AND TECHNICAL SPECIFICATIONS FOR - Kenner, … · CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS...

57
CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS FOR Kenner City Park/Wentwood Skateboard Park/Woodlake Playground Improvements KENNER, LA. MAYOR Michael Sigur COUNCIL Maria C. DeFrancesh, Councilwoman at Large Division A Brian Brennan, Councilman at Large Division B Gregory Carroll, Councilman District 1 Michael G. Sigur, Councilman District 2 Keith M. Reynaud, Councilman District 3 Leonard J. Cline, Councilman District 4 Dominick F. Impastato, III , Councilman District 5 CHIEF OF POLICE Michael J. Glaser Meyer Engineers, LTD. Engineer and Architect 4937 Hearst Street, Suite 1B Metairie, LA 70001 CITY OF KENNR PROJECT # 2014-001H-CIP SEALED BID 16-6345

Transcript of AND TECHNICAL SPECIFICATIONS FOR - Kenner, … · CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS...

CONTRACT DOCUMENTS

AND

TECHNICAL SPECIFICATIONS

FOR

Kenner City Park/Wentwood Skateboard Park/Woodlake Playground Improvements

KENNER, LA.

MAYOR Michael Sigur

COUNCIL

Maria C. DeFrancesh, Councilwoman at Large Division A

Brian Brennan, Councilman at Large Division B Gregory Carroll, Councilman District 1

Michael G. Sigur, Councilman District 2 Keith M. Reynaud, Councilman District 3 Leonard J. Cline, Councilman District 4

Dominick F. Impastato, III , Councilman District 5

CHIEF OF POLICE Michael J. Glaser

Meyer Engineers, LTD. Engineer and Architect

4937 Hearst Street, Suite 1B Metairie, LA 70001

CITY OF KENNR PROJECT # 2014-001H-CIP

SEALED BID 16-6345

1

TABLE OF CONTENTS TABLE OF CONTENTS ..................................................................................................................... 1 to 10 INVITATION TO BID ...................................................................................................................... 11 to 12 INFORMATION AVAILABLE TO BIDDERS…………………………………………...……………..13 INSTRUCTIONS TO BIDDERS ...................................................................................................... 14 to 21 SECTION I. BID FORM ........................................................................................................................................ 22 to 30 BID BOND ................................................................................................................................................. 31 SECTION II. AFFIDAVIT ............................................................................................................................................... 32 CORPORATE RESOLUTION (SAMPLE) ............................................................................................... 33 AGREEMENT ................................................................................................................................... 34 to 37 HOLD HARMLESS AGREEMENT.......................................................................................................... 38 PERFORMANCE BOND .................................................................................................................. 39 to 40 LABOR AND MATERIALS (PAYMENT) BOND ......................................................................... 41 to 42 AFFIDAVIT-EMPLOYMENT STATUS VERIFICATION……………………………………………..43 ATTESTATION CLAUSE OF PAST CRIMINAL CONVICTIONS……………………………………44 SECTION III. SUPPLEMENTARY CONDITIONS ................................................................................................ 45 to 56 GENERAL CONDITIONS……………………………………………………….………... GC-0 to GC-41

2

TABLE OF CONTENTS (continued) SPECIAL PROVISIONS PAGE NUMBER SP.01 STANDARD SPECIFICATIONS ………………………………………………..SP-1 SP.02 INSURANCE AND BOND CONDITIONS ……………………………………..SP-1 SP.03 LABOR PREFERENCE ………………………………………………………….SP-1 SP.04 PREVAILING WAGES …………………………………………………………..SP-1 SP.05 PRE-BID CONFERENCE ………………………………………………………..SP-1 SP.06 PRECONSTRUCTION CONFERENCE …………………………………………SP-1 SP.07 WORK SCHEDULING AND PROGRESS CHARTS …………………………..SP-1 SP.08 TESTING LABORATORY ………………………………………………………SP-2 SP.09 COMMUNICATIONS ……………………………………………………………SP-2 SP.10 EQUAL OR APPROVED EQUAL……………………………………………….SP-2 SP.11 WORKING HOURS ……………………………………………………………...SP-3 SP.12 CONSTRUCTION NOISE …………………………………………………….....SP-3 SP.13 ALIGNMENT, BENCH MARKS, AND CONSTRUCTION

LAYOUT ………………………………………………………………………….SP-3 SP.14 TRAFFIC MAINTENANCE, CONSTRUCTION SIGNING,

TEMPORARY SIGNS AND BARRICADES AND PUBLIC SAFETY……………………………….………………………….SP-4

SP.15 ACCESS TO DRIVEWAYS ……………………………………………………..SP-4 SP.16 CONSTRUCTION NOTIFICATIONS ………………………………………..… SP-4 SP.17 JOBSITE SAFETY ……………………………………………………………….SP-5 SP.18 CLEANING UP …………………………………………………………………..SP-5 SP.19 UNDERGROUND AND OVERHEAD UTILITIES …………………………….SP-5 SP.20 PRIVATE UTILITY RELOCATION…………………………………………….SP-6 SP.21 CONSTRUCTION IN VICINITY OF ENTERGY TRANSMISSION

AND DISTRIBUTION LINES……………………………………………………SP-6

3

TABLE OF CONTENTS (continued) SPECIAL PROVISIONS PAGE NUMBER SP.22 COOPERATION BETWEEN CONTRACTORS ………………………………. SP-6 SP.23 CONSTRUCTION IN VICINITY OF EXISTING STRUCTURES, ROADWAYS

SIDEWALKS/DRIVEWAYS, LANDSCAPING, ETC …………………………………………………………...SP-6

SP.24 DISPOSAL OF CONCRETE, ASPHALT AND UNCLASSIFIED

EXCAVATION …………………………………………………………………...SP-7 SP.25 DRAINAGE ……………………………………………………………………….SP-7 SP.26 CONSTRUCTION IN EXISTING DRAINAGE CANAL ……………………….SP-7 SP.27 EXISTING SOIL CONDITIONS …………………………………………………SP-7 SP.28 PILE DRIVING ……………………………………………………………………SP-7 SP.29 GRASS CUTTING ………………………………………………………………...SP-7 SP.30 HAUL TICKETS …………………………………………………………………..SP-8 SP.31 WORK STOPPAGE DUE TO PUBLICALLY DECLARED

EMERGENCY ……………………………………………………………………..SP-8 SP.32 JOB OFFICES ……………………………………………………………………...SP-8 SP.33 PARTIAL USE OF SITE IMPROVEMENTS ……………………………………..SP-8 SP.34 MEASUREMENT AND PAYMENT ……………………………………………....SP-9 SP.35 CORRECTION OF WORK AFTER FINAL PAYMENT ………………………….SP-9 SP.36 PAYMENTS TO CONTRACTORS …………………………………………….…..SP-9 SP.37 EXTENSION OF TIME ……………………………………………………………..SP-9 SP.38 UTILITY DISRUPTION …………………………………………………………….SP-9 SP.39 INSURERS CLAIMS PROCEDURES ………………………………………………SP-10 SP.40 COPIES OF DRAWINGS FURNISHED…………………………………………….SP-10

4

TABLE OF CONTENTS (continued) SPECIAL PROVISIONS PAGE NUMBER SP.41 PROTECTION OF TREES, PLANTS AND SHRUBBERY ………………..……..SP-10 SP.42 DAMAGED STRUCTURES AND ROADWAY …………………………………..SP-10 SP.43 DISPOSAL OF MATERIAL CLASSIFIED AS DRAINAGE

EXCAVATION ...........................................................................................................SP-10 SP.44 DAILY REPORT ……………………………………………………………………SP-10 SP.45 VIBRATIONS DUE TO CONSTRUCTION ACTIVITIES ………………………..SP-11 SP.46 INCLEMENT WEATHER DAYS ………………………………………………….SP-11 SP.47 EXISTING UTILITY POLES ………………………………………………………SP-12 SP.48 SITE SURVEY ……………………………………………………………………...SP-12 SP.49 TREATMENT OF BOLTS TO PREVENT REMOVAL

OF NUT AND WASHER …………………………………………………………..SP-13 SP.50 WORK FORCE …………………………………………………………………..…SP-13 SP.51 WATER SUPPLY …………………………………………………………………...SP-13 SP.52 FIELD OFFICE FACILITIES ………………………………………………………SP-14 SP.53 SHEETING, BRACING AND FALSEWORK …………………………………….SP-14 SP.54 ELECTRICAL WORK ……………………………………………………………..SP-14 SP.55 CONTRACT TIME …………………………………………………………………SP-14 SP.56 ELECTRICAL POWER AND WATER SUPPLY …………………………………SP-15 TECHNICAL SPECIFICATIONS SECTION 201 CLEARING AND GRUBBING .......................................................... 201-1 SECTION 202 REMOVAL OF STRUCTURES AND OBSTRUCTIONS ................ 202-1 SECTION 203 EXCAVATION AND EMBANKMENT .............................. 203-1 to 203-2 SECTION 204 TEMPORARY EROSION CONTROL ................................ 204-1 to 204-2 SECTION 302 CLASS II BASE COURSE ................................................................. 302-1 SECTION 401 AGGREGATE SURFACE COURSE ................................................. 401-1

5

SECTION 501 ASPHALTIC CONCRETE MIXTURES ............................................ 501-1 SECTION 701 CULVERTS AND STORM DRAINS .................................701-1 TO 701-2 SECTION 702 MANHOLES, JUNCTION BOXES, CATCH BASINS AND END TREATMENTS ................................................................................... 702-1 SECTION 705 FENCES ............................................................................................... 705-1 SECTION 706 CONCRETE WALKS, DRIVES & INCIDENTAL PAVING .......... 706-1 SECTION 707 CURBS AND GUTTERS .................................................................... 707-1 SECTION 713 TEMPORARY SIGNS, BARRICADES AND PAVEMENT MARKINGS

.............................................................................................................. 713-1 SECTION 714 SLAB SODDING ............................................................................... 714-1 SECTION 715 TOPSOIL ............................................................................................. 715-1 SECTION 717 SEEDING ............................................................................................ 717-1 SECTION 717 FERTILIZED AND AGRICULTURAL LIME .................................. 718-1 SECTION 719 LANDSCAPING ................................................................... 719-1 to 719-7 SECTION 727 MOBILIZATION ................................................................................ 727-1 SECTION 728 JACK AND BORED PIPE .................................................................. 728-1 SECTION 729 TRAFFIC SIGNS AND DEVICES ..................................................... 729-1 SECTION 730 ELECTRICAL SYSTEMS .................................................................. 730-1 SECTION 737 PAINTED PAVEMENT STRIPING ................................................... 737-1 SECTION 740 CONSTRUCTION LAYOUT ............................................................. 740-1 SECTION 741M WATER DISTRIBUTION SYSTEM........................... 741M-1 to 741M-12 SECTION 742M SANITARY SEWER SYSTEM ..................................... 742M-1 to 742M-7 SECTION S-001 STORAGE SHED ............................................................................. S-001-1 SECTION S-002 CONCESSION STAND ................................................................... S-002-1

6

SECTION S-003 SKATE PARK .................................................................................. S-003-1 SECTION S-004 INCIDENTAL CONCRETE WORK ............................................... S-004-1 SECTION S-005 INTERLOCKING CONCRETE PAVERS .................. S-005-1 to S-005-10 SECTION S-006 RED CLAY ..................................................................... S-006-1 to S-006-5 SECTION S-007 HELICAL PILE SPECIFICATIONS ............................. S-007-1 to S-007-8 SECTION S-008 TRENCH DRAIN ........................................................... S-008-1 to S-008-2 APPENDIX A SECTION 00001 TABLE OF CONTENTS ............................................... 00001-1 to 00001-4 SECTION 01010 SUMMARY OF WORK................................................ 01010-1 to 01010-4 SECTION 01012 REQUESTS FOR CLARIFICATIONS OR INTERPRETATION . 01012-1 SECTION 01020 CASH ALLOWANCES .................................................................. 01020-1 SECTION 01027 APPLICATIONS FOR PAYMENT .............................. 01027-1 to 01027-2 SECTION 01041 PROJECT COORDINATION ....................................... 01041-1 to 01041-2 SECTION 01045 CUTTING AND PATCHING ....................................... 01045-1 to 01045-3 SECTION 01090 REFERENCE STANDARDS .......................................................... 01090-1 SECTION 01200 PROJECT MEETINGS ................................................. 01200-1 to 01200-2 SECTION 01300 SUBMITTALS .............................................................. 01300-1 to 01300-2 SECTION 01340 SHOP DRAWINGS, PROJECT DATA, AND SAMPLES .......................... ........................................................................................ 01340-1 to 01340-4 SECTION 01410 TESTING LABORATORY SERVICES ....................... 01410-1 to 01410-2 SECTION 01500 TEMPORARY FACILITIES......................................... 01500-1 to 01500-3 SECTION 01510 TEMPORARY UTILITIES ........................................... 01510-1 to 01510-2 SECTION 01530 TEMPORARY FENCING .............................................................. 01530-1 SECTION 01580 JOB SIGN ...................................................................... 01580-1 to 01580-2

7

SECTION 01601 MATERIAL AND EQUIPMENT ................................. 01601-1 to 01601-4 SECTION 01635 SUBSTITUTION PROCEDURES ................................ 01635-1 to 01635-5 SECTION 01700 CONTRACT CLOSEOUT ............................................ 01700-1 to 01700-3 SECTION 01710 CLEANING ................................................................... 01710-1 to 01710-2 SECTION 01720 PROJECT RECORD DOCUMENTS ........................... 01720-1 to 01720-2 SECTION 01730 OPERATING AND MAINTENANCE DATA ............. 01730-1 to 01730-4 SECTION 01740 WARRANTIES AND BONDS ..................................... 01740-1 to 01740-2 SECTION 02051 SITE DEMOLITION ..................................................... 02051-1 to 02051-3 SECTION 02070 MINOR DEMOLITION ................................................ 02070-1 to 02070-3 SECTION 02111 CLEARING AND GRUBBING .................................... 02111-1 to 02111-2 SECTION 02220 EXCAVATING, BACKFILLING, AND COMPACTING FOR

STRUCTURES AND MINOR UTILITIES AND PAVING ........................ ........................................................................................ 02220-1 to 02220-9 SECTION 02221 EXCAVATING, BACKFILLING, AND COMPACTING FOR

STRUCTURES .............................................................. 02221-1 to 02221-8 SECTION 02282 SOIL TREATMENT – TERMITE CONTROL ............ 02282-1 to 02282-2 SECTION 02366 WOOD PILES (CLASS B) ............................................ 02366-1 to 02366-3 SECTION 02367 WOOD PILES (ANSI CLASS 5 AND 9) ..................... 02367-1 to 02367-3 SECTION 02830 CHAIN LINK FENCING .............................................. 02830-1 to 02830-2 SECTION 03100 CONCRETE FORMWORK .......................................... 03100-1 to 03100-4 SECTION 03200 CONCRETE REINFORCEMENT ................................ 03200-1 to 03200-3 SECTION 03250 CONCRETE ACCESSORIES ....................................... 03250-1 to 03250-2 SECTION 03300 CAST-IN-PLACE CONCRETE .................................... 03300-1 to 03300-8 SECTION 03395 SEALED CONCRETE FLOORS .................................. 03395-1 to 03395-4 SECTION 03396 URETHANE FLOOR COATING ................................. 03396-1 to 03396-4

8

SECTION 03486 SPLASH BLOCKS .......................................................................... 03486-1 SECTION 03600 GROUT ............................................................................................ 03600-1 SECTION 04100 MASONRY MORTAR ................................................. 04100-1 to 04100-3 SECTION 04150 MASONRY ACCESSORIES ........................................ 04150-1 to 04150-2 SECTION 04221 CONCRETE UNIT MASONRY ................................... 04221-1 to 04221-3 SECTION 05501 MISCELLANEOUS METAL ....................................... 05501-1 to 05501-5 SECTION 05541 CAST IRON DOWNSPOUT LEADERS ..................... 05541-1 to 05541-2 SECTION 06112 WOOD FRAMING AND ROUGH CARPENTRY ...... 06112-1 to 06112-4 SECTION 06200 FINISH CARPENTRY .................................................. 06200-1 to 06200-2 SECTION 06400 ARCHITECTURAL CUSTOM CASEWORK ........... 06400-1 to 06400-10 SECTION 07160 PORTLAND CEMENT BASED COATING ................ 07160-1 to 07160-6 SECTION 07190 UNDER SLAB VAPOR BARRIER ................................................ 07190-1 SECTION 07213 BATT INSULATION .................................................... 07213-1 to 07213-2 SECTION 07225 WEATHER BARRIERS ............................................... 07225-1 to 07225-7 SECTION 07312 FIBERGLASS SHINGLES ........................................... 07312-1 to 07312-3 SECTION 07463 SIDING-FIBER-CEMENT............................................ 07463-1 to 07463-2 SECTION 07600 FLASHING AND SHEET METAL .............................. 07600-1 to 07600-2 SECTION 07631 GUTTERS...................................................................... 07631-1 to 07631-3 SECTION 07632 DOWNSPOUTS ............................................................ 07632-1 to 07632-3 SECTION 07920A SEALANTS AND CAULKING.............................. 07920A-1 to 07920A-3 SECTION 08110 STEEL DOORS AND FRAMES .................................. 08110-1 to 08110-5 SECTION 08210 WOOD DOORS............................................................. 08210-1 to 08210-5 SECTION 08305 ASSESS DOORS (PLUMBING) .................................. 08305-1 to 08305-2 SECTION 08332 OVERHEAD COILING DOORS (CHAIN OPERATED) 08332-1 to 08332-3

9

SECTION 08345 ROLLING COUNTER SHUTTER ............................... 08345-1 to 08345-3 SECTION 08521 ALUMINUM WINDOWS (SLIDING SERVING) ...... 08521-1 to 08521-2 SECTION 08710 FINISH HARDWARE................................................... 08710-1 to 08710-3 SECTION 08800 GLAZING ...................................................................... 08800-1 to 08800-4 SECTION 09250 GYPSUM BOARD ........................................................ 09250-1 to 09250-5 SECTION 09678 RESILIENT BASE AND ACCESSORIES ................... 09678-1 to 09678-2 SECTION 09910A EXTERIOR PAINTING .......................................... 09910A-1 to 09910A-6 SECTION 09920A INTERIOR PAINTING ........................................... 09920A-1 to 09920A-7 SECTION 10170 SOLID PHENOLIC PLASTIC TOILET PARTITIONS, SHOWER

DIVIDERS, AND DRESSING COMPARTMENTS .... 10170-1 to 10170-4 SECTION 10201 LARGE MISSLE IMPACT RESISTANT LOUVERS . 10201-1 to 10201-2 SECTION 10420 PLAQUES...................................................................... 10420-1 to 10420-2 SECTION 10440 IDENTIFYING DEVICES (INTERIOR SIGNS) ......... 10440-1 to 10440-3 SECTION 10522 FIRE EXTINGUISHERS .............................................. 10522-1 to 10522-2 SECTION 10524 FIRE EXTINGUISHER CABINETS AND ACCESSORIES – SEMI-

RECESSED.................................................................... 10524-1 to 10524-2 SECTION 10800 TOILET AND BATH ACCESSORIES ........................ 10800-1 to 10800-3 SECTION 10830 METAL FRAMED MIRROR ....................................... 10830-1 to 10830-2 SECTION 13120 PRE-ENGINEERED STRUCTURES ......................... 13120-1 to 13120-10 SECTION 15050 COMMON WORK RESULTS FOR PLUMBING ....... 15050-1 to 15050-2 SECTION 15080 PIPING INSULATION ................................................. 15080-1 to 15080-5 SECTION 15080 MECHANICAL INSULATION .................................... 15080-1 to 15080-4 SECTION 15100 BUILDING SERVICES PIPING .................................. 15100-1 to 15100-6 SECTION 15150 SANITARY WASTE AND VENT PIPING ................. 15150-1 to 15150-3

10

SECTION 15730 SPLIT SYSTEM AIR CONDITIONING UNITS ......... 15730-1 to 15730-6 SECTION 15800 AIR DISTRIBUTION .................................................... 15800-1 to 15800-7 SECTION 15950 DUCT TESTING, ADJUSTING AND BALANCING . 15950-1 to 15950-3 SECTION 16010 ELECTRICAL GENERAL REQUIREMENTS ............ 16010-1 to 16010-3 SECTION 16020 ELECTRICAL COORDINATION ............................... 16020-1 to 16020-8 SECTION 16110 RACEWAYS ................................................................. 16110-1 to 16110-6 SECTION 16120 WIRES AND CABLES ................................................. 16120-1 to 16120-4 SECTION 16135 ELECTRICAL BOXES AND FITTINGS ..................... 16135-1 to 16135-4 SECTION 16143 WIRING DEVICES ....................................................... 16143-1 to 16143-4 SECTION 16170 DISCONNECT SWITCHES ......................................... 16170-1 to 16170-2 SECTION 16450 GROUNDING ............................................................... 16450-1 to 16450-4 SECTION 16470 PANELBOARDS .......................................................... 16470-1 to 16470-6 SECTION 16510 LIGHTING .................................................................... 16510-1 to 16510-6 SECTION 16600 TELEPHONE AND DATA ............................................................. 16600-1 APPENDIX B-1 WENTWOOD SKATE PARK TECHNICAL SPECIFICATIONS SECTION 02 41 00 SITE DEMOLITION ................................................................................................ 3 Pages SECTION 03 11 00 CONCRETE FORMWORK (SKATE PARK) ......................................................... 4 Pages SECTION 03 20 00 CONCRETE REINFORCEMENT (SKATE PARK) ............................................... 3 Pages SECTION 03 30 00 CAST-IN-PLACE CONCRETE (SKATE PARK) ................................................... 8 Pages SECTION 03 37 00 SHOTCRETE (SKATE PARK) ............................................................................... 9 Pages SECTION 03 39 00 CONCRETE CURING (SKATE PARK) ................................................................. 3 Pages SECTION 05 50 00 METAL FABRICATIONS (SKATE PARK) ........................................................... 6 Pages SECTION 09 91 00 PAINTING (SKATE PARK) ................................................................................... 7 Pages SECTION 31 23 13 SUB-GRADE PREPARATION (SKATE PARK) ................................................... 2 Pages SECTION 31 30 00 EARTHWORK (SKATE PARK) ............................................................................. 7 Pages APPENDIX C GEOTECHNICAL REPORT

11

INVITATION TO BID The City of Kenner will receive sealed bids for the Kenner City Park/Wentwood Skateboard Park/Woodlake Playground Improvements. The work generally consist of the following: Improvements to three (3) recreational parks located in Kenner, Louisiana Sealed Bids will be received by the City of Kenner in the Purchasing Department, 1801 Williams Blvd. Building C, Fourth Floor, Kenner, Louisiana 70062 until 9:45 a.m. on May 10, 2016. Bids will not be accepted after this time. All interested parties are invited to attend the bid opening on the same day at 10:00 a.m. in the Purchasing Conference Room, 1801 Williams Boulevard, Building C, 3rd Floor, Kenner, Louisiana, at which time they will be publicly read. There will be a pre-bid meeting on April 27, 2016 at 10:30 a.m. Kenner City Park (Rear Plaza) which is located at 3800 Loyola Drive, Kenner, LA 70065. All interested parties are invited to attend. 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. Copies of Bidding Documents and Contract Documents for review or for use in preparing bids may be obtained from the Consulting Design Professionals, Meyer Engineers, LTD. located at 4937 Hearst Street, Suite 1B, Metairie, LA 70001 upon deposit of $150.00 for each set of documents or $25.00 for each set of electronic bidding documents (this fee is non-refundable). Deposits on the first set of documents furnished bona fide prime bidders will be fully refunded upon return of the documents in good condition no later than ten days after receipt of bid. Said refunds will only be made for a complete set of documents if it is returned in good condition and returned within 10 days following bid opening. Partial sets of documents will not be issued. Any bidder to whom a contract is awarded shall certify that he holds an active license 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 and above. In the case of an electronic bid proposal, a contractor may submit an authentic digital signature on the electronic bid proposal accompanied by the contractor’s license number in order to meet the requirements of LSA-R.S. 37:2163. 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. In accordance with LA R.S. 38:2212 and Louisiana Administrative Code 34:III.Chapter 3 §307, bid submission shall conform to those requirements state on the Louisiana Uniform Public Work Bid Form. Additionally, as evidence of good faith, each bidder must attach bid security in the amount of five percent (5%) of the contract price. Acceptable forms of bid security include: a bid bond in favor of City of Kenner; certified check payable to City of Kenner; or a cashier’s

12

check payable to City of Kenner. However, for bids submitted electronically, a bid bond is the only acceptable form of bid security. If someone other than a 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(B)5 . 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 the 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. Bids will be received on a total bid price basis. If a contract for work is to be awarded, it will be awarded to the lowest responsive bidder who had bid according to the contract, plans, and specifications as advertised. Determination of the lowest bid shall be on the basis of the sum of the base bid and any alternates accepted by the Owner, subject to the Owner’s and the Design Professional’s evaluation of the corresponding bid form and the provision of the Louisiana Public Contracts Law (LA R.S. 38:2181 et seq.). The Work is to commence within 10 days after the Notice to Proceed. Completionof the Work is required within 240 consecutive calendar days following the Date of Contract as stated in the Notice to Proceed. The bid prices shall include all such taxes and the costs of all required permits, insurance and bonds, if any. No Bid may be withdrawn within a period of 45 days after the date fixed for opening bids for this project. For just cause, the City of Kenner reserves the right to reject any and all Bids.

CITY OF KENNER

Sealed Bid No. 16-6345

/s/Theresa L. Nevels Purchasing Director

Advertisement: The Times Picayune Publishing Dates: April 13, 20 and 27

13

INFORMATION AVAILABLE TO BIDDERS Geotechnical Report is included as Appendix C. END OF SECTION

14

INSTRUCTIONS TO BIDDERS - LIST OF SUBJECTS B-1 CROSS REFERENCE TO PRIMARY STATEMENTS B-2 QUALIFICATION OF BIDDERS B-3 LOUISIANA LICENSE REQUIREMENTS B-4 FAMILIARIZATION WITH THE WORK B-4.01. Site Conditions B-5 INTERPRETATIONS B-6 TAXES AND PERMITS B-7 BID SECURITY B-8 RETURN OF BID SECURITY B-9 CONTRACT TIME B-10 SUBCONTRACTORS B-10.01. Suppliers B-11 BIDS B-11.01. Bid Form B-11.02. Bid Pricing B-11.03. Electronic and Manual Submission of Bids B-11.04. Special Requirements for Manual Submission of Bids B-11.05 Modification and Withdrawal of Bids B-11.06. Bids to Remain Open B-12 AWARD OF CONTRACT B-13 EXECUTION OF AGREEMENT B-14 COPIES OF CONTRACT DOCUMENTS B-15 LOCAL MATERIALS AND FIRMS B-16 WORK SCHEDULING B-17 WORK ON PRIVATE PROPERTY B-18 USE OF POTABLE WATER B-19 PERFORMANCE AND PAYMENT BONDS B-1 CROSS REFERENCE TO PRIMARY STATEMENTS. Definitions, requirements, and limitations affecting the bidding are contained in the various contract documents, and are not necessarily repeated in these instructions. The following is a partial list of applicable provisions and their locations:

Availability of Land General Conditions and Division 1 Bonds and Insurance General and Supplemental Conditions Definitions General and Supplemental Conditions Detailed Description of the Work Division 1 Liquidated Damages Agreement Laws and Regulations General and Supplemental Conditions Retainage Agreement and Supplemental Conditions Subsurface Investigations General and Supplemental Conditions

15

B-2 QUALIFICATIONS OF BIDDERS. Bidders may be required to submit evidence that they have a practical knowledge of the particular Work bid upon, and that they have the financial resources to complete the proposed Work. In determining the Bidder's qualifications, the following factors will be considered: Work previously completed by the Bidder and whether the Bidder (a) maintains a permanent place of business, (b) has adequate plant and equipment to do the Work properly and expeditiously, (c) has the financial resources to meet all obligations incidental to the Work, and (d) has appropriate technical experience. Each Bidder may be required to show that former work has been handled and that no just claims are pending against such work. No Bid will be accepted from a Bidder who is engaged in any work, which would impair the Bidder's ability to perform or financially manage this Work. B-3 LOUISIANA LICENSE REQUIREMENTS. State regulations require that any prospective Bidder on construction contracts of $50,000.00 or greater obtain a Louisiana Contractor's License prior to either acquiring bidding documents or submitting a bid. Each prospective Bidder shall produce evidence that the Bidder possesses the proper Louisiana Contractor's License before the Bidder will be allowed to acquire copies of bidding documents, all in accordance with LSA-R.S.38:2212 (A)(1)(e). Any bidder to whom a contract is awarded shall certify that he holds an active license 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 and above. In the case of an electronic bid proposal, a contractor may submit an authentic digital signature on the electronic bid proposal accompanied by the contractor’s license number in order to meet the requirements of LSA-R.S. 37:2163. 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. B-4 FAMILIARIZATION WITH THE WORK. Before submitting a Bid, each prospective Bidder shall become familiar with the Work, the site where the Work is to be performed, local labor conditions and all laws, regulations and other factors affecting performance of the Work. The Bidder shall carefully correlate its observations with requirements of the Contract Documents and otherwise become satisfied with the expense and difficulties attending performance of the Work. The submission of a Bid will constitute a representation of compliance by the Bidder. There will be no subsequent financial adjustment for lack of such familiarization.

16

B-4.01. Site Conditions. Each Bidder shall visit the site of the Work and become completely informed relative to construction hazards and procedure, the availability of lands, the character and quantity of surface and subsurface materials, utilities to be encountered, the arrangement and condition of existing structures and facilities, the procedure necessary for maintenance or uninterrupted operation of existing facilities, the character of construction equipment and facilities needed for performance of the Work, and facilities for transportation, handling, and storage of materials and equipment. All such factors shall be properly investigated and considered in the preparation of the Bid.

B-5. INTERPRETATIONS. All questions about the meaning or intent of the Contract Documents shall be submitted to Design Professional in writing. Replies will be issued by Addenda mailed or delivered to all parties recorded by Design Professional as having received the bidding documents. Addenda will be issued at least three (3) days (excluding weekends and holidays) prior to the time stated for opening bids. Questions received less than ten (10) working days prior to the date for opening of bids will not be answered. Only answers furnished by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. B-6. TAXES AND PERMITS. Attention is directed to the requirements of the General and Supplementary Conditions regarding payment of taxes and obtaining permits. All taxes that are lawfully assessed against Owner or Contractor in connection with the Work shall be paid by the Contractor. The bid prices shall include all such taxes and the costs of all required permits. B-7. BID SECURITY. The amount of bid security is as stated in the Invitation to Bid. The required security must be in the form of a certified or bank cashier’s check or bid bond. 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. If bid bond is used, then it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A- rating in the latest printing of the A.M. Best's Key Rating Guide to write individual bonds up to ten percent of policyholders' surplus as shown in the A.M. Best's Key Rating Guide or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid security shall be made payable without condition to City of Kenner, Louisiana, the Owner. The bid security may be retained by and shall be forfeited to the Owner as liquidated damages if the Bid is accepted and a contract based thereon is awarded and the Bidder should fail to enter into a contract in the form prescribed, with legally responsible sureties, within thirty (30) days after such award is made by Owner. For the bidder’s convenience, a bid bond form has been provided.

17

B-8 RETURN OF BID SECURITY. The bid security of the successful Bidder will be retained until execution of the Agreement and furnishing of the required Contract Security, whereupon checks furnished as bid security will be returned; if the successful Bidder fails to execute and deliver the Agreement and furnish the required Contract Security within thirty (30) days of the Notice of Award, Owner may annul the Notice of Award and the bid security of that Bidder will be forfeited. The bid security of any Bidder whom Owner believes to have a reasonable chance of receiving the award shall be returned upon execution of Agreement. B-9. CONTRACT TIME. The Contract Time is an essential part of the contract and it will be necessary for each Bidder to satisfy Owner of its ability to complete the Work within the time set forth in this Bid Specification. Provisions for delays, liquidated damages, and extensions of time are set forth in the General and Supplementary Conditions. B-10. SUBCONTRACTORS. Within seven (7) days after Bids are opened, the apparent low Bidder, and any other Bidder so requested, shall submit a list of all Subcontractors expected to be used in the Work. The use of Subcontractors listed by the Bidder and accepted by Owner prior to the Notice of Award will be required in the performance of the Work.

B-10.01. Suppliers. The list of subcontractors shall also include the suppliers and manufacturers of principal items of materials and equipment the Bidder expects to use in the work unless such suppliers or manufacturers are named in the bid.

B-11. BIDS.

B-11.01. Bid Form. A separate copy of the Bid Form is provided for purposes of submitting a bid. Bid Form must be completed in ink or typewritten. Bids by corporations must be executed in the corporate name by the appropriate corporate officer. If someone other than a 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 LSA R.S. 38:2212(A)(1)(c) or R.S. 38:2212(O). When requested by Owner, evidence of the authority of the person signing shall be furnished.

A bid price shall be indicated for each lump sum item and/or unit price item listed therein. Bids received without all items completed may be considered non-responsive.

The Bid shall contain an acknowledgment of receipt of all Addenda, the numbers and dates of which shall be filled in on the Bid Form. No alterations in Bids, or in the printed forms therefore, by erasures, interpolations, or otherwise will be acceptable unless each such alteration is signed or initialed by the Bidder. If initialed, Owner may require the Bidder to identify any alteration so initialed.

18

B-11.02. Bid Pricing. The Bidder shall complete the schedule of all unit and lump sum prices included in the Bid Form and shall accept all fixed unit prices listed therein. The total Bid will be determined as the sum of the products of the estimated quantity of each item and the unit price bid. The final Contract Price will be subject to adjustment according to final measured, used, or delivered quantities as provided in Division 1, and the unit prices in the bid will apply to such final quantities except that unit prices will be subject to change by Change Order if quantities vary more than twenty-five percent (25%).

By completing the bid form, vendor is acknowledging any and all insurance requirements attached hereto this bid and has factored such costs into total bid price.

B-11.03. Electronic and Manual Submission of Bids. The Bidder is only required to submit the forms as stated in Section B-11.01 BID FORM. Other documentation required shall be furnished by the low bidder at a later date, in accordance with the timetable in Section B-12 (Award of Contract) and B-13 (Execution of Agreement).

Bidder shall assume full responsibility for timely delivery for receipt of bids.

Oral, telephone, or telegraph Bids are invalid and will not receive consideration.

No Bidder may submit more than one Bid. Multiple Bids under different names will not be accepted from one firm or association. All bids are due at the time and date specified in the Invitation to Bid, or the modified time and date indicated by subsequent Addendum.

B-11.04. Special Requirements for Manual Submission of Bids

If bidder is submitting manually, the Bid Form and accompanying data in accordance with section B-11.01 BID FORM shall be enclosed in a sealed opaque envelope or wrapping, addressed to:

City of Kenner Purchasing Department 1801 Williams Blvd.

3rd Floor Building C Kenner, Louisiana 70062

and identified on the outside with the Bidder's name and Louisiana Contractor's license number and with the words Kenner City Park/Wentwood Skateboard Park/Woodlake Playground Improvements the notation "BID ENCLOSED" on the face thereof.

19

Bids shall be deposited at the designated location prior to the time and date for receipt of Bids indicated in the Invitation to Bid, or the modified time and date indicated by Addendum. Bids received after the time and date for receipt of Bids will be returned unopened. B-11.05. Modification and Withdrawal of Bid. Bids may be modified or withdrawn by an appropriate document duly executed (in the manner that a bid must be executed) and delivered at any time prior to the opening of bids. No Bids may be withdrawn after the scheduled closing time for receipt of Bids, nor for at least forty-five (45) days thereafter, except that Bids containing patently obvious mechanical, clerical, or mathematical errors may be withdrawn by the Bidder if clear and convincing sworn, written evidence is furnished to the Owner within 48 hours of the bid opening excluding Saturdays, Sundays, and legal holidays, in accordance with the Louisiana Public Bid Law. Under no circumstances may a Bidder be allowed to raise any prices as contained in the initial Bid. A Bidder who attempts to withdraw a Bid under provisions of this section shall be allowed to resubmit a Bid on the same contract in the event that it is re-advertised.

B-11.06. Bids to Remain Open. All Bids shall remain open for forty-five (45) days after the day of the Bid opening. Owner shall release Bids and return Bid securities as specified in this section under "Return of Bid Security".

B-12. 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 (“Pas 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

20

Contactor 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 the 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. B-13 EXECUTION OF THE AGREEMENT. No less than seventeen (17) days after award, Design Professional shall furnish to Contractor four (4) copies of the executed Agreement and other Contract Documents bound therewith. The date of contract on the Agreement shall be left blank for filling in by Owner. Owner shall execute the Contract Documents, insert the date of contract on the Agreement, Bonds, and Power of Attorney, and return copies to Design Professional for review and distribution. Contractor shall be responsible for filing one complete copy of the executed Contract Documents with the Recorder of Mortgages in Jefferson Parish, and promptly furnish recordation information to Owner. No payment shall be made until this requirement is fulfilled.

B-14 COPIES OF CONTRACT DOCUMENTS. Copies of the drawings and specifications for use in preparing Bids may be obtained from the Design Professional in accordance with the Invitation to Bid. Payment in cash or check, payable to the Design Professional in accordance with the Invitation to Bid, will be required for the documents on the following basis:

One (1) complete set of plans and specifications . . . . . . $150.00 One (1) electronic set of plans and specifications………$ 25.00

Deposits will be refunded in accordance with LSA- R.S. 38:2212 provided the documents do not contain any permanent markings and can be reused for Contract Documents.

The Contractor to whom a contract is awarded will be furnished five (5) copies of the specifications and the drawings, together with all Addenda thereto for Contractors use in performing the work.

B-15. LOCAL MATERIALS AND FIRMS. By statutory authority, preference is hereby given to materials, supplies, and provisions produced, manufactured or grown in Louisiana, quality being equal to articles offered by competitors outside of the State (LSA R.S. 38:2251), and preference is hereby given to firms doing business in the State of Louisiana (LSA R.S. 38:2253). Please refer to Supplementary Conditions, Paragraph SC-16.

21

B-16. WORK SCHEDULING. Because of the nature of this contract, it may be necessary for the Contractor to respond to emergencies immediately upon notification.

B-17. WORK ADJACENT TO PRIVATE PROPERTY. The Contractor shall be aware that work may be performed adjacent to private property. The Contractor shall notify, prior to the start of work in the area, all property owners adjacent to and along the route of construction by means of either a printed circular or form letter giving the general details of the work. The letter shall also include names and telephone numbers for key project personnel of the Contractor so that property owners may report problems. These contact telephone numbers shall be given so that appropriate personnel may be contacted 24 hours a day, seven days a week.

B-18. USE OF POTABLE WATER. If the Contractor intends to use water from the Parish water system, Contractor shall first obtain a water meter from the Jefferson Parish Department of Water. The Contractor will be responsible for all costs incurred with water usage. B-19. PERFORMANCE AND PAYMENT BONDS. Upon contract execution, the successful Bidder will be required to furnish a Performance Bond guaranteeing faithful performance. The successful Bidder will also be required a Labor and Materials Payment Bond guaranteeing the payment of all bills and obligations arising from the performance of the contract. The amount of these bonds shall be the total contract amount. These bonds shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A- rating in the latest printing of the A.M. Best's Key Rating Guide to write individual bonds up to ten percent of policyholders' surplus as shown in the A.M. Best's Key Rating Guide or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. Note to Vendor: Factor all costs associated with insurance requirements and bonds, if applicable, into final bid price.

END OF SECTION

LOUISIANA UNIFORM PUBLIC WORK BID FORM TO: _City Of Kenner Purchasing Department____ BID FOR: Kenner City Park/Wentwood Skateboard Park

_1801 Williams Blvd., Building C, 3rd Floor__ Woodlake Playground Improvements______ _ _Kenner, LA 70062 _______________________ City of Kenner Project No. 2014-001H-CIP__ _________________________________________ ____________________________________ (Owner to provide name and address of owner) Owner to provide name of project and other identifying information)

22

The undersigned bidder hereby declares and represents that she/he; a) has carefully examined and understands the Bidding Documents, b) has not received, relied on, or based his bid on any verbal instructions contrary to the Bidding Documents or any addenda, c) has personally inspected and is familiar with the project site, and hereby proposes to provide all labor, materials, tools, appliances and facilities as required to perform, in a workmanlike manner, all work and services for the construction and completion of the referenced project, all in strict accordance with the Bidding Documents prepared by: Meyer Engineers, Ltd. and dated: March 2016 (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 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. ** If someone other than a 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(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 is attached to and made a part of this bid.

LOUISIANA UNIFORM PUBLIC WORK BID FORM TO: _City Of Kenner Purchasing Department____ BID FOR: Kenner City Park/Wentwood Skateboard Park

_1801 Williams Blvd., Building C, 3rd Floor__ Woodlake Playground Improvements______ _ _Kenner, LA 70062 _______________________ City of Kenner Project No. 2014-001H-CIP__ _________________________________________ ____________________________________ (Owner to provide name and address of owner) Owner to provide name of project and other identifying information)

23

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: CLEARING AND GRUBBING BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

201-01-00100 1 LS

DESCRIPTION: REMOVAL OF STRUCTURES AND OBSTRUCTIONS BASE BID OR ALT. # REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

202-01-00100 1 LS

DESCRIPTION: REMOVE EXISTING PLAYSET AND SLAB AT WENTWOOD BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

202-01-00101 1 LS

DESCRIPTION: REMOVAL OF EXISTING LANDSCAPE BEDS BASE BID OR ALT. # REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

202-02-00020 545 SY

DESCRIPTION: REMOVAL OF ASPHALT PAVEMENT BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

202-02-02020 210 SY

DESCRIPTION: REMOVAL OF FENCE BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

202-02-12020 1 LS

DESCRIPTION: REMOVAL OF PORTLAND CEMENT CONCRETE PAVEMENT BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

DESCRIPTION: NON-PLASTIC EMBANKMENT (VEHICULAR MEASURE) BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

203-04 3,500 CY

DESCRIPTION: EXCAVATION AND EMBANKMENT BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

203-05-00100 1 LS

DESCRIPTION: REGRADE FIELD AT WOODLAKE BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

203-09 1 LS

DESCRIPTION: TEMPORARY EROSION CONTROL BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

204-08-00100 1 LS

LOUISIANA UNIFORM PUBLIC WORK BID FORM TO: _City Of Kenner Purchasing Department____ BID FOR: Kenner City Park/Wentwood Skateboard Park

_1801 Williams Blvd., Building C, 3rd Floor__ Woodlake Playground Improvements______ _ _Kenner, LA 70062 _______________________ City of Kenner Project No. 2014-001H-CIP__ _________________________________________ ____________________________________ (Owner to provide name and address of owner) Owner to provide name of project and other identifying information)

24

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: CLASS II BASE COURSE (4" THICK) (STONE) BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

302-02-01000 650 SY

DESCRIPTION: CLASS II BASE COURSE (6" THICK) (STONE) BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

302-02-02000 2,600 SY

DESCRIPTION: CLASS II BASE COURSE (8" THICK) (STONE) BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

302-02-03000 40 SY

DESCRIPTION: AGGREGATE SURFACE COURSE (6" THICK) (STONE) BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

401-02 350 SY

DESCRIPTION: ASPHALTIC CONCRETE (LEVEL A) BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

501-01-00002 450 TON

DESCRIPTION: SAW CUTTING ASPHALTIC CONCRETE PAVEMENT BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

501-05 64 INLF

DESCRIPTION: STORM DRAIN PIPE (4" PVC) (PERFORATED) BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

701-02 300 LF

DESCRIPTION: STORM DRAIN PIPE (6" PVC) BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

701-03 328 LF

DESCRIPTION: STORM DRAIN PIPE (10" PVC) BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

701-04 250 LF

DESCRIPTION: STORM DRAIN PIPE (12" PVC) BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

701-05 320 LF

DESCRIPTION: ADJUST MANHOLE BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

701-08 4 EA

LOUISIANA UNIFORM PUBLIC WORK BID FORM TO: _City Of Kenner Purchasing Department____ BID FOR: Kenner City Park/Wentwood Skateboard Park

_1801 Williams Blvd., Building C, 3rd Floor__ Woodlake Playground Improvements______ _ _Kenner, LA 70062 _______________________ City of Kenner Project No. 2014-001H-CIP__ _________________________________________ ____________________________________ (Owner to provide name and address of owner) Owner to provide name of project and other identifying information)

25

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: TIE IN NEW DRAIN LINE TO EXISTING DRAIN INLET BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

701-10 3 EA

DESCRIPTION: DROP INLET BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

702-03-00200 8 EA

DESCRIPTION: CHAIN LINK FENCE (6-FOOT HEIGHT) BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

705-06-00300 280 LF

DESCRIPTION: CHAIN LINK FENCE (8-FOOT HEIGHT) BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

705-06-00500 38 LF

DESCRIPTION: TEMPORARY CHAIN LINK FENCE (6-FOOT HEIGHT) BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

705-07 380 LF

DESCRIPTION: 8-FOOT GATE FOR CHAIN LINK FENCE (6-FOOT HEIGHT) BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

705-10-00101 2 EA

DESCRIPTION: 4-FOOT GATE FOR CHAIN LINK FENCE (8-FOOT HEIGHT) BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

705-10-00301 1 EA

DESCRIPTION: INCIDENTAL CONCRETE PAVING (5" THICK) (WITH MESH) BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

706-03-00200 200 SY

DESCRIPTION: INCIDENTAL CONCRETE PAVING (6" THICK) (WITH MESH) BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

706-03-00300 70 SY

DESCRIPTION: SAW CUTTING PORTLAND CEMENT CONCRETE PAVEMENT BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

706-04 200 INLF

DESCRIPTION: CONCRETE CURB (6" BARRIER, INCLUDING DOWELS) BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

707-01 70 LF

LOUISIANA UNIFORM PUBLIC WORK BID FORM TO: _City Of Kenner Purchasing Department____ BID FOR: Kenner City Park/Wentwood Skateboard Park

_1801 Williams Blvd., Building C, 3rd Floor__ Woodlake Playground Improvements______ _ _Kenner, LA 70062 _______________________ City of Kenner Project No. 2014-001H-CIP__ _________________________________________ ____________________________________ (Owner to provide name and address of owner) Owner to provide name of project and other identifying information)

26

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: COMBINATION CURB AND GUTTER (6" BARRIER, INCLUDING DOWELS) BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

707-03 22 LF

DESCRIPTION: TEMPORARY SIGNS AND BARRICADES BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

713-01-00100 1 LS

DESCRIPTION: SLAB SODDING (CENTIPEDE) BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

714-01-00700 1,350 SY

DESCRIPTION: TOPSOIL (VEHICULAR MEASUREMENT) BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

715-01-00100 1,700 CY

DESCRIPTION: SEEDING BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

717-01-00100 35 LB

DESCRIPTION: PLANTS (EMPIRE OAK) CONTAINER (5" CAL.) BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

719-01-02160 2 EA

DESCRIPTION: PLANTS (BLUE LILY OF THE NILE) CONTAINER (1 GALLON) BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

719-01-06020 159 EA

DESCRIPTION: PLANTS (DIANELLA) CONTAINER (3 GALLON) BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

719-01-06060 139 EA

DESCRIPTION: PLANTS (PRINCESS CAROLINE FOUNTAIN GRASS) CONTAINER (3 GALLON) BASE BID OR ALT. #___

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

719-01-06061 26 EA

DESCRIPTION: PLANTS (INDIAN HAWTHORN) CONTAINER (3 GALLON) BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

719-01-06062 28 EA

DESCRIPTION: PLANTS (KNOCKOUT ROSE) CONTAINER (3 GALLON) BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

719-01-06063 18 EA

LOUISIANA UNIFORM PUBLIC WORK BID FORM TO: _City Of Kenner Purchasing Department____ BID FOR: Kenner City Park/Wentwood Skateboard Park

_1801 Williams Blvd., Building C, 3rd Floor__ Woodlake Playground Improvements______ _ _Kenner, LA 70062 _______________________ City of Kenner Project No. 2014-001H-CIP__ _________________________________________ ____________________________________ (Owner to provide name and address of owner) Owner to provide name of project and other identifying information)

27

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: PLANTS (MUHLY GRASS) CONTAINER (3 GALLON) BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

719-01-06064 28 EA

DESCRIPTION: PLANTS (DWARF BUFORD HOLLY) CONTAINER (7 GALLON) BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

719-01-06100 27 EA

DESCRIPTION: PLANTS (GEORGE TABOR AZALEA) CONTAINER (7 GALLON) BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

719-01-06101 24 EA

DESCRIPTION: PLANTS (OAKLAND HOLLY) CONTAINER (45 GALLON) BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

719-01-06180 15 EA

DESCRIPTION: PLANTS (WILLOW OAK) CONTAINER (45 GALLON) BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

719-01-06180 3 EA

DESCRIPTION: PLANTS (WINDMILL PALM) BALL & BURLAPPED (5' MINIMUM TRUNK HEIGHT) BASE BID OR ALT. #__

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

719-01-07040 2 EA

DESCRIPTION: PLANTS (QUEEN PALM) BALL & BURLAPPED (16' MINIMUM TRUNK HEIGHT) BASE BID OR ALT. #___

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

719-01-07220 4 EA

DESCRIPTION: PLANTS (SABAL PALM) BALL & BURLAPPED (16' MINIMUM TRUNK HEIGHT) BASE BID OR ALT. #___

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

719-01-07221 9 EA

DESCRIPTION: TOP DRESSING MULCH (4" DEPTH) (CUT PINE STRAW) BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

719-02-00200 706 SY

DESCRIPTION: BACKFILL SOIL (FILL NEW PLANTERS - KPP) BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

719-03-00100 30 CY

DESCRIPTION: BED PREPARATION (4" DEPTH EXISTING BEDS) BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

719-03-00200 545 SY

LOUISIANA UNIFORM PUBLIC WORK BID FORM TO: _City Of Kenner Purchasing Department____ BID FOR: Kenner City Park/Wentwood Skateboard Park

_1801 Williams Blvd., Building C, 3rd Floor__ Woodlake Playground Improvements______ _ _Kenner, LA 70062 _______________________ City of Kenner Project No. 2014-001H-CIP__ _________________________________________ ____________________________________ (Owner to provide name and address of owner) Owner to provide name of project and other identifying information)

28

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: BED PREPARATION (10" DEPTH NEW BEDS) BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

719-03-00300 161 SY

DESCRIPTION: TREE TRIMMING (EXISTING PALMS/TREES) BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

719-04-00001 1 LS

DESCRIPTION: TREE AND STUMP REMOVAL (+/- 8" CAL. TALLOW TREE) BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

719-05-00001 1 EA

DESCRIPTION: MOBILIZATION BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

727-01-00100 1 LS

DESCRIPTION: JACK AND BORED PIPE (6" PE) BASE BID OR ALT. # _______

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

728-01-00100 40 LF

DESCRIPTION: SIGN (TYPE A) BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

729-01 2 EA

DESCRIPTION: U CHANNEL POST BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

729-21-00100 2 EA

DESCRIPTION: TRENCHING AND BACKFILLING BASE BID OR ALT. # _____

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

730-01 2,750 LF

DESCRIPTION: CONDUIT AND CONDUCTORS BASE BID OR ALT. # ____

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

730-02 2,750 LF

DESCRIPTION: LIGHT POLE BASE BID OR ALT. # ____

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

730-05 34 EA

DESCRIPTION: LUMINAIRE BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

730-07 34 EA

LOUISIANA UNIFORM PUBLIC WORK BID FORM TO: _City Of Kenner Purchasing Department____ BID FOR: Kenner City Park/Wentwood Skateboard Park

_1801 Williams Blvd., Building C, 3rd Floor__ Woodlake Playground Improvements______ _ _Kenner, LA 70062 _______________________ City of Kenner Project No. 2014-001H-CIP__ _________________________________________ ____________________________________ (Owner to provide name and address of owner) Owner to provide name of project and other identifying information)

29

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: ELECTRICAL SERVICE POINT FOR PEDESTRIAN LIGHTS - TIE IN TO EXISTING WIRE - WAY BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

730-08 1 LS

DESCRIPTION: RELOCATE LED LIGHT FIXTURE TO EXISTING PARKING LOT LIGHT BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

730-09 3 EA

DESCRIPTION: PAINTED PAVEMENT STRIPING (4" WIDTH) BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

737-01-01000 83 LF

DESCRIPTION: PAINTED PAVEMENT LEGENDS & SYMBOLS (HANDICAPPED PARKING) BASE BID OR ALT. # ____

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

737-04-08040 1 EA

DESCRIPTION: PAINTED PAVEMENT ARROWS BASE BID OR ALT. # ______

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

737-05 2 EA

DESCRIPTION: CONSTRUCTION LAYOUT BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

740-01-00100 1 LS

DESCRIPTION: WATER MAIN (2" PE DR 11) BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

741-02 20 LF

DESCRIPTION: WATER TAP (2") BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

741-03 1 EA

DESCRIPTION: SEWER GRAVITY LINE (4" PVC) BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

742-01 10 LF

DESCRIPTION: SEWER GRAVITY LINE (6" PVC) BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

742-02 120 LF

DESCRIPTION: SEWER TIE IN BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

742-07-00100 1 EA

LOUISIANA UNIFORM PUBLIC WORK BID FORM TO: _City Of Kenner Purchasing Department____ BID FOR: Kenner City Park/Wentwood Skateboard Park

_1801 Williams Blvd., Building C, 3rd Floor__ Woodlake Playground Improvements______ _ _Kenner, LA 70062 _______________________ City of Kenner Project No. 2014-001H-CIP__ _________________________________________ ____________________________________ (Owner to provide name and address of owner) Owner to provide name of project and other identifying information)

30

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: STORAGE SHED BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

S-001 1 LS

DESCRIPTION: CONCESSION STAND BASE BID OR ALT. # ______

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

S-002 1 LS

DESCRIPTION: SKATE PARK BASE BID OR ALT. # ______

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

S-003 1 LS

DESCRIPTION: CONCRETE STEPS AT KENNER CITY PARK PLAZA BASE BID OR ALT. # ____

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

S-004 1 LS

DESCRIPTION: CONCRETE PAVERS BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

S-005A 5,600 SF

DESCRIPTION: RUMBLE WALL PERIMETER PLANTERS (+ 28" HIGH) BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

S-005B1 212 LF

DESCRIPTION: RUMBLE WALL INTERIOR PLANTERS (20" HIGH) BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

S-005B2 84 LF

DESCRIPTION: RUMBLED WALL ADDITIONS (PER 4" THICKNESS) BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

S-005C 80 LF

DESCRIPTION: PRESSURE WASH EXISTING PAVERS AND RUMBLE WALLS BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

S-005D 1 LS

DESCRIPTION: RED CLAY (NET SECTION) BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

S-006 70 CY

DESCRIPTION: TRENCH DRAINS BASE BID OR ALT. #

REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

S-008 90 LF

Wording for "DESCRIPTION" to be provided by the Owner. All quantities are estimated. The contractor will be paid based upon actual quantities as verified by the Owner.

31

BID BOND

KNOW ALL MEN BY THESE PRESENTS that we, the undersigned,_____________________ as PRINCIPAL, and as SURETY, are held and firmly bound unto the City of Kenner, State of Louisiana, acting herein by and through the City Council, the governing authority for said City, hereinafter called the "OWNER", in the penal sum of: DOLLARS ($ ) lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents.

THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal has submitted the accompanying Bid dated the day of ___________, 20__ for Kenner City Park/Wentwood Skateboard Park/Woodlake Playground Improvements

NOW, THEREFORE, if the Principal shall not withdraw said Bid within the period specified herein after the opening of the same or, if no period be specified, within sixty (60) days after the said opening, and shall within the period specified therefore or, if no period be specified, within twelve (12) days after the prescribed forms are presented to him for signature, enter into a written Contract with the OWNER in accordance with the Bid as accepted, and give bond with good sufficient surety and sureties, as may be required, for the faithful performance and proper fulfillment of such Contact; or in the event of the withdrawal of said Bid within the period specified, or the failure to enter into such Contract and give such bond within the time specified, if the Principal shall pay the OWNER the difference between the amount specified in said bid and the amount for which the OWNER may procure the required work or supplies, or both, if the latter be in excess of the former, then the above obligation shall be void and of no effect, otherwise, to remain in full force and virtue.

IN WITNESS WHEREOF, the above bounded parties have executed this instrument under their several seals this day of___________, 20__, and these presents signed by its undersigned representative, pursuant to authority of its governing body.

WITNESSES: BY: _______________________________ _____________________ (Principal) _______________________________ _____________________ TITLE: _______________________________ _____________________ _______________________________ (Surety) _____________________ BY: ______________________________ (Attorney-in-fact) ______________________________ (Address)

32

NON-COLLUSION AFFIDAVIT STATE OF LOUISIANA PARISH OF JEFFERSON

BEFORE ME, the undersigned authority, personally came and appeared, ____________________________________________________________________________ (Name)

who after being by me duly sworn and deposed said that he is the fully authorized ____________ (Title) of ____________________________________ (hereinafter referred to as bidder), the party who (Name of Bidder)

submitted a bid for Kenner City Park/Wentwood Skateboard Park/Woodlake Playground Improvements was received by City of Kenner on May 10, 2016 and said affiant further said:

(1) The bidder employed no person, corporation, firm, association, or other organization, either directly or indirectly, to secure the public contract under which he received payment, other than persons regularly employed by the bidder whose services in connection with the construction of the public building or project or in securing the public contract were in the regular course of their duties for bidder, and

(2) That no part of the contract price received by bidder was paid or will be paid to any person, corporation, firm, association, or other organization for soliciting the contract, other than the payment of their normal compensation to persons regularly employed by the bidder whose services in connection with the construction of the public building or project were in the regular course of their duties for bidder.

(3) Said bid is genuine and the bidder has not colluded, conspired, or agreed, directly or indirectly, with any other bidder to offer a sham or collusive bid.

(4) Said bidder has not in any manner, directly or indirectly, agreed with any other person to fix the bid price of affiant or any other bidder, or to fix any overhead profit or cost element of said bid price, or that of any other bidder, or to induce any other person to refrain from bidding.

(5) Said bid is not intended to secure an unfair advantage of benefit from the Parish of Jefferson or in favor of any person interested in the proposed contract.

(6) All statements contained in said bid are true and correct.

(7) Neither affiant nor any member of his company has divulged information regarding said bid or any data relative thereto any other person, firm, or corporation.

SWORN TO AND SUBSCRIBED BEFORE ME THIS DAY OF ______________________________ 20__. (Authorized Signature) NOTARY PUBLIC

___________________________

33

CORPORATE RESOLUTION

EXCERPT FROM MINUTES OF MEETING OF THE BOARD OF DIRECTORS OF ___________________________________________________________

AT THE MEETING OF DIRECTORS OF , DULY NOTICED AND HELD ON , , 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, PAPERS, DOCUMENTS, AFFIDAVITS, BONDS, SURETIES, CONTRACTS AND ACTS AND TO RECEIVE AND RECEIPT THEREFOR ALL PURCHASE ORDERS AND NOTICES ISSUED PURSUANT TO THE PROVISIONS OF ANY SUCH BID 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 EXCERPT OF THE MINUTES OF THE ABOVE DATED MEETING OF THE BOARD OF DIRECTORS OF SAID CORPORATION, AND THE SAME HAS NOT BEEN REVOKED OR RESCINDED.

____________________________________________________ SECRETARY ____________________________________________________ DATE

34

AGREEMENT THIS AGREEMENT, made the day of ______, 20__, by and between, City of Kenner, Jefferson Parish, Louisiana, referred to in these Contract Documents as "Owner" acting through its Mayor, and _______________________________________referred to in these Contract Documents as "Contractor": WITNESSETH: THAT WHEREAS: in accordance with law, Owner has caused Contract Documents to be prepared and an Invitation to Bid to be published, for and in connection with Kenner City Park/Wentwood Skateboard Park/Woodlake Playground Improvements. WHEREAS, Contractor, in response to the Invitation to Bid, has submitted to Owner, in the manner and at the time specified, a sealed Bid in accordance with Instructions to Bidders; and WHEREAS, Owner, in the manner prescribed by law, has publicly opened, examined, and canvassed the Bids submitted, and has determined Contractor to be the lowest and best Bidder for the Work and duly awarded to Contractor a contract therefore, for the sum or sums named in Contractor's Bid. NOW, THEREFORE, in consideration of the compensation to be paid to Contractor and of the mutual agreements herein contained, the parties to these presents have agreed and hereby agree, Owner for itself and its successors, and Contractor for itself, himself, or themselves, and its, his, or their successors and assigns, and its, his, or their executors and administrators, as follows: ARTICLE I. All notices, letters, and other communication directed to Owner shall be delivered or addressed and mailed, postage prepaid to:

City of Kenner Public Works 1801 Williams Blvd. Kenner, Louisiana 70062

The business address of Contractor given in the Bid Form and Contractor's office in the vicinity of the Work are both hereby designated as the places to which all notices, letters, and other communication to Contractor will be mailed or delivered. Contractor may change his address at any time by written notification to Owner. ARTICLE II. The Contractor shall perform all Work, including the assumption of all obligations, duties and responsibilities necessary to the successful completion of the contract and the furnishing of all materials and equipment required to be incorporated in and form a permanent part of the Work; tools, equipment, supplies, transportation, facilities, labor, superintendence and services required to perform the Work; and Bond, insurance and submittals; all as indicated or specified in the Contract Documents to be performed or furnished by Contractor for the Work included in and covered by Owner's official award of this contract to Contractor, such award being based on the acceptance by Owner of Contractor's Bid.

35

ARTICLE III. That owner shall pay to Contractor for performance of the Work embraced in this contract, and Contractor shall accept as full compensation therefore, the sum (subject to adjustment as provided in the Contract Documents) of _________________________________ ____________________________________dollars ($ _________________) for all Work covered by and included in the contract award and designated in the foregoing Article I; payment thereof to be made in current funds in the manner provided in the Contract Documents. ARTICLE IV. That Contractor shall complete all Work within 240 consecutive calendar days, after the commencement of Contract Time (as defined in General Conditions). ARTICLE V. Time is an essential condition of the contract. Should Contractor fail to perform the Work within the Contract Time stipulated herein, Contractor shall pay to Owner, as liquidated damages and not as a penalty, 0.1% of the contract amount including change orders per calendar day of default, or $500.00 per day, whichever is greater, unless the Contract Time is extended by Owner. After ENGINEER and OWNER conduct a Final Inspection of the Work, a Punch List of outstanding items to be completed, if any, will be issued to the CONTRACTOR. CONTRACTOR shall have thirty (30) calendar days to complete any outstanding items of Work remaining to be completed or corrected as detailed as a result of the Final inspection. If upon expiration of said thirty (30) calendar days the aforementioned outstanding items of Work have not been completed, liquidated damages in the amount of 0.1% of the contract amount including change orders per day will be reinstated for every day in which the outstanding items of Work have not been completed. In case of joint responsibility for delay in the final completion of the Work, where two or more separate contracts are in force at the same time and cover related work at the same location, liquidated damages assessed against any one Contractor will be based upon the individual responsibility of that Contractor for the delay as determined by, and in the judgment of, Design Professional. The expiration of the Contract Time shall ipso facto constitute a putting in default where Contractor has failed to perform the Work, and Owner need not formally place the Contractor in default. Contractor hereby waives any and all notices of default. ARTICLE VI. Pursuant to LSA-R.S. 38:2248 (Public Contract Law), Owner shall retain the following percentages of each progress payment until payment is due under the terms and conditions governing substantial completion or final payment.

CONTRACT AMOUNT RETAINAGE $0-$499,999.99 10% $500,000 or greater 5%

ARTICLE VII. That the Contract Documents which comprise the contract between Owner and Contractor, attached hereto and made a part of the documents listed in Table of Contents, and the documents identified below. Addenda numbers:

36

Information submitted by Contractor prior to the time Owner issues Notice of Award including the following:

Notice to Proceed. Any Modifications (as defined in General Conditions) duly delivered after execution of this Agreement. The Contract Drawings consist of 72 sheets. Sheet titles are listed on sheet 1 of the Drawings. In addition, each sheet bears the following general title: Kenner City Park/Wentwood Skateboard Park/Woodlake Playground Improvements Any Notice of Partial Utilization. Notices of Final Completion and Acceptance. ARTICLE VIII. In order to induce Owner to enter into this Agreement, and to the extent of their applicability to the work, Contractor makes the following representations, 1. Contractor has familiarized himself with the nature and extent of the Contract Documents, Work, locality, and with all local conditions and federal, state, and local laws, ordinances, rules, and regulations that in any manner may affect cost, progress of performance of the Work. 2. Contractor has studied carefully all reports of investigations and tests of subsurface and latent physical conditions at the site or otherwise affecting cost, progress or performance of the Work which were relied upon by Design Professional in the preparation of the Drawings and Specifications and which have been identified in the Supplementary Conditions. 3. Contractor has made or caused to be made examinations, investigations and tests and studies of such reports and related data in addition to those referred to in paragraph 2 as he deems necessary for the performance of the Work at the Contract price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents; and no additional examinations, investigations, tests, reports, or similar data are or will be required by Contractor for such purposes. 4. Contractor has correlated the results of all such observations, examinations, investigations, tests, reports, and data with the terms and conditions of the Contract Documents. 5. Contractor has given Design Professional written notice of all conflicts, errors, or

discrepancies that he has discovered in the Contract Documents and the written resolution thereof by Design Professional is acceptable to Contractor.

ARTICLE XI. FEDERAL CLAUSES CONTRACTOR agrees to the following miscellaneous terms and provisions for all federally funded and reimbursable contracts: A) CONTRACTOR shall comply with Executive Order 11246 of September 24, 1965, entitled, “Equal Employment Opportunity”, as amended by Executive Order 11375 of October 13, 1967, and as

37

supplemented in Department of Labor Regulations (41 CFR Chapter 60). B) CONTRACTOR shall comply with the Copeland “Anti-Kickback” Act of (18 U.S.C. 874) as supplemented in Department of Labor Regulations (29 CFR Part 3). C) CONTRACTOR shall comply with Sections 103 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 327-330) as supplemented by Department of Labor Regulations (29 CFR Part 5). D) CONTRACTOR shall comply with all notices of awarding agency requirements and regulations pertaining to reporting. E) CONTRACTOR shall comply with all notice of awarding agency requirements and regulations pertaining to patent rights with respect to any discovery or invention which arises or is developed in the course of or under such Contract. F) CONTRACTOR shall comply with all awarding agency requirements and regulations pertaining to copyrights and rights in data. G) CONTRACTOR shall provide access by the State of Louisiana, City of Kenner, United States of America, FEMA, the Controller General of the United States, or any of their duly authorized representatives, to any books, documents, papers and records of the CONTRACTOR which are directly pertinent to this specific Contract for the purpose of making audit, examination or excepts, and transcriptions. H) CONTRACTOR shall retain all required records for a period of at least three years after the State of Louisiana or City of Kenner has made final payments and all other pending matters are closed. I) CONTRACTOR shall comply with all applicable standards, orders or requirements issued under Section 306 of the Clean Air Act (42 U.S.C. 1857(h)), Section 508 of the Clean Water Act (33 U.S.C. 1368), Executive Order 11738, Environmental Protection Agency Regulations (40 CFR Part 15). J) CONTRACTOR shall comply with all mandatory standards and policies relating to energy efficiency which are contained in the State Energy Conservation Plan issued in compliance with the Energy Policy and Conservation Act (Public Law 94-163, 89 STAT 871).

K) CONTRACTOR certifies that CONTRACTOR will not and has not used any Federal funds to influence an employee or member of Congress in obtaining any federal award (Byrd Anti-Lobbying Amendment).

L) CONTRACTOR declares that CONTRACTOR, its principles or affiliates (subcontractors), are not currently disqualified as a result of debarment or suspension. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the date first hereinabove written.

WITNESSES: _________________________ By:

_________________________ Title: ______________________

City of Kenner By: _______________________

Title: Mayor Approved As to Form –City Attorney’s Office:

_____________________

38

HOLD HARMLESS AGREEMENT If _____________________________________________ (hereafter “CONTRACTOR”) is the successful bidder for Kenner City Park/Wentwood Skateboard Park/Woodlake Playground Improvements, then, to the fullest extent permitted by law, CONTRACTOR shall indemnify and hold harmless the City of Kenner, including its elected and appointed officials, employees, servants, volunteers, and agents, specifically the firm of Meyer Engineers, LTD. (collectively, “OWNER”) from against any and all claims, demands, suits, costs, liabilities or judgments for sums of money, and fines or penalties asserted by any party, firm or organization for loss of life or injury or damages to person or property, growing out of, resulting from, or by reason of any negligent acts, errors, and/or omissions, by CONTRACTOR, its agents, servants or employees, while engaged upon or in connection with the work required to be performed by CONTRACTOR.

Further, CONTRACTOR hereby agrees to indemnify OWNER for all reasonable

expenses and attorneys’ fees incurred by or imposed upon OWNER in connection therewith for any loss, damage, injury or other casualty pursuant to this section. CONTRACTOR further agrees to pay all reasonable expenses and attorneys’ fees incurred by OWNER in establishing the right to indemnity pursuant to the provision of this Agreement.

The above indemnification shall not apply to those claims, demands, and/or causes of

action arising out of the negligence of OWNER. Accepted By: ________________________________________________ Company Name: ______________________________________________ Signature: ___________________________________________________ Title: _______________________________________________________ Date Accepted: ______________________________________________

39

FORM OF PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That we, ____________________________________________________________________, (Name of Contractor)

a , hereinafter called Principal, and , hereinafter called the "Surety", (Name of Surety)

are held and firmly bound unto the City of Kenner, Louisiana, hereinafter called "Owner", in the penal sum of___________________________________________________________________ Dollars ($ ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that Whereas, the Principal entered into a certain contract with the Owner, dated the day of , 20__, a copy of which is hereto attached and made apart hereof for the construction of:

Kenner City Park/Wentwood Skateboard Park/Woodlake Playground Improvements

NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants terms, conditions, and agreements of said contract during the original term thereof, and any extensions thereof which may be granted by the Owner, with or without notice to the Surety, and if he shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and save harmless the Owner from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any default in connection with the construction of such work, and all insurance premiums on said work, whether by subcontractor or otherwise, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any way affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. PROVIDED, FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied.

40

IN WITNESS WHEREOF, this instrument is executed in counterparts, each one of which shall be deemed an original, this the day of , 20__. WITNESSES: By: ____________________________________

(Principal)

Title: ______________________________________

______________________________________ (Surety) By: __________________________________ (Attorney-in fact) __________________________________

(Address)

NOTE: Date of Bond must not be prior to date of Contract. If Contractor is Partnership, all partners should execute bond.

41

LABOR AND MATERIALS PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: that __________________________________, a _________________________________________ (Name of Contractor -see Note 1) (Entity - see Note 2)

______________________________________________________________________________ (Address of Contractor) hereinafter called Principal, and: _____________________________________________________________________________ (Name of Surety - see Note 3) _____________________________________________________________________________ (Address of Surety) hereinafter called Surety, are held and firmly bound unto the City of Kenner, State of Louisiana, acting herein by and through the Kenner City Council, the Governing Authority for said City, hereinafter called Owner, in the penal sum of ___________________________________dollars ($_______________________) in lawful money of the United States, for the payment of which sum well and truly be made, we bind ourselves, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain contract with the Owner, dated the day of ,20__, a copy of which is hereto attached and made a part hereof for the construction of:

Kenner City Park/Wentwood Skateboard Park/Woodlake Playground Improvements

NOW, THEREFORE, if the Principal shall promptly pay all persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the prosecution of the work provided for in such contract, and any authorized extension or modification thereof, including all amounts due for materials, lubricants, oil, gasoline, coal and coke, repairs on machinery, equipment and tools, consumed or used in connection with the construction of such work, and all insurance premiums on said work, and for all labor, performed in such work whether by subcontractor or otherwise, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any way affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. PROVIDED, FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied.

42

IN WITNESS WHEREOF, this instrument is executed in counterparts, each one of which shall be deemed an original, this the day of 20__. WITNESSES: ______________________________________ (Principal) BY:___________________________________

WITNESSES: ______________________________________ (Surety) BY: _________________________________

(Attorney-in-fact)

NOTE: Date of Bond must not be prior to date of Contract.

1. Correct name of Contractor 2. A Corporation, A partnership, or an Individual 3. Correct Name of Surety

43

______________________________________________________________________________ ______________________________________________________________________________

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

44

NAME OF PROJECT _________________________________ ____________________________________ PROJECT NUMBER DATE OF BID

ATTESTATION CLAUSE REQUIRED BY LA. R.S. 38:2227 (PAST CRIMINAL CONVICTIONS OF BIDDERS)

Appearer, as a Bidder on the above-entitled Public Works Project, does hereby attest that:

A. No sole proprietor or individual partner, incorporator, director, manager, officer, organizer, Or member who has a minimum of a ten percent (10%) ownership in the bidding entity Name below has been convicted of, or has entered a plea of guilty or nolo contendere to Any of the following state crimes or equivalent federal crimes: (a) Public bribery (R.S. 14:118) (c) Extortion (R.S. 14:66) (b) Corrupt influencing (R.S. 14:120) (d) Money Laundering (R.S. 14:23)

B. Within the past five years from the project bid date, no sole proprietor or individual

partner, incorporator, director, manager, officer, organizer, or member who has a minimum of a ten percent (10%) ownership in the bidding entity named below has been convicted of, or has entered a pleas of guilty or nolo contendre to any of the following state crimes or equivalent federal crimes, during the solicitation or execution of a contract or bid awarded pursuant to the provision of Chapter 10 of Title 38 of the Louisiana Revised Statutes:

(a) Theft (R.S. 14:67) (f) Bank fraud (R.S. 14:71.1) (b) Identity Theft (R. S. 14:67.16) (g) Forgery (R. S. 14:72) (c) Theft of a business record (h) Contractors; misapplication of

(R. S. 14:67.20) payments (R.S. 14:202) (d) False accounting (R.S. 14:70) (i) Malfeasance in office (R. S. 14:134) (e) Issuing worthless checks (R. S. 14:71) ______________________________ __________________________________ NAME OF BIDDER NAME OF AUTHORIZED SIGNATORY OF BIDDER

_____________________________ _______________________________________ DATE TITLE OF AUTHORIZED SIGNATORY OF BIDDER

____________________________________________ SIGNATURE OF AUTHORIZED

SIGNATORY OF BIDDER

45

SUPPLEMENTARY CONDITIONS

List of Subjects SC-1 SCOPE SC-2 INSURANCE SC-2.01 Workers Compensation and Employer's Liability SC-2.02 Comprehensive Automobile Liability SC-2.03 Comprehensive General Liability SC-2.04 Umbrella Liability Policy SC-2.05 Owner's Protective Liability SC-2.06 Installation Floater (Property Insurance) SC-2.07 Builder's Risk Insurance SC-2.08 Deductibles SC-2.09 Indemnity SC-2.10 Settlement of Insurance Claims SC-3 BID, PERFORMANCE AND PAYMENT BONDS SC-4 OVERTIME WORK SC-5 CORRECTION PERIOD SC-6 PAYMENT OF LIQUIDATED DAMAGES SC-7 DOCUMENTATION TO ACCOMPANY APPLICATIONS FOR PAYMENT SC-7.01 Material and Equipment SC-7.02 Schedules and Data SC-7.03 Documentation for Final Payment SC-8 SPECIFICATIONS SC-9 RESPONSIBILITY FOR PAYMENT SC-10 UNDERGROUND INSTALLATIONS SC-11 HISTORICAL OR ARCHAEOLOGICAL DEPOSITS SC-12 CONTRACT TIME SC-12.01 Delays and Damages SC-12.02 Time Extensions for Weather Conditions SC-13 SUBSTANTIAL COMPLETION

46

SUPPLEMENTARY CONDITIONS List of Subjects - Continued SC-14 ORDER OF PRECEDENCE SC-15 ASSIGNMENT SC-16 PREFERENCE AND PRIORTY TO LOUISIANA RESIDENT CONTRACTOR SC-17 EMERGENCY PERSONNEL REQUIREMENTS SC-18 COORDINATION OF WORK SC-19 COOPERATION BETWEEN CONTRACTORS SC-20 PRE-CONSTRUCTION CONFERENCE SC-21 SCHEDULE OF VALUES AND PROJECT WORK SCHEDULE SC-22 SHOP DRAWINGS AND SAMPLES SC-23 ACCEPTANCE OF INSURANCE

47

SUPPLEMENTARY CONDITIONS

SC-1 SCOPE. These Supplementary Conditions amend or supplement the General Conditions (EJCDC No. C-700, 2002 Edition), and amend or supplement other provisions of the Contract Documents. All provisions not so amended or modified remain in full force and effect. SC-2 INSURANCE. The insurance requirements in Article 5 of the General Conditions are as modified herein. All liability and property insurance shall be purchased and maintained by Contractor as set forth herein. Section 2.01 of the General Conditions is revised to require that the valid certificates of insurance showing the required waivers be submitted with the Contract when the Contractor returns the contract for signature by the Mayor of the City of Kenner. The Contractor shall purchase in its name and maintain at its sole cost and expense such liability and other insurance as set out herein. This insurance will provide primary 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 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 written and/or oral with all entities and/or persons who perform any Work under this contract. At no time shall Contractor allow any sub-contractors to perform Work without the required types and limits of insurance coverage. All insurance shall include a waiver of subrogation in favor of the Owner and any principals for whom the Owner is working, including any and all co-lessors of such principal, and shall be subject to the approval of the Owner. Insurance provided for Commercial General Liability, Commercial Automobile Liability, and Umbrella Liability shall name the Owner as an additional insured and shall be primary to any insurance carried by the Owner. Contractor shall furnish the Owner with certificates of insurance as evidence of the above insurance. If Owner has any objections to the coverage afforded by or other provision of the insurance required to be purchased and maintained by the Contractor in accordance with Paragraph 5.04 of the General Conditions on the basis of its not complying with the Contract Documents, Owner will notify Contractor in writing thereof within thirty (30) calendar days of the date of delivery of such certificates to Owner in accordance with Paragraph 2.01 of the General Conditions. SC-2.01 Workers’ Compensation and Employer's Liability Insurance. The Contractor shall purchase in its name, and maintain during the life of this contract, Worker's Compensation Insurance for all his employees in any way engaged in this project. If any Subcontractor does not carry Workers' Compensation Insurance, such coverage must be included under the Contractor's policy. The policy shall provide coverage at least equal to the requirements of the State of Louisiana and shall include

48

Employer's Liability Coverage. If any of the Work is above, on, or alongside bodies of water, U S Longshoreman & Harbor Workers insurance in equal amounts ($1,000,000) is to be included in the policy. Policy limits and endorsements shall be as follows:

a. State Act- Louisiana Statutory Requirements; Provide Other States coverage, if applicable;

b. Employer’s Liability with Minimum limits of $100,000/300,000/100,000; and c. Waiver of Subrogation to include written contracts 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.

SC-2.02 Commercial Automobile Liability Insurance. The Contractor shall purchase in its name, and maintain during the life of this contract, Commercial Automobile Liability Insurance to protect the Owner, Contractor and Subcontractors performing work under this contract from claims arising from any operations or work in connection with this contract. The Commercial Automobile Liability Insurance coverage is to be on an occurrence basis, with minimum limits and endorsements as follows:

a. Minimal acceptable limit: Statutory Limits of $15,000/$30,000/$25,000 b. Liability coverage to be provided for Any Auto or for 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. Additional Insured endorsement in favor of The City of Kenner, its elected

and appointed officials, agents, directors, servants, employees, and volunteers;

d. Waiver of Transfer of Rights of Recovery Against Others to Us to include written contracts in favor of The City of Kenner, its elected and appointed officials, agents, directors, servants, employees, and volunteers; and

e. If transporting any pollutants, the policy is to include the Broad Form Transportation Pollution Form CA 99 48, or the most current form available.

SC-2.03 Commercial General Liability Insurance. The Contractor shall purchase in its name, and maintain during the life of this contract, Commercial General Liability Insurance, including Products and Completed Operations Insurance to protect the Owner, Contractor and Subcontractors performing work under this contract from claims arising from any operations or work in connection with this contract. The policy shall provide the following limits and endorsements:

a. Commercial General Liability Form CA 00 01 or pre-approved equivalent; b. Minimal acceptable limits: $500,000 per occurrence; $500,000 general

aggregate, $500,000 products/completed operations aggregate; c. Amendment-Aggregate limits of insurance (per project), the most recent

edition in use in Louisiana or pre-approved equivalent; d. Additional Insured endorsement in favor of The City of Kenner, its elected

and appointed officials, agents, directors, servants, employees and volunteers on CG 20 10 Form B (edition 07 04) or approved equivalent; and

49

e. Waiver of Transfer of Rights of Recovery Against Others to Us to include written contracts in favor of The City of Kenner, its elected and appointed officials, agents, directors, servants, employees, and volunteers.

SC-2.04 Umbrella / Excess Liability Coverage. The Contractor shall purchase in its name, and maintain during the life of this contract, a policy of Umbrella / Excess Liability Coverage in excess of the General Liability, Automobile Liability and Employer’s Liability coverages above, following form thereof:

a. Minimum acceptable limits of $5,000,000

SC-2.05 Contractor’s Pollution, if applicable. If the Work involves pollutants of any kind, in any manner, including cleanup, this section applies. The Contractor shall purchase in its name, and maintain during the life of this contract, a pollution liability policy covering losses caused by pollution conditions that arise from the operations of the Contractor. The policy shall provide the following limits and endorsements:

a. Minimum acceptable limits: $1,000,000 each incident; $2,000,000 aggregate;

b. Broad Form Named Insured endorsement; c. Fines, penalties and punitive damages to be included; d. Clean up costs to be included; e. Additional Insured endorsement in favor of The City of Kenner, its elected

and appointed officials, agents, directors, servants, employees, and volunteers;

f. Waiver of Transfer of Rights of Recovery Against Others to Us to include written contracts 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 the Contract is completed or terminated.

SC-2.06 Builder's Risk Insurance, 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 First 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 Engineer and/or Architect. This insurance shall include, the Contractor, any Subcontractors and/or vendors deemed appropriate by the Contractor shall also be Named Insureds.

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.

50

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. 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. SC-2.07 Deductibles / Self-Insured Retentions. No insurance required under this contract shall include a deductible or Self Insured Retention in excess of $25,000.00 unless approved by the Owner. The cost of all deductible or retained amounts shall be borne by the Contractor. SC-2.08 Indemnity. To the fullest extent permitted by law, Contractor agrees to protect, defend, indemnify and save the Owner, its agents, officials, employees, or any firm, company, organization, or individual, or their contractors, or subcontractors for whom the Owner may be contracted to, harmless from and against any and all claims, demands, actions, and causes of action of every kind and character including but not limited to claims based on negligence, strict liability, and absolute liability which may arise in favor of any person or persons on account of illness, disease, loss of property, services, wages, death or personal injuries resulting from operations contemplated by this contract. Specifically indemnified is the firm of Meyer Engineers, LTD., the same as the Owner. Further, Contractor hereby agrees to indemnify all parties above for all reasonable expenses and attorneys' fees incurred by or imposed upon the Owner in connection therewith for any such loss, damage, injury or other casualty. Contractor further agrees to pay all reasonable expenses and attorneys' fees incurred by the Owner in establishing the right to indemnity. SC-2.09 Settlement of Insurance Claims. Losses insured under policies that include Owner as a named insured shall be adjusted with the Owner and made payable to the Owner as trustee for the Insureds, as their interests may appear. SC-3 Bid, Performance, and Payment Bonds. 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 SC 3.1, 3.2, and/or 3.3 below, the Contractor shall within twenty (20) days thereafter substitute another Bond and surety, both of which shall comply with the requirements herein.

51

SC-3.1 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. SC-3.2 Performance and Payment Bonds - The Contractor shall purchase and furnish performance and payment bonds each in an amount at least equal to one hundred percent (100%) 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. Separate Performance and Payment Bonds shall be provided. A combined Performance and Payment Bond will not be acceptable. SC-3.3 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.

SC-3.4 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 the 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.

SC-3.5 ................... Alternative Security – The Owner, may, at its discretion accept alternative security pursuant to the requirements set forth in the Louisiana Public Contract Law (LSA-R.S. 38:2211 et seq.)

SC-3.6 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 there under. 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.

52

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 the 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. SC-4 OVERTIME WORK. No work shall be done between 6:00 p.m. and 7:00 a.m. nor on Saturdays, Sundays or legal holidays without permission of Owner. However, emergency work may be done without prior permission. Night work may be undertaken as a regular procedure with the permission of Owner; such permission, however, may be revoked at any time by Owner if Contractor fails to maintain adequate equipment and supervision for the proper prosecution and control of the work at night. Regular working hours shall not exceed a maximum of 40 hours per week. Requests to work during other than regular working hours as established by Contractor must be submitted to the Design Professional at least 72 hours in advance of the period proposed for such overtime work and shall set forth the proposed schedule for work to give the Design Professional ample time to arrange for his personnel to be at the site of the work. The Contractor shall pay for all additional engineering charges to the Owner on account of the overtime work which may be authorized as stated above. Such engineering charges shall be a subsidiary obligation of the Contractor and no extra payment shall be made by the Owner on account of such overtime work. Design Professional overtime charges shall be assessed in accordance with the terms of the Design Professional's Agreement with the Owner. SC-5 CORRECTION PERIOD. Paragraph 13.07 of the General Conditions is hereby modified so that the correction period is one year after the date of City Council Acceptance. Nothing in the General Conditions Article 13 concerning the correction period shall establish a period of limitation with respect to any other obligation which Contractor has under the Contract Documents. The establishment of time periods relates only to the specific obligations of the Contractor to correct the work, and has no relationship to the time within which his obligations under the Contract Documents may be commenced to establish his liability with respect to his obligations other than to specifically correct the work. SC-6 PAYMENT OF LIQUIDATED DAMAGES. Article 14 of the General Conditions is hereby modified to include provisions for collecting liquidated damages. When Contractor is in default for nonperformance within the stipulated contract time (as set forth in the Liquidated Damages paragraph), Owner shall deduct the liquidated damages amount from the Contractor's payment request.

53

SC-7 DOCUMENTATION TO ACCOMPANY APPLICATIONS FOR PAYMENT. In addition to the provisions set forth in GC-14.02 and 14.07, the Contractor's Applications for Payment shall be accompanied by the documentation specified in SC 7.01, 7.02 and 7.03. SC-7.01 Materials and Equipment. If payment is requested for materials and equipment not incorporated in the work, but delivered and suitably stored at the site or at another location agreed to in writing, the Application for Progress Payment shall be accompanied by such data, satisfactory to the Owner, as will establish the Owner's title to the material and equipment and protect his interest therein, including applicable insurance. Payments for such materials and equipment shall be based only upon the actual cost of the materials and equipment to the Contractor and shall not include any overhead or profit to the Contractor. The Contractor shall be cognizant of the fact that other work may be under construction at the same time that this Contract is active. There shall be complete cooperation with any other contractor in the area, and any unavoidable conflicts shall be immediately brought to the Design Professional's attention. SC-7.02 Schedules and Data. Each Application for Progress Payment shall be accompanied by the Contractor's updated schedule of operations, or progress report, with such shop drawings, schedules, procurement schedules, value of material on hand included in application, and other data specified in Division 1 or reasonably required by the Design Professional. With each pay request the Contractor shall submit a breakdown of pay items by work order site, listing location, description of work and cost supported by foreman's report; and a standard A.I.A. billing form indicating bid items, unit prices bid, current quantities installed, value of current work installed, previous quantity installed and total quantity and cost to date. SC-7.03 Documentation for Final Payment. Contractor's Application for Final Payment shall be accompanied by consent of the Surety to final payment and clear lien and privilege certificates issued by the Clerk of Court and Ex-Officio Recorder of Mortgages for Jefferson Parish. SC-8 SPECIFICATIONS. The specifications which govern the materials and equipment to be furnished and the work to be performed under this contract are listed in the Table of Contents at the beginning of this volume. SC-9 RESPONSIBILITY FOR PAYMENT. Except for items specifically identified as provided by the Owner, Contractor shall pay for all labor, materials, and other costs incurred under this Contract. SC-10 UNDERGROUND INSTALLATIONS. Active underground pipelines and utilities are indicated on the Drawings only to the extent such information was made available to or discovered by Design Professional in preparing drawings. There is no guarantee as to the accuracy or completeness of such information, and all responsibility for the accuracy and completeness thereof is expressly disclaimed by the Owner and the Design Professional. Service connections are not indicated on the Drawings.

54

Contractor shall be responsible for discovery of all existing underground installations, in advance of excavating or trenching, by contacting all local utilities, and by prospecting. SC-11 HISTORICAL OR ARCHAEOLOGICAL DEPOSITS. If, during the course of construction, evidence of deposits of historical or archaeological interest is found, Contractor shall cease operations affecting the find and shall notify Owner who shall notify the State Historic Preservation Officer. No further disturbance of the deposits shall ensue until Contractor has been notified by Owner that he may proceed. Owner will issue a notice to proceed only after the state official has surveyed the find and made a determination to the Owner. Compensation to Contractor, if any, for lost time or changes in construction to avoid the find, shall be determined in accordance with changed conditions or change order provisions of the Contract Documents. SC-12. CONTRACT TIME. SC-12.01 Delays and Damages. Contractor shall accept the risk of any delays caused by the rate of progress of the work performed under this contract or other contract. In the event the Contractor is delayed in the prosecution and completion of the work because of such conditions, the Contractor shall have no claim against the Owner for damages or contract adjustment other than an extension of contract time and the waiving of liquidated damages during the period occasioned by the delay. Time limitations required by the Owner shall be for the benefit of the Owner and contractors, under other contracts, who have entered into such contracts with the Owner in reliance on the time limitations set forth in these Contract Documents. Any claim by the Contractor for damages due to delay by another contractor shall be asserted against that Contractor. SC-12.02 Time Extensions for Weather Conditions. The Contractor shall note that weather conditions shall not be an automatic cause for time extension. The contract time specified in the bidding documents and contract agreement include an allowance as stated in those documents for inclement weather. In order to document and claim days lost to inclement weather conditions, the Contractor shall, on a semi-monthly basis submit a report to the Design Professional, stating the time lost to inclement weather, within seven (7) days of the end of the report period. The Design Professional will review the report and make recommendations for either acceptance or rejection of each claimed time period lost to inclement weather. The Owner will then instruct the Design Professional to approve or reject the report. The report for lost days due to inclement weather shall account for all days during the reporting period, including weekends and holidays. Claims for lost days on either weekends or holidays will not be considered unless the Contractor can show that the inclement weather affected work production on the following work day. The reporting periods shall be from the first day of the month through and including the fifteenth day of the month and from the sixteenth day of the month through and including the last day of the month. Lost time accounting shall be in one-half day increments. SC-13 SUBSTANTIAL COMPLETION. Paragraph 14.04 of the General Conditions is hereby deleted entirely, and the following is substituted: When the

55

Contractor considers the work 100% complete, the Contractor shall declare in writing to the Owner and the Design Professional that the work has been completed in accordance with the plans and specifications, and shall request a Final Inspection of the work. Upon receipt of such notification the Design Professional shall , as quickly as practical, schedule and conduct a Final Inspection of the work and shall prepare and furnish to the Contractor a Punch List of outstanding items to be completed or corrected, all in accordance with Paragraph 14.11 of the General Conditions. Upon completion of the Punch List items and verification by the Design Professional and the Owner as acceptable and complete, the City Council will, by Resolution, accept the project as complete for purposes of commencement of the statutory lien period. Until completion of the Punch List, however, the contract time will continue to run. SC-14 ORDER OF PRECEDENCE. In the event of an inconsistency in the Contract Documents, the order or precedence shall be as follows:

a) Agreement b) Addenda/Change Orders/Written Amendment c) Contractor's Bid d) Supplementary Conditions e) Invitation to Bid f) Instructions to Bidders g) General Conditions h) Technical Specifications i) Referenced Standard Specifications j) Drawings

With reference to the drawings, the order of precedence is as follows: Figures govern over scaled dimensions; detail drawings over general drawings; addenda/change order drawings govern over standard drawings and shop drawings. SC-15 ASSIGNMENT. Neither party to this contract shall assign or sublet his interest in this contract without written consent of the other, nor shall Contractor assign any monies due or to become due him under this contract without previous written consent of Owner, nor without the consent of the Surety unless the Surety has waived its right to notice of assignment. The Contractor shall perform at least fifty percent (50%) of all work covered in the Contract Documents. Contractor shall not employ any subcontractor, other personnel or organization, whether initially or at any time during the contract time, to assist the Contractor in the execution of the Contractor’s fifty percent (50%) of the work. SC-16 PREFERENCE AND PRIORITY TO LOUISIANA RESIDENT CONTRACTORS. By statutory authority, certain preference and priority is given to Louisiana Resident Contractors in the award of public work contracts (LSA-R.S. 38:2225). If applicable, Bidder must make request in writing, to accompany bid submission. SC-17 EMERGENCY PERSONNEL REQUIREMENTS. The work demands of this contract will require the Contractor to be able to respond to emergencies within one hour of notification.

56

SC-18 COORDINATION OF WORK. The Contractor performing work under this contract shall be required to coordinate his operations with all City of Kenner and/or Parish Public Works Departments as may be required. SC-19 COOPERATION BETWEEN CONTRACTORS. The Contractor shall at all times be cognizant that other work may be under construction at the same time that this Project is active. There shall be complete cooperation with any other contractor(s) on the site or in the immediate vicinity of Contractor’s work area, and any unavoidable conflicts shall be brought immediately to the attention of the Design Professional for resolution. SC-20 PRE-CONSTRUCTION CONFERENCE. Prior to the commencement of construction the Design Professional shall schedule a Pre-Construction Conference. The Contractor shall be represented at the conference by the Project Superintendent and any other personnel as Contractor may desire. An Owner’s representative shall be present, and where advisable, representatives of utility companies shall also be present. SC-21 SCHEDULE OF VALUES AND PROJECT WORK SCHEDULE. The Contractor shall submit to the Design Professional a detailed Schedule of Values and a complete work schedule (CPM schedule) prior to the issuance of a “Notice to Proceed”. SC-22 SHOP DRAWINGS AND SAMPLES. In Article 6, Section 6.17 Paragraphs A, B, and D of the General Conditions, the words “...and approved...” are hereby deleted. SC-23 ACCEPTANCE OF INSURANCE. The first sentence of Article 5, Paragraph 5.09 of the General Conditions is hereby amended to read as follows: If Owner has any objections to the coverage afforded by, or any other provision of the insurance required to be purchased and maintained by the Contractor in accordance with Paragraphs 5.04 on the basis of its not complying with the Contract Documents, Owner will notify Contractor in writing thereof within thirty (30) calendar days of the date of delivery of such certificates to Owner in accordance with Paragraph 2.7.

END OF SUPPLEMENTARY CONDITIONS