ST. TAMMANY PARISH PATRICIA P. BRISTER PARISH PRESIDENT

Similar documents
TERREBONNE PARISH CONSOLIDATED GOVERNMENT INSURANCE REQUIREMENTS CONTRACTORS

5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED.

MCGOUGH STANDARD INSURANCE REQUIREMENTS

OREGON STATE UNIVERSITY

INSURANCE REQUIREMENTS Chicago Department of Aviation Certified Service Provider Program ( CSPP )

EXHIBIT B. Insurance Requirements for Construction Contracts

ADDENDUM A. Subcontractor Insurance Requirements

Exhibit. Owner Controlled Insurance Program. Insurance Requirements

CCIP ADDENDUM. Blasting or any blasting operations;

Insurance Requirements. The Bidder shall be required to procure, at its sole cost and expense, all insurance required by this Attachment.

SUBCONTRACTOR INSURANCE REQUIREMENTS Version 3/1/2018

responsibility of Tenant and/or Construction Contractors or Construction Subcontractors to pay.

OCIP Contract Language

Contractor s Insurance Requirements

INSURANCE EXHIBIT TO CONSTRUCTION AGREEMENT Insurance Requirements Owner Controlled Insurance Program

CASTAIC LAKE WATER AGENCY STANDARD CONTRACT RISK TRANSFER PROVISIONS, GENERAL CONDITIONS and REQUIRED INSURANCE for

CITY OF TACOMA Water Supply

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

APPENDIX B WASHINGTON SUBURBAN SANITARY COMMISSION PROCUREMENT OFFICE INSURANCE AND BONDING CONTRACT NO.

St. Tammany Parish Government Department of Procurement P. O. Box 628 Covington, LA Phone: (985) Fax: (985)

EXHIBIT B. Insurance Requirements for Environmental Contractors and/or Consultants

SECTION SUPPLEMENTARY CONDITIONS

Subcontractor Insurance Requirements Certificate Holder VCI Construction, LLC 1921 W. Eleventh Street, Upland CA 91786

Rail Owner Controlled Insurance Program Manual

EXHIBIT G. Insurance Requirements. [with CCIP]

Required Insurance Language for PRF Construction Contracts

W.E. O Neil Construction Co. of Arizona c/o (Project Coordinator) 4511 E. Kerby Avenue Phoenix, AZ Fax (480)

EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY

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

2010 INSURANCE MANUAL

TRENTON AGRI PRODUCTS LLC INSURANCE & INDEMNIFICATION TERMS & CONDITIONS

DOWNTOWN REDEVELOPMENT AUTHORITY CITY OF HOUSTON TAX INCREMENT REINVESTMENT ZONE #3 PUBLIC IMPROVEMENTS REIMBURSEMENT GUIDELINES

ROCHESTER SCHOOLS MODERNIZATION PROJECT PHASE 2b School Without Walls Commencement Academy INSURANCE REQUIREMENTS

CITY OF ROMULUS CHAPTER 39: PURCHASING

PHILADELPHIA REDEVELOPMENT AUTHORITY INSURANCE REQUIREMENTS

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

CITY AND COUNTY OF SAN FRANCISCO Port of San Francisco. Contract No Pier 23 Roof Repair. ADDENDUM No. 1 Issued: December 16, 2016

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860)

ADDENDUM #2. Due back on 10/24/18, no later than 11:00 A.M.

SMALL ORDERS TERMS AND CONDITIONS - BLANKET

ARTICLE V Indemnification; Insurance

Bernards (Project Name) CCIP Insurance Manual

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

TEMPORARY SERVICE APPLICATION (HYDRANT METERS)

ADM.21 INSURANCE AND INDEMNITY REQUIREMENTS FOR CONTRACTS

INSURANCE AND INDEMNIFICATION MANUAL. Supplement to Policy 560 i

Subcontract Agreement

PROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS

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

BUILDING SERVICES AGREEMENT

OGC-S Owner-Contractor Construction Agreement

Subcontractor Qualification Statement

EDUCATION AND ADVANCED EDUCATION (PUBLIC SCHOOL DISTRICTS AND PUBLIC POST SECONDARY INSTITUTIONS) OWNER INSURED CONSTRUCTION PROJECTS

REQUEST FOR PROPOSALS

DESIGN PROFESSIONAL SERVICES (Type) MASTER CONTRACT CONTRACT NO.

ANNEX A Standard Special Conditions For The Salvation Army

IRFQ #R15-04: FRIDAY NIGHT LIVE

REQUEST FOR PROPOSALS

PADRE DAM MUNICIPAL WATER DISTRICT PROFESSIONAL SERVICES AGREEMENT

SAMPLE. Insurance Exhibit. Design-Builder s Insurance Requirements

St. Tammany Parish Government Procurement Department P. O. Box 628 Covington, LA Phone: (985) Fax: (985)

SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES

Subcontractor Partner Prequalification Form. Company Name: DBA (if applicable):

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER. Pre-Construction and Construction Phase Services

Massport-LOGAN MODERNIZATION/CAPITAL PROGRAMS

REQUIRED AT PROPOSAL STAGE:

Section Insurance Conditions Infrastructure Projects 10M to 50M

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

INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS Effective Date: April 23, 2018

SPECIAL PROVISION Legal Relations and Responsibilities

PROFESSIONAL SERVICES FOR CONSTRUCTION MANAGER AT RISK (CMAR) FOR THE MOBILE DOWNTOWN TERMINAL BROOKLEY AEROPLEX MOBILE, ALABAMA

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

CITY OF SACRAMENTO PROFESSIONAL SERVICES AGREEMENT LESS THAN $25,000

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

Exhibit 1 to Part 3 Project-Specific Terms

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

SPECIFICATIONS FOR SALE OF INDUSTRIAL AUTOMATION CONTROL SYSTEMS & PLCS REQUEST FOR PROPOSAL 17-06

LEGAL NOTICE REQUEST FOR QUALIFICATIONS. Broome County Multi-Jurisdictional All-Hazard Mitigation Plan Update

Insurance Requirements

PROCUREMENT DEPARTMENT 4 WORLD TRADE CENTER 150 GREENWICH STREET, 21 ST FL. NEW YORK, NY ADDENDUM # 1

Sacramento Regional Solid Waste Authority (SWA)

RFP GENERAL TERMS AND CONDITIONS

ALL PROOFS OF INSURANCE NAMING COUNTY AS ADDITIONAL INSURED MUST BE RECEIVED PRIOR TO COMMENCEMENT OF WORK

CONTRACT SPECIFICATIONS/AGREEMENT FOR TRANSPORTATION AND DISPOSAL OF TIRES FOR TOWN OF PHIPPSBURG, MAINE SOLID WASTE TRANSFER STATION

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties.

CITY OF SACRAMENTO NONPROFESSIONAL SERVICES AGREEMENT LESS THAN $25,000

SUBCONTRACT (SHORT FORM)

Exhibit. Owner Controlled Insurance Program. Insurance Requirements

DOCUMENT SUPPLEMENTARY CONDITIONS

Bid/Contract Insurance Requirements (Insurance Manual)

PROPOSAL LIQUID CALCIUM CHLORIDE

REQUEST FOR QUALIFICATIONS

Exhibit D Insurance Exhibits. Document No. E-INSWD Second Edition, 2010 Design-Build Institute of America Washington, DC

Construction of the Leased Premises

Exhibit 1 to Part 3 Project-Specific Terms

NATIONAL RAILROAD PASSENGER CORPORATION DATE EXPIRES: for not longer than one year from date of Amtrak approval)

SAMPLE SUBCONTRACTOR AGREEMENT

HAZARDOUS WASTE AGREEMENT

REQUEST FOR PROPOSALS

Transcription:

ST. TAMMANY PARISH PATRICIA P. BRISTER PARISH PRESIDENT March 8, 2018 Please find the following addendum to the below mentioned QUOTE. Addendum No.: 3 Quote#: 622-10-18-01-1 Project Name: Goodbee Well Fence Quote Due Date: Tuesday, March 13, 2018 GENERAL INFORMATION: 1. The Parish has waived the Installation Floater requirement for this project as the Contractor will be paid once at contract completion. 2. Please delete Attachment D and replace with Attachment D Revised (Attached). QUESTIONS & ANSWERS: Question 1: Answer 1: Question 2: Answer 2: After Amendment 2 did not address on what we are attaching the razor wire to: Is there 3 strands of barbwire to hang on out side or do you want V- Barbarm and place in the center of the arms. The razor wire is to be attached to the top of the fence structure. Install the razor wire to hang to the outside of the secure area at a 45. Please clarify fence mesh height 7' tall or 8' tall. The fence mesh height is 8 tall. ATTACHMENTS: 1. Attachment D Revised.pdf << End of Addendum # 3>> PROCUREMENT DEPARTMENT P.O. BOX 628 COVINGTON, LOUISIANA 70434 PROCUREMENT@STPGOV.ORG 985-898-2520 WWW.STPGOV.ORG

ATTACHMENT D - REVISED INSURANCE REQUIREMENTS Construction Project: Quote#: GOODBEE WELL FENCE 622-10-18-01-1 *** IMPORTANT PLEASE READ *** Prior to submitting your quote or bid, it is recommended that you review these insurance requirements with your insurance broker/agent. These requirements modify portions of the insurance language found in the General Conditions and/or Supplementary General Conditions; however, there is no intention to remove all sections pertaining to insurance requirements and limits set forth in the General Conditions and/or Supplementary General Conditions, only to amend and specify those items particular for this Project. A. The Provider shall secure and maintain at its expense such insurance that will protect it and St. Tammany Parish Government (the Parish ) from claims for bodily injury, death or property damage as well as from claims under the Workers Compensation Acts which may arise from the performance of services under this agreement. All certificates of insurance shall be furnished to the Parish and shall provide that insurance shall not be canceled without thirty (30) days prior notice of cancellation given to the Parish, in writing, on all of the required coverage. Where possible, all policies and notices should name the Provider and the Parish. The Provider shall make its policies available for review and examination by The Parish as may be reasonably requested. B. All policies must provide for and certificates of insurance must indicate the following: 1. Waiver of Subrogation: The Provider's insurers will have no right of recovery or subrogation against the Parish of St. Tammany, it being the intention of the parties that all insurance policy(ies) so affected shall protect both parties and be the primary coverage for any and all losses covered by the below described insurance. Policy endorsements required for all coverages. 2. Additional Insured: St. Tammany Parish Government shall be named as additional named insured with respect to general liability, automobile liability and excess liability coverages as well as marine liability, pollution/environmental liability, when coverages are required or necessary. Policy endorsements required. 3. Payment of Premiums: The insurance companies issuing the policy or policies shall have no recourse against St. Tammany Parish Government for payment of any premiums or for assessments under any form of policy. 4. Deductibles: Any and all deductibles and/or self-insured retentions in the described insurance policies shall be assumed by and be at the sole risk of the Provider and shall be indicated on the Certificate of Insurance. Deductibles and/or self-insured retentions exceeding $100,000 must be approved through the St. Tammany Parish Office of Risk Management. The Parish may require Provider to produce evidence of verifiable financial ability to satisfy its deductibles and/or self-insured retentions; however, the Parish assumes no liability or obligation as a result of its examination, acceptance, or rejection of said information presented. The Parish shall have the sole discretion to accept or reject deductibles and/or self-insured retentions exceeding $100,000 as it deems appropriate. 5. Project Reference: The project(s) and location(s) shall be referenced in the comment or description of operations section of the Certificate of Insurance (Project ##-###, or Bid # if applicable, Type of Work, Location). C. Provider shall provide at its own expense, proof of the following insurance coverage required by the contract to St. Tammany Parish Government by insurance companies authorized to do business in the State of Louisiana. Insurance is to be placed with insurers with an A.M. Best rating of no less than A-, Category VII. The insurance coverages checked ( ) below are those required for this Contract.* Provider shall secure and present proof of such insurances on the form or forms acceptable to St. Tammany Parish Government, Office of Risk Management no later than the time of submission of the Contract to the Parish. However, should any work performed under this Contract by or on behalf of Provider include exposures that are not covered by those insurance coverages checked below, Provider is not relieved of its obligation to maintain appropriate levels and types of insurance necessary to protect it, its agents and employees, its subcontractors, St. Tammany Parish Government (Owner), and all other interested third parties, from any and

all claims for damage or injury in connection with the services performed or provided throughout the duration of this Project, as well as for any subsequent periods required under this Contract. 1. Commercial General Liability insurance with a Combined Single Limit for bodily injury and property damage of at least $1,000,000 per Occurrence / $2,000,000 General Aggregate/Products-Completed Operations. The insurance shall provide for and the certificate(s) of insurance shall indicate the following coverages: a) Premises - operations; b) Broad form contractual liability; c) Products and completed operations; d) Personal Injury; e) Broad form property damage; f) Explosion and collapse. 2. Marine Liability/Protection and Indemnity insurance is required for any and all vessel and/or marine operations in the minimum limits of $1,000,000 per occurrence / $2,000,000 per project general aggregate. The coverage shall include, but is not limited to, the basic coverages found in the Commercial General Liability insurance and coverage for third party liability. 3. 4. Business Automobile Liability insurance with a Combined Single Limit of $1,000,000 per Occurrence for bodily injury and property damage, and shall include coverage for the following: a) Any automobiles; or b) Owned automobiles; and c) Hired automobiles; d) Non-owned automobiles. Workers Compensation/Employers Liability insurance: workers compensation coverage as required by State law; employers liability limits shall be a minimum of $500,000 each accident, $500,000 each disease, $500,000 disease policy aggregate and shall include coverage under the USL&H Act, Jones Act and/or Maritime Employers Liability (MEL) when water activities are expected to be performed in connection with this project. Coverage for owners, officers and/or partners in any way engaged in the Project shall be included in the policy and a statement of such shall be made by the insuring producer on the face of the certificate. 5. Pollution Liability and Environmental Liability insurance in the minimum amount of $1,000,000 per occurrence / $2,000,000 aggregate including full contractual liability and third party claims for bodily injury and/or property damage, for all such hazardous waste, pollutants and/or environmental exposures that may be affected by this project stemming from pollution/environmental incidents as a result of Contractor s operations. If coverage is provided on a claims-made basis, the following conditions apply: 1) the retroactive date must be prior to or coinciding with the effective date of the Contract, or prior to the commencement of any services provided by the Contractor on behalf of the Parish, whichever is earlier; AND 2) continuous coverage must be provided to the Parish with the same retro date for 24 months following acceptance or termination of the Project by the Parish either by: a) continued renewal certificates OR b) a 24 month Extended Reporting Period *Whether the policy is written on an occurrence or claims-made basis must be stated on the certificate along with any applicable retro date. 6. Contractor s Professional Liability/Errors and Omissions insurance in the sum of at least $1,000,000 per claim / $2,000,000 aggregate is required when work performed by Contractor or on behalf of Contractor includes professional or technical services including, but not limited to, construction administration and/or management, engineering services such as design, surveying, and/or inspection, technical services such as testing and laboratory analysis, and/or environmental assessments. An occurrence basis policy is preferred. If coverage is provided on a claims-made basis, the following conditions apply: 1) the retroactive date must be prior to or coinciding with the effective date of the Contract, or prior to the commencement of any services provided by the Contractor on behalf of the Parish, whichever is earlier; AND 2) continuous coverage must be provided to the Parish with the same retro date for 24 months following acceptance or termination of the Project by the Parish either by: a) continued renewal certificates OR b) a 24 month Extended Reporting Period Insurance Requirements GOODBEE WELL FENCE

*Whether the policy is written on an occurrence or claims-made basis must be stated on the certificate along with any applicable retro date. 7. Owners Protective Liability (OPL) (formerly Owners and Contractors Protective Liability (OCP) Insurance) shall be furnished by the Contractor naming St. Tammany Parish Government as the Named Insured and shall provide coverage in the minimum amount of $1,000,000 CSL each occurrence / aggregate. Any project valued in excess $3,000,000 shall be set by the Office of Risk Management. The policy and all endorsements shall be addressed to St. Tammany Parish Government, Office of Risk Management, PO Box 628, Covington, LA 70434. 8. Builder s Risk Insurance written on an all-risk or equivalent policy form shall be furnished by Contractor and carried which said insurance shall be in the full value, plus the value of subsequent Contract modifications, if any, and cost of materials supplied and/or installed by others, comprising 100% total value. Deductibles should not exceed $5,000 and Contractor shall be responsible for any and all policy deductibles. This insurance shall cover portions of the work stored off the site, and also portions of the work in transit. The Builder s Risk Insurance shall include the interests of the Owner, Contractor, Subcontractors, and Sub-subcontractors and shall terminate only when the Project has been accepted. St. Tammany Parish Government, P. O. Box 628, Covington, LA 70434 shall be the first named insured on the Builder s Risk and Installation Floater Insurance. 9. Installation Floater Insurance, on an all-risk form, shall be furnished by Contractor and carried on this project for the full value of the materials, machinery, equipment and labor for each location. The Contractor shall be responsible for any and all policy deductibles. The Installation Floater Insurance shall provide coverage for property owned by others and include the interests of the Owner, Contractor, Subcontractors, and Sub-subcontractors and shall terminate only when the Project has been accepted. St. Tammany Parish Government, P. O. Box 628, Covington, LA 70434 shall be the first named insured on the Installation Floater Insurance. 10. Excess/Umbrella Liability insurance shall be furnished by Contractor with limits of at least equal to $3,000,000 per occurrence** in combined coverage on a follow form basis providing excess coverage limits on both the Commercial General Liability and Business Automobile Liability policies. (For example: if the General Liability is $1,000,000 per occurrence, then the excess policy should be at least $2,000,000 per occurrence thereby providing a combined per occurrence limit of $3,000,000.) D. All policies of insurance shall meet the requirements of the Parish prior to the commencing of any work. The Parish has the right, but not the duty, to approve all insurance policies prior to commencing of any work. If at any time, it becomes known that any of the said policies shall be or becomes unsatisfactory to the Parish as to form or substance; or if a company issuing any such policy shall be or become unsatisfactory to the Parish, the Provider shall promptly obtain a new policy, timely submit same to the Parish for approval and submit a certificate thereof as provided above. The Parish agrees to not unreasonably withhold approval of any insurance carrier selected by Provider. In the event that Parish cannot agree or otherwise authorize said carrier, Provider shall have the option of selecting and submitting new insurance carrier within 30 days of said notice by the Parish. In the event that the second submission is insufficient or is not approved, then the Parish shall have the unilateral opportunity to thereafter select a responsive and responsible insurance carrier all at the cost of Provider and thereafter deduct from Provider's fee the cost of such insurance. E. Upon failure of Provider to furnish, deliver and/or maintain such insurance as above provided, this contract, at the election of the Parish, may be forthwith declared suspended, discontinued or terminated. Failure of the Provider to maintain insurance shall not relieve the Provider from any liability under the contract, nor shall the insurance requirements be construed to conflict with the obligation of the Provider concerning indemnification. F. Provider shall maintain a current copy of all annual insurance policies and agrees provide same to the Parish on an annual basis or as may be reasonably requested. Provider further shall ensure that all insurance policies are maintained in full force and effect throughout the duration of the Project and shall provide the Parish with annual and renewal certificates of insurance evidencing continued coverage, without any prompting by the Parish. G. It shall be the responsibility of Provider to require that these insurance requirements are met by all contractors and subcontractors performing work for and on behalf of Provider. Provider shall further ensure the Parish is named as an additional insured on all insurance policies provided by said contractor and/or sub-contractor throughout the duration of the project. Insurance Requirements GOODBEE WELL FENCE

H. Certificates of Insurance shall be issued as follows: St. Tammany Parish Government Attn: Risk Management P O Box 628 Covington, LA 70434 To avoid contract processing delays, be certain the project name/number is included on all correspondence including Certificates of Insurance. *NOTICE: St. Tammany Parish Government reserves the rights to remove, replace, make additions to and/or modify any and all of the insurance requirements at any time. Any inquiry regarding these insurance requirements should be addressed to: St. Tammany Parish Government Office of Risk Management P O Box 628 Covington, LA 70434 Telephone: 985-898-2797 Fax: 985-898-3070 Email: riskman@stpgov.org Insurance Requirements GOODBEE WELL FENCE

ST. TAMMANY PARISH PATRICIA P. BRISTER PARISH PRESIDENT February 27, 2018 Please find the following addendum to the below mentioned QUOTE. Addendum No.: 2 Quote#: 622-10-18-01-1 Project Name: Goodbee Well Fence Quote Due Date: Tuesday, March 13, 2018 GENERAL INFORMATION: 1. Please note that the Quote Opening has been pushed to Tuesday, March 13, 2018. Time and location remain the same. The last day to submit written inquiries is Tuesday, March 6, 2018. 2. The pine tree within the project work area will be removed by the Parish. 3. Scope of Work Services additional specifications: 2 ½ Line Posts 3 Terminals 4 Gate Posts Top Brace and Rail << End of Addendum # 2>> PROCUREMENT DEPARTMENT P.O. BOX 628 COVINGTON, LOUISIANA 70434 PROCUREMENT@STPGOV.ORG 985-898-2520 WWW.STPGOV.ORG

ST. TAMMANY PARISH PATRICIA P. BRISTER PARISH PRESIDENT February 22, 2018 Please find the following addendum to the below mentioned QUOTE. Addendum No.: 1 Quote#: 622-10-18-01-1 Project Name: Goodbee Well Fence Quote Due Date: Wednesday, February 28, 2018 GENERAL INFORMATION: 1. A non-mandatory site visit is scheduled for Monday, February 26, 2018 at 10:00 AM located at the Goodbee Well Site. The directions are listed below: Head North on LA-1077 Cross US-190 Pass McGee Road on right Take the first gravel drive to the right. It will have a big yellow gate. QUESTIONS & ANSWERS: Question 1: Answer 1: Question 2: Answer 2: Who is responsible for clearing and grubbing for the new fence line? If the contractor, please supply scope and specification. Contractor is responsible for preparing the site for the construction of the fence which shall include all necessary clearing and grubbing. Please provide a specification and or drawings of the proposed fence and gate. Please refer to Section 2.1 Scope of Work/Services for the fence specifications. The Parish will approve the shop drawings of the fence to be constructed through contract submittals prior to construction. PROCUREMENT DEPARTMENT P.O. BOX 628 COVINGTON, LOUISIANA 70434 PROCUREMENT@STPGOV.ORG 985-898-2520 WWW.STPGOV.ORG

ST. TAMMANY PARISH PATRICIA P. BRISTER PARISH PRESIDENT Question 3: Answer 3: Is the access servitude/ entrance roadway existing? If not, who will be responsible to construct. Yes, there is a road to the well site. Question 4: Answer 4: Is the site marked so that we can visit. Yes, the site is marked. ATTACHMENTS: 1. Goodbee Well Site Location Map and Fence lines Part 1 and Part 2.pdf << End of Addendum #1 >> PROCUREMENT DEPARTMENT P.O. BOX 628 COVINGTON, LOUISIANA 70434 PROCUREMENT@STPGOV.ORG 985-898-2520 WWW.STPGOV.ORG

Goodbee Well Site Location

Fenceline Pictures Part 1

Fenceline Pictures Part 2