Furnish and Install Police Vehicle Equipment

expired opportunity(Expired)
From: Kenner(City)
22-6710

Basic Details

started - 04 Jan, 2023 (15 months ago)

Start Date

04 Jan, 2023 (15 months ago)
due - 01 Feb, 2023 (14 months ago)

Due Date

01 Feb, 2023 (14 months ago)
Bid Notification

Type

Bid Notification
22-6710

Identifier

22-6710
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 DECEMBER 28TH, 2022 RE: SEALED BID 22-6710 DEAR BIDDER: ATTACHED PLEASE FIND THE FOLLOWING BID PACKAGE FOR THE CITY OF KENNER CONCERNING: FURNISH AND INSTALL POLICE VEHICLE EQUIPMENT FOR THE KENNER POLICE DEPARTMENT PLEASE REVIEW THE PACKAGE AND ENSURE ALL NECESSARY FORMS ARE SIGNED AND RETURNED PER THE BID CHECK LIST. SHOULD YOU HA VE ANY QUESTIONS REGARDING THE PACKAGE, YOU MAY CONTACT THE FINANCE DEPARTMENT AT: (504) 468-7261, BETWEEN THE HOURS OF 8:30 A.M. AND 4:30 P.M. DAILY, EXCEPT FOR SATURDAYS, SUNDAYS, AND HOLIDAYS. BIDS WILL BE RECEIVED UNTIL THE HOUR OF 10:00 A.M., WEDNESDAY, FEBRUARY 1ST , 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 10:00 A.M. THOSE INTERESTED IN ATTENDING THE ZOOM BID OPENING PLEASE EMAIL
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 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. KENNER POLICE DEPARTMENT BID SPECIFICATIONS The following specifications include the name of a certain brand, make, manufacture, and/or definite specifications, only to denote the quality standard of the product desired and to set forth and convey to prospective bidders the general style, type, character and quality of product desired. Equivalent products will be acceptable. Fifteen (15) Havis, C-VS-0618-INUT Consoles w/ mounting bracket Fifteen (15) Setina, PB400 Push Bumpers Fifteen (15) Go-Rhino, 5700W Window Partition Fifteen (15) Go-Rhino, 5700SCR, Mesh Screen Fifteen (15) Go-Rhino, 570721 Transfer Kit w/ Upper and Lower filler panels and mounting brackets Fifteen (15) Go-Rhino, 5700FIR Lower Extension Kit Fifteen (15) Go-Rhino, 5UF1911 Molded Rear Seat w/ Cargo Barrier Fifteen (15) Weiser, WEI-001 Single Clasp Lock Weapon Mount One-Hundred-Fifty (150) Weiser, WEI-SS Tamper-proof Mounting Screws Fifteen (15) Weiser, WEI-CL-INS Insert for Clasp Locks Fifteen (15) Installation and Labor of aforementioned products into 2023 Ford Interceptor Utility Vehicles DESCRIPTION: Havis, C-VS-0618-INUT Consoles w/ mounting bracket • Heavy Gauge Steel • Black Powder coat finish • OEM USB and Lighter Plug Cutout • Heavy-duty pole mounting holes • Lifetime Warranty Setina PB400 Push Bumper • Custom Sport Utility Design • One Piece Formed Push Rail • High Strength Aircraft Grade Aluminum or Steel • Interlocked Welded Cross Support system • Replaceable Rubber Push Pads • Three-Step Zinc Free, OEM Grade Primer & Powder Coat Finish Go Rhino 5700W Sliding Window Partition • High grade steel construction • Tubular frame with black powder coat finish • Anodized aluminum window frame, half plexiglass, half mesh • High density foam padding • Solid scratch resistant polycarbonate window • Compatible with airbag system Go Rhino 5700SCR Mesh Screen • All steel construction • Powder coated finish Go Rhino 570721 Transfer Kit w/ Upper and Lower Filler Panels and mounting brackets • Heavy Duty steel construction • Powder coated finish Go Rhino 5700FIR Lower Extension Kit • Heavy Duty steel construction • Powder coated finish Go Rhino 5UF1911 Molded Rear Seat w/ Cargo Barrier • Low profile design • Recessed prisoner arm cavity design • Patented Pro-Straint℗ grip handles • Center Belting Restraint System which meets all SAE and FMVSS standards • Heavy Duty Mesh Screen Barrier Weiser Solutions, WEI-00, Single Clasp-Lock Weapon Mount • Single, 6 Channel, 36” Backbone • Rust proof and chip resistant coating finish • Multiple mounting location accessibility • Snap-in channel to help hide wires Weiser Solutions, WEI-SS, tamper-proof screws • Stainless Steel design Weiser Solutions, WEI-CL-INS, Insert for Clasp Lock • Converts clasp-lock into “barrel-lock” • Removeable and Rubberized • Tight Fit to prohibit insert from coming out when weapon removed • Fully compatible with most patrol rifles, pump & semi-auto shotguns, and other specialty police firearms REQIREMENTS OF BIDDER: • Bidder must be an authorized dealer for product • Product must be shipped to the bidder • Product must be installed at the bidder’s place of business • Bidder must be able to install a minimum of two units per day • Bidder must have a fenced, alarmed and protected storage area for any vehicles left on the premises overnight TO: _______________________________ BID FOR: Sealed Bid 22-6710 Furnish and Install Police Vehicle Equipment ___________________________________ _______________________________________________________________ ___________________________________ _______________________________________________________________ (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: REF. NO. QUANTITY: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) 1 15 - DESCRIPTION: REF. NO. QUANTITY: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) 2 15 - DESCRIPTION: REF. NO. QUANTITY: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) 3 15 - DESCRIPTION: REF. NO. QUANTITY: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) 4 15 - DESCRIPTION: REF. NO. QUANTITY: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) 5 15 - DESCRIPTION: REF. NO. QUANTITY: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) 6 15 - DESCRIPTION: REF. NO. QUANTITY: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) 7 15 - DESCRIPTION: REF. NO. QUANTITY: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) 8 15 - DESCRIPTION: REF. NO. QUANTITY: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) 9 150 - DESCRIPTION: REF. NO. QUANTITY: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) 10 15 - DESCRIPTION: REF. NO. QUANTITY: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) 11 15 - Installation and Labor of aforementioned products into 2023 Ford Interceptor Utility Vehicles 󠄀󠄀󠄀󠄀󠄀Base Bid or 󠄀󠄀󠄀󠄀󠄀Alt.# Weiser, WEI-CL-INS Insert for Clasp Locks 󠄀󠄀󠄀󠄀󠄀Base Bid or 󠄀󠄀󠄀󠄀󠄀Alt.# LOUISIANA UNIFORM PUBLIC WORK BID FORM UNIT PRICE FORM Setina, PB400 Push Bumpers 󠄀󠄀󠄀󠄀󠄀Base Bid or 󠄀󠄀󠄀󠄀󠄀Alt.# Go-Rhino, 5700W Window Partition 󠄀󠄀󠄀󠄀󠄀Base Bid or 󠄀󠄀󠄀󠄀󠄀Alt.# Go-Rhino, 5700SCR, Mesh Screen 󠄀󠄀󠄀󠄀󠄀Base Bid or 󠄀󠄀󠄀󠄀󠄀Alt.# Go-Rhino, 570721 Transfer Kit w/ Upper and Lower filler panels and mounting brackets 󠄀󠄀󠄀󠄀󠄀Base Bid or 󠄀󠄀󠄀󠄀󠄀Alt.# Go-Rhino, 5700FIR Lower Extension Kit 󠄀󠄀󠄀󠄀󠄀Base Bid or 󠄀󠄀󠄀󠄀󠄀Alt.# Weiser, WEI-SS Tamper-proof Mounting Screws 󠄀󠄀󠄀󠄀󠄀Base Bid or 󠄀󠄀󠄀󠄀󠄀Alt.# Weiser, WEI-001 Single Clasp Lock Weapon Mount 󠄀󠄀󠄀󠄀󠄀Base Bid or 󠄀󠄀󠄀󠄀󠄀Alt.# Go-Rhino, 5UF1911 Molded Rear Seat w/ Cargo Barrier 󠄀󠄀󠄀󠄀󠄀Base Bid or 󠄀󠄀󠄀󠄀󠄀Alt.# Havis, C-VS-0618-INUT Consoles w/ mounting bracket 󠄀󠄀󠄀󠄀󠄀Base Bid or 󠄀󠄀󠄀󠄀󠄀Alt.# Cok_2013_1 Small Construction Contract Ins Reqs Page 1 CITY OF KENNER SMALL CONTRACTS CONSTRUCTION CONTRACTOR CONTRACT INSURANCE REQUIREMENTS PLEASE READ INSURANCE REQUIREMENTS CAREFULLY TO ENSURE ALL INSURANCE COSTS ARE INCLUDED IN BID. I. INSURANCE REQUIREMENTS: THE CONTRACTOR IS CAUTIONED TO ASSURE THAT THE TOTAL INSURANCE REQUIREMENTS FOR THE CONTRACT ARE THOROUGHLY REVIEWED, UNDERSTOOD AND MET. THE CITY OF KENNER (HEREIN AFTER REFFERRED TO AS OWNER) THROUGH ITS RISK MANAGEMENT CONSULANT, WILL THOROUGHLY REVIEW THE COMPLETE INSURANCE DOCUMENTATION SUBMITTED. FAILURE TO COMPLY WITH THE TERMS AND CONDITIONS MAY BE GROUNDS FOR REJECTION OF AND/OR REFUSAL TO AWARD A CONTRACT. IF APPLICABLE, SUBCONTRACTORS MUST MEET THESE REQUIREMENTS AS WELL. COVERAGES CANNOT EXCLUDE SERVICES PROVIDED TO CITY OF KENNER. A. GENERAL: The following insurance requirements shall be provided and shall apply on a primary basis, any insurance carried by Owner shall be excess and not contributing insurance. The total limit of insurance must be equal to or greater than the minimum acceptable limits indicated below. Additionally, each line of insurance may have its own set of requirements that must be met. “CLAIMS MADE” POLICIES OF INSURANCE ARE NOT ACCEPTABLE for auto liability, general liability, employers’ liability, and umbrella liability, but are acceptable for professional liability, pollution liability and errors and omissions policies. B. INSURANCE: Insurance obtained and maintained in the name of the Contractor shall contain the following coverages and limits: 1. WORKERS’ COMPENSATION: a. State Act - Louisiana Statutory Requirements; b. Employer’s Liability coverage with minimum acceptable limits of $100,000/$300,000/ $100,000; and c. A Waiver of Subrogation in favor of The City of Kenner, its elected and appointed officials, agents, directors, servants, employees, volunteers, and any other entities who may require waivers by specific contract. Norellana Typewritten Text Exhibit A Cok_2013_1 Small Construction Contract Ins Reqs Page 2 2. GENERAL LIABILITY: a. Commercial General Liability Form CG 00 01, or pre-approved equivalent; minimal acceptable limits: $500,000 per occurrence; $500,000 general aggregate; $500,000 products/completed operations aggregate; b. An Additional Insured endorsement in favor of The City of Kenner, its elected and appointed officials, agents, directors, servants, employees and volunteers CG 20 10 Form B (edition 07 04) or approved equivalent; and c. A Waiver of Transfer of Rights of Recovery Against Others to Us in favor of The City of Kenner, its elected and appointed officials, agents, directors, servants, employees, and volunteers. Note: The General Liability policy shall not exclude any standardized coverage included in the required basic form or limit Contractual Coverages for the Work in any way that would prohibit or limit the reporting of any claim or suit and the subsequent defense and indemnity there for which would normally be provided by the policy. The General Liability policy shall include coverage under damage to rented premises. 3. AUTO LIABILITY: a. Minimal acceptable limit: Statutory Limits of $15,000/$30,000/$25,000; b. Liability coverage to be provided for Any Auto or All Owned Autos and Hired and Non-owned Autos. If Contractor owns no vehicles, then a Hired and Non-owned Auto Liability policy is required; c. An Additional Insured endorsement in favor of The City of Kenner, its elected and appointed officials, agents, directors, servants, employees, and volunteers; d. A Waiver of Transfer of Rights of Recovery Against Others to Us in favor of The City of Kenner, its elected and appointed officials, agents, directors, servants, employees, and volunteers; and II GENERAL SPECIFICATIONS: A. 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 subcontractor, partner, supplier, or by anyone directly or indirectly employed by any of them to perform or furnish any of the Work, or by anyone for whose acts any of them may be liable. If applicable, the Contractor shall require all sub-contractors to maintain, in limits equal to or greater than 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. Cok_2013_1 Small Construction Contract Ins Reqs Page 3 B. General Requirements: 1. Qualifications of Insurers: a. All insurance required for the Contract is to be purchased and maintained by the Contractor from insurance companies that are duly licensed and authorized by the State of Louisiana to issue insurance policies for the limits and coverages so required. Such insurance companies utilized are to have a minimum rating of A- VI (or the current requirements of the State of Louisiana Public Bid Law (RS: 38:2211- 2296)) as of the most current edition of A.M. 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. 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. Cok_2013_1 Small Construction Contract Ins Reqs Page 4 4. Objection by the Owner: If Owner has any objection to the coverage afforded by, or any other provisions of, the insurance required to be purchased and maintained by the Contractor in accordance with the insurance requirements for the Work on the basis of non-conformance with the Contract, Owner shall notify the Contractor in writing within fifteen (15) days after receipt of the Certificates. The Contractor shall provide a written response to 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 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. 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) 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 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

City of Kenner, Louisiana 70062Location

Address: City of Kenner, Louisiana 70062

Country : United StatesState : Louisiana

You may also like

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

Due: 02 May, 2024 (in 7 days)Agency: City of Kenner

Bid 41-051424 Police Vehicle Equipment

Due: 14 May, 2024 (in 19 days)Agency: City of High Point

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

Due: 02 May, 2024 (in 7 days)Agency: City of Kenner

Please Sign In to see more like these.

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