SOUTHEAST LOUISIANA FLOOD PROTECTION AUTHORITY WEST CONSTRUCTION PROPOSAL FOR WEST JEFFERSON LEVEE DISTRICT

Similar documents
City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

ADVERTISEMENT FOR BID

TERREBONNE PARISH CONSOLIDATED GOVERNMENT INSURANCE REQUIREMENTS CONTRACTORS

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

PROPOSAL LIQUID CALCIUM CHLORIDE

(I) (We) understand that any alteration/strike out of the Contract/Bidding Requirements or Special Provisions pages will void my bid.

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

LOUISIANA UNIFORM PUBLIC WORK BID FORM

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651

SMALL WORKS ROSTER APPLICATION FORM

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS

THE CONSTRUCTION MANAGEMENT ASSOCIATION OF AMERICA, INC. CMAA Document CMAR-2 (2013 Edition)

CENTRAL LINN SCHOOL DISTRICT #552C INVITATION TO BID. Project Number ITB Flat Roof Life Extension

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

DIF CREDIT AGREEMENT [Insert Project Name]

I N V I T A T I O N T O B I D BID #33-16 RECONSTRUCTION OF RETAINING WALL

Insurance Requirements for Contractors

Delaware Solid Waste Authority Southern Solid Waste Management Center Construction of Cell 3 Disposal Area Contract DSWA 332 AGREEMENT

Specifications and Bid Forms for. Riprap at Bridge Berm Structure # rd Street, Yankton South Dakota, Yankton County,

5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED.

Performance CONTRACTORS, INC. HAULING TERMS AND CONDITIONS

ADDENDUM NO. 1 INVITATION FOR BID B303 ROOF REPAIRS & REPLACEMENT

M E M O R A N D U M. March 13, 2019

PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL

INSTRUCTIONS TO BIDDERS

G E O R G I A P O R T S A U T H O R I T Y I N S U R A N C E R E Q U I R E M E N T S

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. for. Well #17 Rehabilitation, Pump and Motor Inspection and Repair. BRUCE KILMER Mayor

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH:

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For. HSP Station Building Roof Replacement. NANCY RIDLEY City Manager

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

TERREBONNE PARISH CONSOLIDATED GOVERNMENT MINIMUM INSURANCE REQUIREMENTS PROFESSIONAL SERVICES (ARCHITECTS, ENGINEERS, CONSULTANTS, ETC.

ALL PAGES MUST BE COMPLETE AND SUBMITTED WITH YOUR SEALED BID. PLEASE READ THE BID PACKAGE CAREFULLY.

REQUIRED BID FORMS SECTION

LONE TREE SCHOOL FLOORING REPLACEMENT

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

CENTRAL COAST WATER AUTHORITY. Bid Documents For Furnishing and Delivery of Bulk Water Treatment Chemicals Ammonium Hydroxide

VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION

Request for Bids (RFB) For Recycling Facility Compactor and Installation Town of Rockingham, Vermont

BETWEEN name. address. AND name (hereinafter called the Subcontractor ) address

PROPOSAL AND SPECIFICATIONS FOR PAVEMENT MARKING COUNTY PRIMARY ROADS CITY OF ALLEGAN MARCH 21, 2018

Snow Removal Services Request for Proposals December 1, April 30, 2019

City of Sidney Request for Qualifications and Proposal for. Plumbing Maintenance and Repair Services # S

Proposal No:

INDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT

SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) Chain Link Fence Installation at CBJ Wastewater Facilities

REQUIRED BID FORMS SECTION

REGIONAL ROAD CONCURRENCY AGREEMENT CONSTRUCTION OF IMPROVEMENTS

BID DOCUMENTS FOR. WTP VFD Replacement Bid

City of Loveland, Ohio

THE UNIVERSITY OF THE WEST INDIES, MONA CAMPUS Procurement Policies and Procedures Manual. Appendices APPENDICES

Mailing address: P.O. Box, 9422, South Portland, ME Telephone (207) Fax (207)

TRELLIS COMMUNITY DEVELOPMENT REQUEST FOR PROPOSAL COLTER 20 UNIT SINGLE FAMILY ATTACHED PROJECT

SMALL ORDERS TERMS AND CONDITIONS - BLANKET

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

City of Laguna Niguel Solicitation of Informal Sealed Bids for the Replacement of Diving Platform Hand Rail and Spiral Stairs Cash Contract 18-06

CITY OF GRAND HAVEN GRAND HAVEN, MICHIGAN DEPARTMENT OF PUBLIC WORKS WATER TREATMENT

COUNTY OF OSWEGO PURCHASING DEPARTMENT

AGREEMENT BETWEEN OWNER AND SELLER

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling

TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

CITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT

City of Portsmouth, Portsmouth, NH School Department Electrical Repair Services INVITATION TO BID

Request for Bid/Proposal

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

Workforce Management Consulting Services

PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL

NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES

Building Division Specifications and Contract Documents for the: COMMUNITY CENTER PLAYGROUND PROJECT PROJECT No

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

WINDOW WASHING

REQUEST FOR PROPOSALS TELEPHONE SYSTEM

Alabama State Port Authority

MIAMI VALLEY COMMUNICATIONS COUNCIL 1195 EAST-ALEX BELL ROAD, CENTERVILLE, OHIO PHONE: / FAX: / INTERNET:

CITY OF CUMMING WILLIAMS CIRCLE LOW PRESSURE SEWER

Request for Bids. SUPPLY AND DELIVERY OF LIQUID SODIUM HYDROXIDE Wastewater Division. Town of North Attleborough, Massachusetts BOARD OF PUBLIC WORKS

Demolition of Water Ground Storage Tanks

SAMPLE SUBCONTRACTOR AGREEMENT

HVAC REPACEMENT. Construction Documents. Quitman County Schools Quitman County, Mississippi. Project Manual For. Project No

REQUEST FOR SEALED BID PROPOSAL

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

CONTRACT DOCUMENTS FOR: CONSTRUCTION YEAR 2018 DIRECTIONAL DRILLING FOR THE WAYNE COUNTY WATER AND SEWER AUTHORITY

CONTRACT DOCUMENTS FOR Fire Department Training Center Paving Project No

TABLE OF CONTENTS CONTRACT PROVISIONS

PROPOSAL CAR, TRUCK, AND HEAVY EQUIPMENT TIRES

COUNTY OF COLE JEFFERSON CITY, MISSOURI

Lane County Health & Human Services Youth Services Division Motivational Interviewing REQUEST FOR QUOTES

SOUTHERN REGIONAL WASTEWATER TREATMENT PLANT CRYOGENIC PLANT TURNAROUND MAINTENANCE Year 2016

TELEPHONE: 620/ OFFICE OF: Central Purchasing CITY OF HUTCHINSON BID NO ADDENDUM NO. 1

ADDENDUM TO STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR A RESIDENTIAL OR SMALL COMMERCIAL PROJECT AIA DOCUMENT A

Drexel University Independent Contractor Service Provider Agreement. Name: [ ] Limited Liability Company [ ] Professional Corporation

ROAD COMMISSION FOR IONIA COUNTY

SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER

CITY OF ORTING. 110 Train St SE BID REQUEST, SPECIFICATIONS AND CONTRACT DOCUMENTS

Transcription:

SOUTHEAST LOUISIANA FLOOD PROTECTION AUTHORITY WEST CONSTRUCTION PROPOSAL FOR WEST JEFFERSON LEVEE DISTRICT WEST JEFFERSON LEVEE DISTRICT BID NO. 209 PROCUREMENT AND INSTALLATION OF CARGO ELEVATOR WEST JEFFERSON LEVEE DISTRICT A-1

TABLE OF CONTENTS Page No. Title Sheet... A-1 Table of Contents...B-1 Notice to Contractors...C-1 General Requirements... D-1 thru D-3 Contract Specifications...E-1 thru E-2 Construction Proposal Returnables: Title Sheet... F-1 Bid Bond... F-2 Construction Proposal Signature and Execution Form... F-3 Bidder Signature Requirements... F-4 B-1

NOTICE TO CONTRACTORS Sealed bids for the following project will be received by the WEST JEFFERSON LEVEE DISTRICT (Contracting Agency), 7100 River Road, Marrero, LA 70072 until 10:00 a.m. on Thursday, March 4, 2010, at which time and place bids will be publicly opened and read. No bids will be received after 10:00 a.m. Any person requiring special accommodations shall notify the West Jefferson Levee District at (504) 231-5053 not less than 3 business days before bid opening. WEST JEFFERSON LEVEE DISTRICT BID NO. 209 DESCRIPTION: PROCUREMENT AND INSTALLATION OF CARGO ELEVATOR PARISH: JEFFERSON PARISH WORK TO BE DONE: PROCURE AND INSTALL CARGO ELEVATOR AT WEST JEFFERSON LEVEE DISTRICT EMERGENCY COMMAND CENTER LIMITS: THIS PROJECT IS LOCATED IN JEFFERSON PARISH AT THE WEST JEFFERSON LEVEE DISTRICT EMERGENCY COMMAND CENTER LOCATED AT 7001 RIVER ROAD, MARRERO, LA 70072 CONTRACTING AGENCY: WEST JEFFERSON LEVEE DISTRICT ESTIMATED COST RANGE: $25,000 to $35,000 PROJECT MANAGER: DAVID J. SMITH, P.E. (504) 231-5053 COST OF PLANS AND SPECIFICATIONS: Included in proposal (no additional charge).free Available via the Authority website: www.slfpaw.org Each sealed envelope containing a bid must be plainly marked on the outside as WEST JEFFERSON LEVEE DISTRICT BID No. 209, CARGO ELEVATOR and the envelope should bear on the outside the name of the bidder, his address and his Louisiana State contractor s license number. If forwarded by mail, the sealed envelope containing the bid must be enclosed in another envelope addressed to the West Jefferson Levee District, 7001 River Road, Marrero, Louisiana 70072. If forwarded by U.S. mail, the sealed envelope must be received at least one day in advance to the bid opening. If forwarded by courier or in person, deliver to 7001 River Road, Marrero, Louisiana 70072. The contractor shall be required to attend the MANDATORY PRE-BID MEETING on Wednesday, February 24, 2010. The meeting will be held at 7001 River Road, Marrero, Louisiana 70072 at 10 am. Any contractor not in attendance will not be allowed to bid on the job. Plans and/or proposals may be obtained from the West Jefferson Levee District (see address & phone below) or via the Authority website, www.slfpaw.org. Written requests for plans and/or proposals should be sent to the West Jefferson Levee District. Plans and/or proposals will not be issued later than 24 hours prior to the time set for opening bids. West Jefferson Levee District, 7001 River Road, Marrero, LA 70072 Phone (504) 340-0318. Susan Maclay - President Southeast Louisiana Flood Protection Authority- West C-1

GENERAL BIDDING REQUIREMENTS The plans herein referred to are the plans approved and marked with the project number and Parish, together with all standard or special designs that may be included in such plans. The bidder declares that the only parties interested in this proposal as principals are those named herein; that this proposal is made without collusion or combination of any kind with any other person, firm, association, or corporation, or any member or officer thereof; that careful examination has been made of the site of the proposed work, the plans, Standard Specifications, and the form of contract and payment, performance, and retainage bond; that the bidder agrees, if this proposal is accepted, to provide all necessary machinery, tools, apparatus and other means of construction and will do all work and furnish all material specified in the contract, in the manner and time therein prescribed and in accordance with the requirements therein set forth; and agrees to accept as full compensation therefore, the amount of the summation of the products of the quantities of work and material incorporated in the completed project. The bidder further agrees to perform all extra and force account work that may be required on the basis provided in the specifications. The bidder further agrees that within 15 calendar days after the contract has been transmitted to him, he will execute the contract and furnish the Department satisfactory performance bonds. If this proposal is accepted and the bidder fails to execute the contract and furnish bonds as above provided, the proposal guaranty shall become the property of the Department; otherwise, said proposal guaranty will be returned to the bidder; Contractor shall be required to be licensed in Commercial Construction and/or Municipal and Public Works. DEFINITIONS AND TERMS: Contracting Agency: A city, levee board, police jury or other governing authority of a parish, state office, agency, board, commission, public corporation or other political subdivision of the State, in whose name the contract will be executed. Whenever the term "Department" is used as Owner, it shall mean the Contracting Agency. Whenever the term "Department" is used as Engineer, it shall mean the Engineer. AWARD AND EXECUTION OF CONTRACT: Upon evaluation of all qualified sealed bids received by the bid deadline date. The Department shall make recommendation of award to the lowest and most responsible bidder, as determined by the Department. Contract Award will occur no later than ten (10) days following bid opening. Following Contract Award and Issuance of Notice to Proceed, the entire contract shall be completed in all details and ready for final acceptance within one hundred twenty (120) working days. PERMITS, LICENSES, TAXES AND INSURANCE: The contractor shall defend, indemnify, save, and hold harmless the State and its representatives, the Southeast Louisiana Flood Protection Authority West and its representatives, and the West Jefferson Levee District and its representatives against any claim or liability arising from violation of any such law, bylaw, ordinance, code, regulation, order or decree, whether by the contractor or the contractor s employees. D-1

Contractors shall procure temporary permits and licenses for the work, pay charges, fees, and taxes, and give notices necessary to due and lawful prosecution of the work. The contractor shall maintain, at a minimum, the following insurance coverages: (a) Workers Compensation in compliance with state law, with the exception that the contractor's Employer liability is to be at least $1,000,000 when work is to be over water and involves maritime exposures. For the coverage provided in this subpart the contractor's Insurer will have no right of recovery or subrogation against the State of Louisiana, Southeast Louisiana Flood Protection Authority West, or West Jefferson Levee District. (b) Commercial General Liability Insurance with a combined single limit per occurrence for bodily injury and property damage. The aggregate loss limit must be on a per project basis. This insurance shall include coverage for bodily injury and property damage, and include coverage for Premises-Operation; Broad form Contractual Liability; Products and Completed Operation; Use of Contractors and Subcontractors; Personal Injury; Broad form Property Damage; explosion, collapse and underground (XCU) coverage. The required combined single limit amount of insurance shall be as provided in Table 1. (c) A separate Owner's and Contractor's Protective (OCP) Liability Policy shall be supplied by the contractor naming the Southeast Louisiana Flood Protection Authority West and the West Jefferson Levee District as named insureds. The required combined single OCP limit amount shall be as provided in Table 1. (d) Business Automobile Liability Insurance with a combined single limit per occurrence for bodily injury and property damage. This insurance shall include bodily injury and property damage coverage for owned automobiles, hired automobiles and non-owned automobiles. The required combined single limit amount of insurance shall be as provided in Table 1 below. TABLE 1 Insurance Requirements INITIAL CONTRACT AMOUNT MINIMUM INSURANCE Up to $100,000 $ 100,000 From $100,001 to $200,000 $ 200,000 Over $200,000 $ 500,000 (e) The Southeast Louisiana Flood Protection Authority West and the West Jefferson Levee District shall be named as additional insured on all policies of insurance required to be maintained by the contractor pursuant to this section. The following shall be included as provisions in each policy: (a) The insurance company (ies) issuing the policy (ies) shall have no recourse against the State of Louisiana, Southeast Louisiana Flood Protection Authority West, or West Jefferson Levee District for payment of any premiums or for assessments under any form of the policy. D-2

(a.1) The insurance company (ies) issuing the policy (ies) required to be maintained by the contractor hereby waives all rights of subrogation and shall have no recourse against the Southeast Louisiana Flood Protection Authority West or the West Jefferson Levee District for any funds paid under the coverage(s) afforded by the aforesaid policy (ies). (b) Any and all deductibles in the above described insurance policy (ies) shall be assumed by and be at the sole risk of the contractor. Insurance is to be placed with insurance companies authorized in the State of Louisiana with an A. M. Best's rating of A-: VI or higher. This rating requirement may be waived for Workers Compensation coverage only. Should any policies be canceled, the contractor shall immediately notify the Southeast Louisiana Flood Protection Authority West and the West Jefferson Levee District. Upon failure of the contractor to furnish, deliver and maintain such insurance as required, this contract, at the election of West Jefferson Levee District, may be immediately declared suspended, discontinued or terminated. Failure of the contractor to maintain any required insurance shall not relieve the contractor from any liability under the contract, nor shall the insurance requirements be construed to conflict with the obligations of the contractor concerning indemnification. The contractor is responsible for requiring and verifying that all subcontractors working on the project maintain appropriate types and levels of insurance coverage. The contractor shall defend, indemnify, save, and hold harmless the Authority, its officers and employees, the Southeast Louisiana Flood Protection Authority West, its officers and employees, and the West Jefferson Levee District, its officers and employees, from all suits, actions or claims brought because of injuries or damage sustained by any person or property due to operations of the contractor. PARTIAL PAYMENTS: Retainage shall be ten percent of the amount of work completed to date. CONTRACT TIME: The entire contract shall be completed in all details and ready for final acceptance within one hundred twenty (120) working days. The contractor will be allowed 30 calendar days from the date stipulated in the Notice to Proceed to commence with portions of the contract work including but not limited to procurement of equipment and materials, preparatory work for materials fabrications, or other activities which hinder progress in the beginning stages of construction. The contractor shall be responsible for maintenance of clean work place. During the construction period, the contractor will be allowed to access to the Emergency Command Center for the purpose of inspection, equipment fabrication, installation, assembly other work necessary ensure timely completion of the project. D-3

CONTRACT SPECIFICATIONS CARGO ELEVATOR AUTOQUIP CORPORATION FLT-15 (FREIGHTLITE) OR EQUIVALENT 1,500 lb. capacity, hydraulically operated Freight lift 11 2 maximum vertical travel, cantilever type 15 FPM travel speed CARRIAGE Effective width 6 0", x effective length 6 0", with 7 high load clearance. 48" high hand rails on side/sides and a snap chain across the operating sides to accommodate your "Z" degree loading pattern. Includes maintenance device. POWER UNIT & CONTROLS 5 HP, remote 230/460 3-phase hydraulic power unit. Includes velocity fuses on lifting rams. Includes our exclusive ZERO DRIFT feature. Two (2) NEMA-4, three button (up-down-stop) momentary contact wall mount push-button stations; one (1) control station for each level. Shipped loose for field installation. Magnetic motor starter, control transformer and relays, NEMA-12 enclosure, 115 volt control voltage. PAINT Standard water-based enamel paint. Color: Blue ENCLOSURES 8' high, expanded metal enclosure panels on three sides at lower level, backstop at upper level. GATES Cargo elevator shall include Two (2), 6 W x 7 high single swing gates w/ solenoid interlocks. FREIGHT/DELIVERY Contractor shall include all freight and delivery charges for materials and equipment associated with the installation startup and testing of the cargo elevator. PERMITTING/INSURANCE Contractor shall include all required permits and insurance. MECHANICAL AND ELECTRICAL Contractor shall include all required electrical and mechanical labor and materials cost for installation, start-up and testing of cargo elevator. INSPECTION, TESTING AND START-UP Contractor shall include final inspection, testing and performance of equipment start-up and training of West Jefferson Levee District personnel in use and general maintenance of cargo elevator. E-1

WARRANTY a. All component parts for a period of one year, or 10,000 cycles, whichever occurs first. b. All Labor for a period of one year, or 10,000 cycles, whichever occurs first. c. Seals and structure for the life of the unit. E-2

SOUTHEAST LOUISIANA FLOOD PROTECTION AUTHORITY WEST FOR WEST JEFFERSON LEVEE DISTRICT CONSTRUCTION PROPOSAL RETURNABLES FOR WEST JEFFERSON LEVEE DISTRICT BID NO. 209 PROCUREMENT AND INSTALLATION OF CARGO ELEVATOR JEFFERSON PARISH F-1

BID BOND A Bid Bond is required when the bidder s total bid amount as calculated by the Department is greater than $25,000., as Principal (Bidder) and, as Surety, are bound unto, West Jefferson Levee District, (hereinafter called the Contracting Agency) in the sum of five percent (5 %) of the bidder s total bid amount as calculated by the Department for payment, of which the Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, as solidary obligors. Signed and sealed this day of, 20. The condition of this obligation is such that, whereas the Principal has submitted a bid to the Contracting Agency on a contract for the construction of WEST JEFFERSON LEVEE DISTRICT BID NO. 209, PROCUREMENT AND INSTALLATION OF CARGO ELEVATOR, JEFFERSON PARISH, if the bid is accepted and the Principal, within the specified time, enters into the contract in writing and gives bond with Surety acceptable to the Contracting Agency for payment and performance of said contract, this obligation shall be void; otherwise to remain in effect. By Principal (Bidder or First Partner to Joint Venture) Authorized Officer-Owner-Partner By If a Joint Venture, Second Partner Authorized Officer-Owner-Partner Typed or Printed Name Typed or Printed Name By Surety Agent or Attorney-in-Fact (Seal) Typed or Printed Name To receive a copy of the contract and subsequent correspondence / communication from the Authority or the contracting agency, with respect to the bid bonds, the following information must be provided: Bonding Agency or Company Name Address Agent or Representative Phone Number / Fax Number F-2

CONSTRUCTION PROPOSAL SIGNATURE AND EXECUTION FORM THIS FORM, THE SCHEDULE OF ITEMS, AND THE PROPOSAL GUARANTY MUST BE COMPLETED AS INDICATED AND SUBMITTEDTO THE WEST JEFFERSON LEVEE DISTRICT TO CONSTITUTE A VALID BID WLJD PROJECT NO. 209 FEDERAL AID PROJECT NO(S). NAME OF PROJECT N/A PROCUREMENT AND INSTALLATION OF CARGO ELEVATOR I (WE) HEREBY CERTIFY THAT I (WE) HAVE CAREFULLY EXAMINED THE PROPOSAL, PLANS AND SPECIFICATIONS, INCLUDING ANY AND ALL ADDENDA, AND THE SITE OF THE ABOVE PROJECT AND AM (ARE) FULLY COGNIZANT OF ALL PROPOSAL DOCUMENTS, THE MASTER COPY OF WHICH IS ON FILE AT WEST JEFFERSON LEVEE DISTRICT HEADQUARTERS IN MARRERO, LA., AND ALL WORK, MATERIALS AND LABOR REQUIRED THEREIN, AND AGREE TO PERFORM ALL WORK, AND SUPPLY ALL NECESSARY MATERIALS AND LABOR REQUIRED FOR SUCCESSFUL AND TIMELY COMPLETION OF THE ABOVE PROJECT AND TO ACCEPT THE SUMMATION OF THE PRODUCTS OF THE UNIT PRICES BID ON THE SCHEDULE OF ITEMS ATTACHED HERETO AND MADE A PART HEREOF MULTIPLIED BY THE ACTUAL QUANTITY OF UNIT OF MEASURE PERFORMED FOR EACH ITEM, AS AUDITED BY WEST JEFFERSON LEVEE DISTRICT, AS FULL AND FINAL PAYMENT FOR ALL WORK, LABOR AND MATERIALS NECESSARY TO COMPLETE THE ABOVE PROJECT, SUBJECT TO INCREASE ONLY FOR PLAN CHANGES (CHANGE ORDERS) APPROVED BY THE WEST JEFFERSON LEVEE DISTRICT CHIEF ENGINEER OR HIS DESIGNEE. THIS BID IS SUBMITTED IN ACCORDANCE WITH THE GENERAL BIDDING REQUIREMENTS IN THE CONSTRUCTION PROPOSAL AND ALL SPECIAL PROVISIONS, PLANS, SUPPLEMENTAL SPECIFICATIONS, AND THE LOUISIANA STANDARD SPECIFICATIONS. MY (OUR) PROPOSAL GUARANTY IN THE AMOUNT SPECIFIED FOR THE PROJECT IS ATTACHED HERETO AS EVIDENCE OF MY (OUR) GOOD FAITH TO BE FORFEITED IF THIS BID IS ACCEPTED BY WEST JEFFERSON LEVEE DISTRICT AND I (WE) FAIL TO COMPLY WITH ANY REQUIREMENT NECESSARY FOR AWARD AND EXECUTION OF THE CONTRACT, AS WELL AS, SIGN AND DELIVER THE CONTRACT AND PAYMENT / PERFORMANCE / RETAINAGE BOND AS REQUIRED IN THE SPECIFICATIONS. F-3

BIDDER SIGNATURE REQUIREMENTS (APPLICABLE TO ALL PROJECTS) THIS BID FOR THE CAPTIONED PROJECT IS SUBMITTED BY: Name of Principal (Individual, Firm, Corporation, or Joint Venture) If Joint Venture, Name of First Partner (Louisiana Contractor's License Number of Bidder or First Partner to Joint Venture) (Business Street Address) (Business Mailing Address, if different) (Area Code and Telephone Number of Business) (Telephone Number and Name of Contact Person) (Telecopier Number, if any) If Joint Venture, Name of Second Partner (Louisiana Contractor's License Number of Second Partner to Joint Venture) (Business Street Address) (Business Mailing Address, if different) (Area Code and Telephone Number of Business) (Telephone Number and Name of Contact Person) (Telecopier Number, if any) ACTING ON BEHALF OF THE BIDDER, THIS IS TO ATTEST THAT THE UNDERSIGNED DULY AUTHORIZED REPRESENTATIVE OF THE ABOVE CAPTIONED FIRM, CORPORATION OR BUSINESS, BY SUBMISSION OF THIS BID, AGREES AND CERTIFIES THE TRUTH AND ACCURACY OF ALL PROVISIONS OF THIS PROPOSAL, INCLUSIVE OF THE REQUIREMENTS, STATEMENTS, DECLARATIONS AND CERTIFICATIONS ABOVE AND IN THE SCHEDULE OF ITEMS AND PROPOSAL GUARANTY. EXECUTION AND SIGNATURE OF THIS FORM AND SUBMISSION OF THE SCHEDULE OF ITEMS AND PROPOSAL GUARANTY SHALL CONSTITUTE AN IRREVOCABLE AND LEGALLY BINDING OFFER BY THE BIDDER. ATTACHED HERETO IS BIDDER S CORPORATE RESOLUTION AUTHORIZING BID IF BIDDER IS INCORPORATED. (Signature) (Printed Name) (Title) (Date of Signature) (Signature) (Printed Name) (Title) (Date of Signature) CONTRACTOR'S TOTAL BID INCLUDING LABOR AND MATERIAL $ IT IS AGREED THAT THIS TOTAL, DETERMINED BY THE BIDDER, IS FOR PURPOSES OF OPENING AND READING BIDS ONLY, AND THAT THE LOW BID FOR THIS PROJECT WILL BE DETERMINED FROM THE EXTENSION AND TOTAL OF THE BID ITEMS BY WEST JEFFERSON LEVEE DISTRICT. F-4