Top Banner
Page 1 of 3 Addendum No. 1 CONTRACT DOCUMENTS AND SPECIFICATIONS FOR Kenner Hanson City Sewer Lift Station Improvements for LS 4102 (Airline Drive/Minden) and LS 4103 (Firehouse Road) KENNER, LOUISIANA SEALED BID NO. 15-6280 ************************************************************* ADDENDUM NO. 1 DATE ISSUED: June 19, 2015 BID DATE: June 25, 2015 BID LOCATION: City of Kenner Purchasing Department, 1801 Williams Blvd. Building C, 3 rd Floor, Kenner, LA. 70062 I. SCOPE: This addendum shall be part of the Contract Documents as provided in the Instructions to Bidders. The following items are issued to add to, modify, and clarify the Contract Documents. These items shall have full force and effect as the Contract Documents and the cost involved shall be included in the bid price. Acknowledge receipt of the addendum by inserting its number on the Bid Form (page 11 of the Contract Documents). Failure to do so may subject the bidder to disqualification.
15

CONTRACT DOCUMENTS AND SPECIFICATIONS · b. Tie‐in work and/or bypass pumping will need to be coordinated with the City of Kenner Public Works Department and Veolia.passIf by pumping

Jun 05, 2020

Download

Documents

dariahiddleston
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1: CONTRACT DOCUMENTS AND SPECIFICATIONS · b. Tie‐in work and/or bypass pumping will need to be coordinated with the City of Kenner Public Works Department and Veolia.passIf by pumping

Page 1 of 3 Addendum No. 1

CONTRACT DOCUMENTS AND

SPECIFICATIONS

FOR

Kenner Hanson City Sewer Lift Station Improvements for LS 4102 (Airline Drive/Minden) and LS 4103 (Firehouse Road)

KENNER, LOUISIANA

SEALED BID NO. 15-6280

*************************************************************

ADDENDUM NO. 1

DATE ISSUED: June 19, 2015

BID DATE: June 25, 2015

BID LOCATION: City of Kenner Purchasing Department, 1801

Williams Blvd. Building C, 3rd Floor, Kenner, LA. 70062

I. SCOPE:

This addendum shall be part of the Contract Documents as provided in the Instructions to Bidders. The following items are issued to add to, modify, and clarify the Contract Documents. These items shall have full force and effect as the Contract Documents and the cost involved shall be included in the bid price. Acknowledge receipt of the addendum by inserting its number on the Bid Form (page 11 of the Contract Documents). Failure to do so may subject the bidder to disqualification.

Page 2: CONTRACT DOCUMENTS AND SPECIFICATIONS · b. Tie‐in work and/or bypass pumping will need to be coordinated with the City of Kenner Public Works Department and Veolia.passIf by pumping

Page 2 of 3 Addendum No. 1

This Addendum No. 1 consists of Pages 1 through 3 and Attachment. The Addendum No. 1 will be sent to all interested parties no later than June 19, 2015, via email, and overnight delivery of hard copy.

II. CONTRACT DOCUMENTS AND SPECIFICATIONS A. GENERAL

1. The Engineer’s Opinion of Probable Cost of Construction is $1,050,500, including 10% contingency.

2. The pre-bid conference was held on June 11th, 2015 @ 10:00. The sign-in sheet

(1 page) and pre-bid agenda are attached and hereby made part of this addendum.

3. Questions have also been submitted to the Engineer from the various plan

holders and contractors. The list of the questions and responses are provided in Attachment.

B. SPECIFICATIONS

1. Technical Specification Section 16940, Process Instrumentation and Control (Page 16940-3), delete 1st line “Acceptable Manufacture…Jackson, MS.” of Part 4.01 Motor Control Center.

2. Delete No. 18 under “Information for Bidders” (current page 8) in its entirety and replace with the following:

“18. Award of Contract: Owner shall award a contract to the Bidder who, in Owner's judgment, is the lowest responsive, responsible Bidder. Owner reserves the right to reject any or all Bids, and to reject nonconforming, nonresponsive, or conditional Bids. In evaluating Bids, Owner shall consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, alternatives and unit prices if requested in the Bid Form. Owner may consider the qualifications and experience of Subcontractors and may reject the Bid of any Bidder who does not pass any such evaluation to Owner's satisfaction. The rejection procedure will be in accordance with the Louisiana Public Bid Law, LSA-R.S. 38:2212 et seq. In the event that a bid is awarded, a formal written notice of intent to award will be given to the lowest responsible bidder who had bid according to the contract, plans, and specifications as advertised. The low bidder’s attestation pursuant to LA R.S. 38:2212.10 (“Affidavit Employment Status

Page 3: CONTRACT DOCUMENTS AND SPECIFICATIONS · b. Tie‐in work and/or bypass pumping will need to be coordinated with the City of Kenner Public Works Department and Veolia.passIf by pumping

Page 3 of 3 Addendum No. 1

Verification”), LA R.S. 38:2227 (“Past Criminal Convictions of Bidders”), and LA R. S. 38:2224 (“Non-Collusion Affidavit”) shall be furnished by low bidder within ten (10) days after the bid opening. All other documentation required to be submitted by low bidder, including, but not limited to, a performance bond, labor and materials payment bond, hold harmless agreement, and insurance certificate(s), shall be furnished to Owner prior to contract execution. Should Contractor receive a notice of disapproval and/or deficiency from Owner or Design Professional regarding any of these documents, Contractor will be given seventy-two (72) hours from the date of such notice to correct deficiency. In the event that Contractor fails or refuses to furnish the required certificates, bonds, etc., Owner reserves the right to disqualify said Contractor and award the bid to the next lowest responsive bidder who had bid according to the contract, plans, and specifications as advertised. The date on bond forms shall be left blank for filling in by Owner. The certification date on the power of attorney also shall be left blank for filling in by Owner. Owner shall insert the date on bond forms, and power of attorney, and return copies to Design Professional for review and distribution. If contract is awarded, Owner shall do so within forty-five (45) days of the bid opening, unless the successful Bidder has agreed in writing to hold its bid price for a longer period.”

C. PLANS

No comments received at time of distribution. Note: The following items are attached and hereby made part of this addendum:

a. Supplementary Questions/Responses b. Pre-Bid Conference Sign-In Sheet (1 page) c. Pre-Bid Agenda (pages 1 thru 3) d. Plan Holder List as of June 18, 2015 (1 page) e. Revised Information for Bidders (pages 6 thur 9 of Contract Documents

Guide). Due to revision contract documents has one addition page (1 thru 62)

f. Revised Technical Specification Section 16940, (page 16940-3 )

END

Page 4: CONTRACT DOCUMENTS AND SPECIFICATIONS · b. Tie‐in work and/or bypass pumping will need to be coordinated with the City of Kenner Public Works Department and Veolia.passIf by pumping

Addendum No. 1

Kenner Hanson City Sewer Lift Station Improvements for LS 4102 (Airline Drive/Minden) and LS 4103 (Firehouse Road)

KENNER, LOUISIANA

SEALED BID NO. 15-6280

*************************************************************

ADDENDUM NO. 1

ATTACHMENT

Page 5: CONTRACT DOCUMENTS AND SPECIFICATIONS · b. Tie‐in work and/or bypass pumping will need to be coordinated with the City of Kenner Public Works Department and Veolia.passIf by pumping

Additional Questions - 1 -

Kenner Hanson City Sewer Lift Station Improvements for LS 4102 (Airline Drive/Minden) and LS 4103 (Firehouse Road)

KENNER, LOUISIANA

SEALED BID NO. 15-6280

Additional Questions to the Engineer

1. Supplementary Conditions SC-2.06 Builder’s Risk Insurance. Is Builder’s Risk

Insurance required? No structure is being built, only demolished. Response: No.

2. Are the sanitary sewer pumps for 4103 Firehouse Road required to be explosion proof?

Response: Yes.

Page 6: CONTRACT DOCUMENTS AND SPECIFICATIONS · b. Tie‐in work and/or bypass pumping will need to be coordinated with the City of Kenner Public Works Department and Veolia.passIf by pumping
Page 7: CONTRACT DOCUMENTS AND SPECIFICATIONS · b. Tie‐in work and/or bypass pumping will need to be coordinated with the City of Kenner Public Works Department and Veolia.passIf by pumping

Page 1 of 3  

PRE‐BID CONFERENCE AGENDA 

 

DATE & TIME:  June 11th, 2015 @ 10:00 a.m. – 11:00 a.m. 

PROJECT:  City of Kenner     Sewer Repair Program     Kenner Hanson City Sewer Lift Station Improvements For       LS 4102 (Airline Drive/Minden) and LS 4103 (Firehouse Road)     Sealed Bid No. 15‐6280     A/E Project No. 11‐011‐77  

LOCATION:  City of Kenner Public Works Auditorium     1610 Rev. Richard Wilson Dr.     Kenner, LA 70062  

BID DATE:  All bids are to be submitted on Thursday, June 25, 2015 by 9:45 a.m. to the City of Kenner Purchasing Department, 1801 Williams Blvd. Building C, 3rd Floor, Kenner, LA. 70062.  Bids will be opened and publicly read at 10:00 a.m. in the City of Kenner Purchasing Department. 

   

I. Introduction 

a. Introduction of attendees including the Owner, Project Engineer and their 

representatives  

II. Project Scope 

a. Scope of Work, type of construction, and special features 

The proposed Work consists of modifications to the existing Airline and Minden 

(4102) and Firehouse Road (4103) sewer lift stations.  

b. The project consists of the following: 

Airline and Minden (4102):  The modifications to the existing lift station will include 

the  replacement  of  the  current  self‐priming  motors  and  pumps  with  two  (2) 

submersible  pumps,  the  construction  of  a  pile  supported  slab  for  valves  and 

discharge piping, the rehabilitation of the existing wet well, and the installation of a 

new  control panel  including  a pile  supported  slab,  fence,  and hatch  covers  along 

with a new top slab.  

Firehouse Road (4103):  The modifications to the existing lift station will include the 

removal  and  replacement  of  the  three  (3)  Vertical  Non  Clog  pumps  and motors 

including valves and discharge piping, the rehabilitation of the existing wet well, the 

installation of a new control panel,  removal of  the existing building along with all 

needed slab modifications. 

Page 8: CONTRACT DOCUMENTS AND SPECIFICATIONS · b. Tie‐in work and/or bypass pumping will need to be coordinated with the City of Kenner Public Works Department and Veolia.passIf by pumping

Page 2 of 3  

c. The Contractor is responsible for the layout of the work.  Data for control points for the 

Contractor’s use are included in the drawings. 

d. The  Contractor  is  responsible  for  pre‐construction  videos  and  photos,  as  these  are 

critical due to the proximity of the lift station to other structures. 

e. The Contractor  shall not  drive piles without  a  testing  lab  representative on  site with 

vibration monitoring equipment. 

f. The  Contractor  is  responsible  for  coordination  with  residents  in  the  area  regarding 

access to their homes during construction. 

g. The  Contractor  will  be  responsible  for  obtaining  any  site  required  for  staging  of 

equipment and materials if it is required.  

h. The Contractor will be required to provide as‐built information prior to final closeout.  

III. Review Contract Time of Performance and Liquidated Damages 

a. Contract time is 240 calendar days. 

b. Liquidated damages are 0.1% of the contract amount including change orders per 

calendar day of default, or $500 per day, whichever is greater.  

IV. Procedures for Bidding and Awarding Contract 

a. The bids must be submitted utilizing the bid package provided in the specifications.  The 

bidder must take care to comply with state bid laws 

i. Proposals  received  after  the  time  for  opening  will  be  returned  to  Bidder 

unopened. 

ii. Bids must  be  written  in  ink  or  typed  and  signed  by  a member  of  the  firm 

authorized to sign.  No pencil written or photocopied bids will be accepted. 

iii. Bids shall be submitted on bid form provided  in these Specifications.   Bid shall 

be  submitted  in  a  sealed envelope with  the name of  the Bidder, his  address, 

Name of project and the State License number of the Bidder. 

iv. Evidence of  the  agency,  corporate,  limited  liability or partnership  authority  is 

required  for  submission  of  bid.  Such  fact  shall  be  contained  in  the  bid 

documents  and  proof  shall  be  provided with  the  bid  in  accordance with  the 

provisions of LSA‐R.S 38:2212  (A)(1)(c) or LSA‐R.S. 38:2212 O.   FAILURE TO DO 

SO SHALL RESULT IN BID BEING REJECTED. 

v. Proof  of  insurance  and  certificates  of  insurance  naming  the  city  and  other 

parties  as  required  in  the  Supplementary  Condition  shall  be  supplied  within 

twelve (12) calendar days after receipt of notice of award of the Contract by the 

Owner. 

vi. The amount of the bid guarantee shall be not less than five (5%) percent of the 

amount bid and at the option of the bidder may be a cashier’s check, certified 

check, money order or a satisfactory bid bond  attached to the bid form, unless, 

a project, funded in whole or in part by State and/or Federal Funds, is governed 

by State and/or Federal Regulations or Laws which require a bid guarantee in a 

Page 9: CONTRACT DOCUMENTS AND SPECIFICATIONS · b. Tie‐in work and/or bypass pumping will need to be coordinated with the City of Kenner Public Works Department and Veolia.passIf by pumping

Page 3 of 3  

different amount , in which event the State and/or Federal Regulations or Laws 

shall take precedence.  

V. Coordination with City of Kenner 

a. The  Contractor will  be  required  to  submit  a  traffic  plan  at  least  two weeks  prior  to 

beginning construction for review and approval. 

b. Tie‐in work and/or bypass pumping will need to be coordinated with the City of Kenner 

Public Works Department and Veolia.    If bypass pumping  is  required, a diesel engine 

with sound attenuators with a sound less than 60 decibels may be used, if elected by the 

Contractor. 

c. Contractor is responsible for any permits that may be required including any applicable 

fees.  A building and electrical permit is required.  For more information on permit fees, 

please contact Ms. Billie Gautreaux with Kenner Code Enforcement at (504) 468‐4070. 

d. The City of Kenner cannot provide water for the project.   The Contractor must contact 

Jefferson Parish to obtain water for the project.  

VI. Project Funding 

a. The work under  this project has been  funded by  the Community Development Block 

Grant  (CDBG)  Disaster  Recovery  program.  Please  review  the  contract  documents  for 

CDBG  Compliance  Provisions  including  Section  3  requirements  to  ensure  that 

employment  and  economic  opportunities  be  directed  to  low  and  very  low‐income 

persons and/or subcontractors  in the project area. Details will be discussed at the pre‐

construction meeting. 

b. Davis Bacon Wage Rates have been included in contract documents will be confirmed 10 

days prior  to  the bid opening and  if changed will be  issued under an addendum.   The 

Contractor will have to abide by the Davis Bacon Act provisions. 

c. Weekly certified payrolls shall be submitted with the monthly estimates for Contractors 

and Sub‐Contractors, along with signed wage decision and equal opportunity statement.  

CDBG may check posted regulations requirements, and interview workers at any time.  

VII. Review Procedures for Submittals 

a. Hartman  Engineering,  Inc.  will  review  all  submittals  in  a  timely  manner,  and  will 

maintain adequate staff to provide quick turnaround to all requests.  

VIII. Budget 

a. Engineer’s Opinion of Probable Construction Cost is $ 1,050,500.00.  

IX. Contractor Questions 

a. Questions  concerning  plans  and  specifications  will  be  investigated  and  changes  if 

warranted will be made by addendum. 

Page 10: CONTRACT DOCUMENTS AND SPECIFICATIONS · b. Tie‐in work and/or bypass pumping will need to be coordinated with the City of Kenner Public Works Department and Veolia.passIf by pumping

Kenner Hanson City Sewer Lift Station Improvements for LS 4102 (Airline Drive/Minden) and LS 4103 (Firehouse Road) Hartman Engineering Inc. Project No. 11-011-77-40

Page 1

Plans & Specs Requested By:

http://www.lslbc.louisiana.gov/contractor-search/ (LA) www.msboc.us (MS) Plans &

Specs Set #:

Amount & Payment Method:

LA License Number

CMD Group

30 Technology Parkway South, Suite 500 Norcross, GA 30092 Phone: 630-288-8025 Fax: 303-265-5342 Email: [email protected]

Uploaded Plans&Specs

PLAN ROOM NOT FOR BID – Project ID No. 1002296719

Laney Pizzolato Rivera GEC

3445 N. Causeway Blvd., Suite 401 Metairie, LA 70002 Phone: 504-838-6009 Fax: 504-218-7229 Email: [email protected]

Plans&Specs PROJECT MANAGER NOT FOR BID

Bryan Joseph HEI

527 West Esplanade Avenue, Suite 300 Kenner, LA 70065 Phone: 504-466-5667 Fax: 50-466-6166 Email: [email protected]

Plans&Specs PROJECT ENGINEER NOT FOR BID

Mitchell Contracting, Inc. Karen Booth

545 Southdown Loop Covington, LA 70433 Phone: 985-200-0518 Fax: 985-845-2775 Email: [email protected]

1 $150 Ck # 2470

LA License #58085

5/27/2015

BLD Services, LLC Thomas Behan

2424 Tyler Street Kenner, LA 70062 Phone: 504-466-1344 Fax: 504-602-1158 Email: [email protected]

2 $150 Ck # 8330

LA License #46722

5/29/2015

Hard Rock Construction, LLC Kim Stutts

2305 L & A Road Metairie, LA 70001 Phone: 504-835-1050 Fax: 504-837-0490 Email: [email protected]

3 $150 Ck #

017437

LA License #24901

6/02/2015

Name COMPANY

Address Address Phone: Fax: Email:

4 $150 Ck #

LA License

#

Name COMPANY

Address Address Phone: Fax: Email:

5 $150 Ck #

LA License

#

Name COMPANY

Address Address Phone: Fax: Email:

6 $150 Ck #

LA License

#

Name COMPANY

Address Address Phone: Fax: Email:

7 $150 Ck #

LA License

#

Name COMPANY

Address Address Phone: Fax: Email:

8 $150 Ck #

LA License

#

Page 11: CONTRACT DOCUMENTS AND SPECIFICATIONS · b. Tie‐in work and/or bypass pumping will need to be coordinated with the City of Kenner Public Works Department and Veolia.passIf by pumping

07/31/14 Page 6 of 62 Version 3.4

INFORMATION FOR BIDDERS

1. Receipt and Opening of Bids: The City of Kenner (herein called the "Owner"), invites bids on the form attached hereto. All blanks must be appropriately filled in. Bids will be received by the Owner at the office of Purchasing Department until 9:45 a.m. the 25th day of June, 2015, and then at said office publicly opened and read aloud. The envelopes containing the bids must be sealed, addressed to City of Kenner Purchasing Department at 1801 Williams Blvd., 3rd Floor Building C, Kenner, LA 70062 and designated as bid for Kenner Hanson City Sewer Lift Station Improvements for LS 4102 (Airline Drive/Minden) and LS 4103 (Firehouse Road). The Owner may reject any and all bids for just cause; such actions will be in accordance with Title 38 of the Louisiana Revised Statutes. Any bid may be withdrawn prior to the above scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified shall not be considered. No bidder may withdraw a bid within 45 days after the actual date of the opening thereof except as provided by law.

2. Preparation of Bid: Each bid must be submitted on the prescribed form. All blank spaces for bid prices must be filled in, in ink or typewritten, in both words and figures.

Each bid must be submitted in a sealed envelope bearing on the outside the bidder’s name and address and the name of the project for which the bid is submitted. If forwarded by mail, the sealed envelope containing the bid must be enclosed in another envelope addressed as specified in the bid form.

3. Contractors may obtain and submit bids electronically by visiting www.centralauctionhouse.com. If submitting bid electronically, a bid bond is the only acceptable form of bid security. A cashier’s or certified check will be NOT accepted

4. Subcontractors: The bidder is specifically advised that any person for or other party to whom it is proposed to award a subcontract under this contract must be acceptable to the Owner.

5. Method of Bidding: The Owner invites the following bid(s):

(THIS SECTION MUST BE COMPLETED: UNIT PRICE BID OR LUMP SUM BID)

6. Determination of Unit and Extended Prices: In unit price bids, the total amount bid shall be in the sum of the correct extensions of the unit price bid on each item of work multiplied by the approximate quantity of work shown for the respective item. Each extension shall be carried to one hundredth of a dollar, and the last digit in the extension (or cents’ place) shall not be rounded off.

7. Erasures: The bid submitted must not contain erasures. Any and all interlineations or other corrections shall be suitably authenticated by affixing in the margin immediately opposite the correction the initials of the person or persons signing the bid.

8. Prices: In the event of a discrepancy between the prices quoted in words and those quoted in

figures in the bid, the words shall control. The prices are to include the furnishing of all materials, plant, equipment, tools, and all other facilities, and the performance of all labor and

Page 12: CONTRACT DOCUMENTS AND SPECIFICATIONS · b. Tie‐in work and/or bypass pumping will need to be coordinated with the City of Kenner Public Works Department and Veolia.passIf by pumping

07/31/14 Page 7 of 62 Version 3.4

services necessary or proper for the completion of the work except as may be otherwise expressly provided in the contract documents.

9. Qualifications of Bidder: The Owner may make such investigations deemed necessary to determine the ability of the bidder to perform the work, and the bidder shall furnish to the Owner all such information and data for this purpose as the Owner may request. The Owner reserves the right to reject any bid if the evidence submitted by, or investigation of, such bidder fails to satisfy the Owner that such bidder is responsible and is properly qualified to carry out the obligations of the contract and complete the work contemplated therein. Any conditions placed on a submitted bid shall result in rejection of such bid.

10. Bid Security: Each bid must be accompanied by cashier’s check or certified check of the bidder, or a bid bond, duly executed by the bidder as principal and having as surety thereon a surety company approved by the Owner, in the amount of 5 percent of the bid made payable to the Owner. Such cashier’s checks, certified checks, or bid bonds will be returned to all except the three lowest bidders within three days after the opening of bids, and the remaining cashier’s checks, certified checks, or bid bonds will be returned promptly after the Owner and the accepted bidder have executed the contract, or, if no award has been made within 45 days after the date of the opening of bids, upon demand of the bidder at any time thereafter, so long as he has not been notified of the acceptance of his bid.

Sureties used for obtaining bonds must appear as acceptable on the U.S. Department of the Treasury Circular 570.

11. Liquidated Damages for Failure to Enter into Contract: The successful bidder, upon his failure or refusal to execute and deliver the contract and bonds within 10 days after he receives notice of the acceptance of his bid, shall forfeit to the Owner, as liquidated damages for such failure or refusal, the security deposited with his bid.

12. Time of Completion and Liquidated Damages: Bidder must agree to fully complete the project within 240 consecutive calendar days thereafter. Bidder must agree to pay as liquidated damages the sum of $500.00 or 0.1% of the contract amount including change orders (whichever is greater) for each consecutive calendar day thereafter until acceptance as hereinafter provided.

13. Conditions of Work: Each bidder must inform himself fully of the conditions relating to the construction of the project and the employment of labor thereon. Failure to do so will not relieve a successful bidder of his obligation to furnish all materials and labor necessary to carry out the provisions of his contract. Insofar as possible the contractor, in carrying out the work, must employ such methods or means as will not cause any interruption of or interference with the work of any other contractor.

14. Addenda and Interpretations: No interpretation of the meaning of the plans, specifications or other pre-bid documents will be made to any bidder orally.

Every request for such interpretation should be in writing addressed to Hartman Engineering, Inc., c/o Bryan K. Joseph, at 527 West Esplanade Avenue, Suite 300, Kenner, LA 70065 and to be given consideration must be received at least five (5) days prior to the date fixed for the

Page 13: CONTRACT DOCUMENTS AND SPECIFICATIONS · b. Tie‐in work and/or bypass pumping will need to be coordinated with the City of Kenner Public Works Department and Veolia.passIf by pumping

07/31/14 Page 8 of 62 Version 3.4

opening of bids. Any and all such interpretations and any supplemental instructions will be in the form of written addenda to the specifications which, if issued, will be mailed by certified mail with return receipt requested to all prospective bidders (at the respective addresses furnished for such purposes), not later than three (3) days prior to the date fixed for the opening of bids.

Failure of any bidder to receive any such addendum or interpretation shall not relieve such bidder from any obligation under his bid as submitted. All addenda so issued shall become part of the contract documents.

15. Security for Faithful Performance: Simultaneously with his delivery of the executed contract, the successful bidder shall furnish a surety bond or bonds as security for faithful performance of this contract and for the payment of all persons performing labor on the project under this contract and furnishing materials in connection with this contract. The surety on such bond or bonds shall be a duly authorized surety company satisfactory to the Owner. Only those surety companies currently on the U. S. Department of Treasury Financial Management Services list (Circular 570) of approved bonding companies will be accepted. The agent selling the bond must be currently licensed to do business in Louisiana. This will be verified by the Owner.

The successful bidder will be required to file a performance bond in the total contract amount (100-percent) of the contract price for the full period of the contract and a payment bond in the total amount (100-percent) of the contract price for the full period of the contract.

16. Power of Attorney: Attorneys-in-fact who sign bid bonds or contract bonds must file with each bond a certified and effectively dated copy of their power of attorney.

17. Laws and Regulations: The bidder's attention is directed to the fact that all applicable State laws, municipal ordinances and rules and regulations of authorities having jurisdiction over construction of the project shall apply to the contract throughout, and will be deemed to be included in the contract the same as written herein in full.

18. Award of Contract: Owner shall award a contract to the Bidder who, in Owner's judgment, is the lowest responsive, responsible Bidder. Owner reserves the right to reject any or all Bids, and to reject nonconforming, nonresponsive, or conditional Bids.

In evaluating Bids, Owner shall consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, alternatives and unit prices if requested in the Bid Form. Owner may consider the qualifications and experience of Subcontractors and may reject the Bid of any Bidder who does not pass any such evaluation to Owner's satisfaction. The rejection procedure will be in accordance with the Louisiana Public Bid Law, LSA-R.S. 38:2212 et seq.

In the event that a bid is awarded, a formal written notice of intent to award will be given to the lowest responsible bidder who had bid according to the contract, plans, and specifications as advertised. The low bidder’s attestation pursuant to LA R.S. 38:2212.10 (“Affidavit Employment Status Verification”), LA R.S. 38:2227 (“Past Criminal Convictions of Bidders”), and LA R. S. 38:2224 (“Non-Collusion Affidavit”) shall be furnished by low bidder within ten (10) days after the bid opening. All other documentation required to be submitted by low bidder, including, but

Page 14: CONTRACT DOCUMENTS AND SPECIFICATIONS · b. Tie‐in work and/or bypass pumping will need to be coordinated with the City of Kenner Public Works Department and Veolia.passIf by pumping

07/31/14 Page 9 of 62 Version 3.4

not limited to, a performance bond, labor and materials payment bond, hold harmless agreement, and insurance certificate(s), shall be furnished to Owner prior to contract execution. Should Contractor receive a notice of disapproval and/or deficiency from Owner or Design Professional regarding any of these documents, Contractor will be given seventy-two (72) hours from the date of such notice to correct deficiency. In the event that Contractor fails or refuses to furnish the required certificates, bonds, etc., Owner reserves the right to disqualify said Contractor and award the bid to the next lowest responsive bidder who had bid according to the contract, plans, and specifications as advertised.

The date on bond forms shall be left blank for filling in by Owner. The certification date on the power of attorney also shall be left blank for filling in by Owner.

Owner shall insert the date on bond forms, and power of attorney, and return copies to Design Professional for review and distribution.

If contract is awarded, Owner shall do so within forty-five (45) days of the bid opening, unless the successful Bidder has agreed in writing to hold its bid price for a longer period.

19. Obligation of Bidder: At the time of the opening of bids, each bidder will be presumed to have inspected the site and to have read and to be thoroughly familiar with the plans and contract documents (including all addenda). The failure or omission of any bidder to examine any form, instrument or document shall in no way relieve any bidder from any obligation with respect to his bid.

Page 15: CONTRACT DOCUMENTS AND SPECIFICATIONS · b. Tie‐in work and/or bypass pumping will need to be coordinated with the City of Kenner Public Works Department and Veolia.passIf by pumping

16940-3

A. The services of a qualified representative of the selected Single Source System Supplier

shall be provided to inspect the completed installation, suggest all adjustments necessary to place the system in proper operation, and instruct operating personnel in the care and operation of the equipment furnished. A minimum of two days and two trips start-up service and training operating personnel shall be included. The services shall be furnished by the Contractor as a part of the work included under this section of the specifications.

B. The System Supplier shall show satisfactory evidence that he maintains, a fully equipped

factory organization capable of furnishing adequate service for the equipment furnished, including replacement parts within a 200 mile radius of job site. Suppliers employing outside organizations for "ON CALL" service shall not be considered.

3.02 GENERAL INSTALLATION

A. Installation of instrumentation and controls shall be in strict compliance with the manufacturer's instruction. The locations of these items as shown on the Contract Drawings are approximate only. Exact locations shall be as approved by the Engineer during construction. It is the duty of the Contractor to obtain, in the field, all relevant information required for proper placement of instrumentation and controls. In the case of interference with other work, proceed as instructed by the Engineer and provide all materials and labor required to prevent construction delays.

B. Execution of the installation shall be in full accordance with codes and local rulings. The

Contractor shall be responsible for any expenses that are a result of work performed contrary to said codes and regulations.

C. The System Supplier shall coordinate with the Contractor the installation, the location of

process equipment, and connections of process equipment to related equipment panels, subject to the Engineer's approval. Other equipment being furnished by the General Contractor with electrical controls or instrumentation must be submitted to the System Supplier for approval and coordination with all other control and instrumentation on this project. This engineer will not approve any equipment submittal until this coordination has been accomplished.

PART 4 - MOTOR CONTROL CENTER 4.01 Multi Unit Motor Control Center where and as shown on drawings and as herein specified.

A. Where materials, equipment, apparatus or other products are specified by manufacturer, brand name or type, or catalog number, such designation is to establish standards of desired quality and style and shall be the basis of the bid. Except where noted, it is implied that “or approved equal” follows all specified items. Approval for substitutions will be granted by the Architect/Engineer to the Electrical Contractor only, through the General Contractor. Where two or more designations are listed, choice shall be optional with the Contractor.