contractors W Bonds Ins Reqs Page 7 C. Qualification of Surety – Performance and Payment Bonds: Any surety Bond written for Owner shall be written by a surety or insurance company currently on the U.S. Department of 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 edition of the A. M. Best’s Key Rating Guide to write individual Bonds up to ten percent (10%) of policy holders’ surplus, or by a surety company that complies with the requirements of LSA-R.S. 38:2219. D. Resident Agent Required: No surety will be accepted from a bondsman that does not have a permanent agent or representative in the State of Louisiana upon whom notices referred to in the General Conditions 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, or such other officer as may be concerned. Should the Contractor’s surety, even though approved and accepted by Owner, subsequently remove its agency or representative from the State or terminate its residency or license in the State, or become insolvent, bankrupt, or otherwise fail, the Contractor shall immediately furnish a new Bond from another company approved by the Owner at no additional cost to the Owner. The new Bond shall be executed upon the same terms and conditions as the original Bond. E. Alternative Security: Owner, may, in its discretion accept alternative security pursuant to the requirements set forth in the Louisiana Public Contract Law (LSA-R.S. 38:2211 et seq.) F. Scope of the Bond and Obligation of the Surety: The Contractor’s surety shall obligate itself to all the terms and covenants of the Contract covering the Work to be performed hereunder. The Owner reserves the right to order extra work or to make changes by altering, adding to, or deducting from the Work under the conditions and in the manner herein described without notice to the Contractor’s surety and without, in any manner, affecting the liability of the bondsman or releasing it from any of its obligations hereunder. The Bond shall also secure for the Owner the faithful performance of the Contract in strict accordance with the plans and specifications of the Contract. 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 the Contract and institution of concursus proceedings, if such proceedings become necessary. Likewise, it shall provide that if the Engineer is put to labor or expense by enforcement of the Contract and institution of concursus proceedings or through delinquency or insolvency of the Contract, he shall be equitably paid for such extra expense and services involved. The surety of the Contractor shall be, and does hereby declare and acknowledge itself by acceptance to be, bound to Owner as guarantor jointly and in solido with the Contractor for fulfillment of the foregoing items including, but not limited to any provisions for actual or liquidated damages.

City of Kenner, Louisiana 70062Location

Address: City of Kenner, Louisiana 70062

Country : United StatesState : Louisiana

You may also like

Asphalt Milling and Removal and Diamond Grinding Concrete Services

Due: 16 Jan, 2025 (in 9 months)Agency: Department of Transportation