AND KENNER, LA. MAYOR

Transcription

CONTRACT DOCUMENTSANDTECHNICAL SPECIFICATIONSFORCity of KennerWastewater Treatment Plant No. 3 (WWTP 3) ImprovementsKENNER, LA.MAYORMichael S. YenniCOUNCILMaria C. DeFrancesch, Councilwoman at Large Division AKeith A. Conley, Councilwoman at Large Division BGregory W. Carroll , Councilwoman District 1Michael G. Sigur , Councilman District 2Keith M. Reynaud, Councilman District 3Leonard J. Cline, Councilwoman District 4Dominick F. Impastato, III , Councilman District 5CHIEF OF POLICEMichael J. GlaserLinfield, Hunter and Junius, Inc.3608 18th StreetMetairie, LA 70002Project Number 12-17SEALED BID NO. 15-6262TOC-1

TABLE OF CONTENTSTABLE OF CONTENTS . 2 to 4INVITATION TO BID . 5 to 6INFORMATION AVAILABLE TO BIDDERS . 7 to 8INSTRUCTIONS TO BIDDERS . 9 to 16SECTION I.BIDDING AND CONTRACT DOCUMENTS REQUIRED OF ALL BIDDERSBID FORM .17 to 22BID BOND .23SECTION II.DOCUMENTS REQUIRED OF SUCCESSFUL BIDDERAFFIDAVIT . 24CORPORATE RESOLUTION (SAMPLE) . 25AGREEMENT . 26 to 31HOLD HARMLESS AGREEMENT .32AFFIDAVIT-EMPLOYEMENT STATUS VERIFICATION 33ATTESTATION CLAUSE .34PERFORMANCE BOND . 35 to 36LABOR AND MATERIALS (PAYMENT) BOND . 37 to 38LDEQ REQUIRED DOCUMENTS . 39 to 69SECTION III.SUPPLEMENTARY CONDITIONS . 70 to 80GENERAL CONDITIONS . . GC-1 to GC-4TOC-2

TABLE OF CONTENTS(continued)SECTION IVSPECIAL PROVISIONS . 4.00MOBILIZATION AND SITE DEMOLITION . 4.01EARTHWORK . 4.02EXPLORATORY EXCAVATION . 4.03SITE WORK . 4.04PRESTRESSED CONCRETE PILES . 4.051TIMBER PILES . 4.052CONCRETE AND RELATED MATERIALS . 4.06STRUCTURAL STEEL AND MISCELLANEOUS METALS. 4.07PIPING. 4.08VALVES AND GATES . 4.09PAINTING AND COATING . 4.10PUMPS . 4.11MECHANICAL BAR SCREENS . 4.110MANUAL BAR SCREENS . 4.111GRIT CHAMBER . 4.12CLARIFIERS, SKIMMERS, AND SLUDGE COLLECTORS . 4.13MISCELLANEOUS EQUIPMENT . 4.14FIBERGLASS REINFORCED POLYMER (FRP) GRATING SYSTEM . 4.15COMMON WORK RESULTS FOR ELECTRICAL. 4.16GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS . 4.17HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS . 4.18IDENTIFIACTION FOR ELECTRICAL SYSTEMS. 4.19LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES . 4.20RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS. 4.21WIRING DEVICES . 4.22SWITCHES, CIRCUIT BREAKERS AND CONTROLLERS. 4.23FUSES . 4.24TOC-3

MOTOR CONTROL CENTER . 4.25PROCESS INSTRUMENTS AND CONTROLS. 4.26ELECTRICAL EQUIPMENT MOTOR CONTROL CENTER . 4.27OVERCURRENT PROTECTIVE DEVICE COORDINATION STUDY . 4.28APPENDICESAPPENDIX A – SOIL BORING4

INVITATION TO BIDThe City of Kenner will receive sealed bids for the City of Kenner Wastewater Treatment PlantNo. 3 (WWTP 3) Improvements. The work generally consists of the following: theconstruction of a new headworks, two new clarifiers, a new raw activated sludge/wasteactivated sludge pump station, a new scum pump station, miscellaneous hydraulic boxes,new piping and the decommissioning of the North and South Headworks. The purpose ofthe project is to improve the hydraulic capacity of the Plant.Sealed Bids will be received by the City of Kenner in the Purchasing Department, 1801 WilliamsBlvd. Building C, Third Floor, Kenner, Louisiana 70062 until 9:45 a.m. on Tuesday, April 7,2015. Bids will not be accepted after this time. All interested parties are invited to attend the bidopening on the same day at 10:00 a.m. in the Purchasing Department Conference Room, 1801Williams Boulevard, Building C, 3rd Floor, Kenner, Louisiana, at which time they will bepublicly read.There will be a mandatory pre-bid meeting on Wednesday, March 18, 2015 at 10:00 a.m. atthe Public Works Office located at 1610 Rev. Richard Wilson Drive, Kenner, Louisiana70062. All must attend in order to submit bid.Contractors may obtain and submit bids electronically by visitingwww.centralauctionhouse.com. If submitting bid electronically, a bid bond is the onlyacceptable 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 bidsmay be obtained from the Consulting Design Professionals, Linfield, Hunter and Junius, Inc.located at 3608 18th Street Metairie, Louisiana 70002 upon deposit of 150.00 for each set ofdocuments. Deposits on the first set of documents furnished to bona fide prime bidders is fullyrefundable upon return of the documents in good condition no later than ten days after receipt ofbid. Said refunds will only be made for a complete set of documents if it is returned in goodcondition and returned within 10 days following bid opening. Partial sets of documents will notbe issued.Any bidder to whom a contract is awarded shall certify that he holds an active license inaccordance with LSA-R.S. 37:2150 et. seq. Bidders must write their Louisiana StateContractor’s license number on the outside of the bid envelope prior to bid submission for publicworks construction projects estimated at 50,000 and above. In the case of an electronic bidproposal, a contractor may submit an authentic digital signature on the electronic bid proposalaccompanied 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’scertification and show the contractor’s license number on the bid envelope, the bid shall beautomatically rejected, shall be returned to the bidder marked “REJECTED” and shall not beread aloud.5

In accordance with LA R.S. 38:2212 and Louisiana Administrative Code 34:III.Chapter 3 §307,bid submission shall conform to those requirements as stipulated on the Louisiana UniformPublic Work Bid Form. Bidder must submit a bid security in the form of bid bond, cashier’scheck, or certified check in the amount of 5% of the contract price in favor of the City of Kenner.If submitting bid electronically, a bid bond is the only acceptable form of bid security. Acashier’s or certified check will be NOT acceptedPrior to and upon contract execution, the successful bidder shall provide to the Owner all otherdocuments necessary, including but not limited to performance bond, payment bond andinsurance certificate(s), which are necessary for contract execution in accordance with thetimetable as stipulated in this Invitation to Bid.Bids will be received on a total bid price basis. If a Contract for the Work is to be awarded, itwill be awarded to the lowest responsive Bidder, who had bid in accordance with therequirements of the Louisiana Uniform Public Work Bid Form, as determined by the Owner'sevaluation of the corresponding Bid Form. Determination of the lowest Bidder shall be on thebasis of the sum of the Base Bid and any Alternates accepted by the Owner, subject to theOwner's and the Design Professional's evaluation of the corresponding Bid Form and theprovisions of Louisiana Public Contracts Law.The Work is to commence within 10 days after the Notice to Proceed. Completionof the Work is required within 640 calendar days (21 months) following the Date of Contract asstated in the Notice to Proceed.The bid prices shall include all such taxes and the costs of all required permits, insurance andbonds, if any.No Bid may be withdrawn within a period of 45 days after the date fixed for opening bids forthis project.For just cause, the City of Kenner reserves the right to reject any and all Bids.CITY OF KENNERSealed Bid No. 15-6262/s/ Theresa L. NevelsPurchasing DirectorAdvertisement: February 26, March 5 and 12The New Orleans Advocate6

INFORMATION AVAILABLE TO BIDDERSEXPLANATION OF AFFIRMATIVE ACTION STEPSIt is a Federal requirement that all procurement made with the Federal funds utilize six(6) affirmative action steps to utilize small business enterprises (SBE's), minority businessenterprises (MBE's), women's business (WBE's), and small businesses in rural areas (SBRA's) inthe areas of construction, services, equipment, and supplies. These six steps are as follows:1.Include MBE's, WBE's, SBE's, and SBRA's on the solicitation lists;2.Assure that MBE's, WBE's, SBE's, and SBRA's, once they are identified, are solicitedwhenever they are potential sources;3.When economically feasible, divide total requirements into smaller tasks or quantities topermit maximum participation by MBE's, WBE's, SBE's, and SBRA's;4.Where feasible, establish delivery schedules which encourage participation by MBE's,WBE's, SBE's, and SBRA's;5.Using the services and assistance of the U.S. Department of Commerce's MinorityBusiness Development Agency (MBDA) and the Small Business Administration (SBA);and6.Requiring the prime contractor to take the affirmative steps outlined here. If thesuccessful bidder does not plan to award subcontracts, these steps should still be taken inprocuring equipment and supplies.Step number five (5) is not mandatory if other sources to identify MBE's, WBE's, SBE's,and SBRA's are utilized. However, the use of these resources is encouraged. There are severaloutline databases that list qualifying firms, some of which may be identified as disadvantagedbusiness enterprises (DBE) rather than MBE, WBE, SBE, or SBRA firms.One of these databases in the PRO-Net database which can be accessed by typingwww.sba.gov to reach the SBA Webpage. The PRO-Net database allows you to conduct asearch for firms based on a number of criteria such as locality, SIC codes, bonding capability,etc. This database also allows you to locate firms that have been certified through the 8(a)program which certifies that the company has at least 2 years’ experience, has adequatefinancing and bonding to perform, and has references from previous jobs. If you do not haveInternet access you can contact the New Orleans office of the SBA at (504) 589-2847.7

The MBDA also maintains a database which can be accessed by typing www.mbda.govto reach their opportunity database. Information you submit to this database about the job youhave for MBE/WBE participation will be compared with information in the Phoenix database ofminority companies. When a match is made, the eligible minority companies will receive a copyof your opportunity by email and/or fax and you will receive (via email or fax) a list of theminority companies to which your opportunity has been referred. The phone number for theMBDA is (214) 767-8001.The Louisiana Department of Transportation and Development (DOTD) also has anonline list of DBE firms that have been certified by DOTD. Typing www.dotd.state.la.us/cgibin/construction.cgi will take you to the site where you can select the most current list of DBEfirms. The phone number for DOTD is (225) 379-1382.The successful bidder must provide documentation to demonstrate that the affirmativeaction steps were pursed. In addition to the use of forms RF-245 and RF 248, documentationmight include records of telephone calls, records of utilization of the MBDA and SBA Web sites,and relevant correspondence. Where MBE's, WBE's, SBE's, and/or SBRA's are contacted but notutilized, an explanation as to why each one contacted was not utilized should be provided.END OF SECTION8

INSTRUCTIONS TO BIDDERS - LIST OF 1.06.B-12B-13B-14B-15B-16B-17B-18B-19CROSS REFERENCE TO PRIMARY STATEMENTSQUALIFICATION OF BIDDERSLOUISIANA LICENSE REQUIREMENTSFAMILIARIZATION WITH THE WORKSite ConditionsINTERPRETATIONSTAXES AND PERMITSBID SECURITYRETURN OF BID SECURITYCONTRACT TIMESUBCONTRACTORSSuppliersBIDSBid FormBid PricingElectronic and Manual Submission of BidsSpecial Requirements for Manual Submission of BidsModification and Withdrawal of BidsBids to Remain OpenAWARD OF CONTRACTEXECUTION OF AGREEMENTCOPIES OF CONTRACT DOCUMENTSLOCAL MATERIALS AND FIRMSWORK SCHEDULINGWORK ON PRIVATE PROPERTYUSE OF POTABLE WATERPERFORMANCE AND PAYMENT BONDS9

B-1CROSS REFERENCE TO PRIMARY STATEMENTS. Definitions, requirements,and limitations affecting the bidding are contained in the various contract documents, and are notnecessarily repeated in these instructions. The following is a partial list of applicable provisionsand their locations:Availability of LandGeneral Conditions and Division 1Bonds and InsuranceGeneral and Supplemental ConditionsDefinitionsGeneral and Supplemental ConditionsDetailed Description of the WorkDivision 1Liquidated DamagesAgreementLaws and RegulationsGeneral and Supplemental ConditionsRetainageAgreement and Supplemental ConditionsSubsurface InvestigationsGeneral and Supplemental ConditionsB-2QUALIFICATIONS OF BIDDERS. Bidders may be required to submit evidence thatthey have a practical knowledge of the particular Work bid upon, and that they have the financialresources to complete the proposed Work.In determining the Bidder's qualifications, the following factors will be considered: Workpreviously completed by the Bidder and whether the Bidder (a) maintains a permanent place ofbusiness, (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 appropriatetechnical experience.Each Bidder may be required to show that former work has been handled and that no just claimsare pending against such work. No Bid will be accepted from a Bidder who is engaged in anywork, which would impair the Bidder's ability to perform or financially manage this Work.B-3LOUISIANA LICENSE REQUIREMENTS. State regulations require that anyprospective Bidder on construction contracts of 50,000.00 or greater obtain a LouisianaContractor's License prior to either acquiring bidding documents or submitting a bid. Eachprospective Bidder shall produce evidence that the Bidder possesses the proper LouisianaContractor'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 inaccordance with LSA-R.S. 37:2150 et. seq. Bidders must write their Louisiana StateContractor’s license number on the outside of the bid envelope prior to bid submission for publicworks construction projects estimated at 50,000 and above. In the case of an electronic bidproposal, a contractor may submit an authentic digital signature on the electronic bid proposalaccompanied 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’scertification and show the contractor’s license number on the bid envelope, the bid shall beautomatically rejected, shall be returned to the bidder marked “REJECTED” and shall not beread aloud.10

B-4FAMILIARIZATION WITH THE WORK. Before submitting a Bid, eachprospective Bidder shall become familiar with the Work, the site where the Work is to beperformed, local labor conditions and all laws, regulations and other factors affectingperformance of the Work. The Bidder shall carefully correlate its observations withrequirements of the Contract Documents and otherwise become satisfied with the expense anddifficulties attending performance of the Work. The submission of a Bid will constitute arepresentation of compliance by the Bidder. There will be no subsequent financial adjustmentfor lack of such familiarization.B-4.01. Site Conditions. Each Bidder shall visit the site of the Work and become completelyinformed relative to construction hazards and procedure, the availability of lands, thecharacter and quantity of surface and subsurface materials, utilities to be encountered, thearrangement and condition of existing structures and facilities, the procedure necessary formaintenance or uninterrupted operation of existing facilities, the character of constructionequipment and facilities needed for performanc

Wastewater Treatment Plant No. 3 (WWTP 3) Improvements KENNER, LA. MAYOR Michael S. Yenni COUNCIL Maria C. DeFrancesch, Councilwoman at Large Division A Keith A. Conley, Councilwoman at Large Division B Gregory W. Carroll , Councilwoman District 1 Michael G. Sigur , Councilman District 2 Keith M. Reynaud, Councilman District 3