Covington Clinic Demolition
Louisiana > St. Tammany Parish Hospital
Sealed Bid: 28323141
Listing Information/Advertisement:


SPECIFICATIONS FOR
COVINGTON CLINIC DEMOLITION
FOR
ST. TAMMANY HEALTH SYSTEM
COVINGTON, LA
ST. TAMMANY HEALTH SYSTEM
Board of Commissioners
JOHN A. EVANS - CHAIRMAN
JAMES L. CORE - VICE CHAIRMAN
THOMAS D. DAVIS - SECRETARY/TREASURER
MERRILL J. LAURENT, M.D. - MEDICAL STAFF REPRESENTATIVE
WILSON D. BULLOCH, III
SUE B. OSBON, Ph.D.
EDGAR J. DILLARD, JR., CPA
KASEY HOSCH
JOAN M. COFFMAN– PRESIDENT and CEO

fl+WB ARCHITECTS
A Professional Corporation
1404 Greengate Drive, Suite 101
Covington, Louisiana 70433
FLWB JOB No. 222043.01
May 31, 2023

SPECIFICATIONS FOR
COVINGTON CLINIC DEMOLITION
FOR
ST. TAMMANY HEALTH SYSTEM
COVINGTON, LA
ST. TAMMANY PARISH HOSPITAL
Board of Commissioners
JOHN A. EVANS - CHAIRMAN
JAMES L. CORE - VICE CHAIRMAN
THOMAS D. DAVIS - SECRETARY/TREASURER
MERRILL J. LAURENT, M.D. - MEDICAL STAFF REPRESENTATIVE
WILSON D. BULLOCH, III
SUE B. OSBON, Ph.D.
EDGAR J. DILLARD, JR., CPA
KASEY HOSCH
JOAN M. COFFMAN– PRESIDENT and CEO
fl+WB ARCHITECTS
A Professional Corporation
1404 Greengate Drive, Suite 101
Covington, Louisiana 70433
FLWB JOB No. 222043.01
May 31, 2023

SPECIFICATIONS FOR
COVINGTON CLINIC DEMOLITION FOR
FOR ST TAMMANY HEALTH SYSTEM
COVINGTON, LOUISIANA
INDEX TO SPECIFICATIONS

SECTION
NUMBER   DESCRIPTION

TABLE OF CONTENTS 000010 - 1
DIVISION A - BIDDING AND CONTRACT REQUIREMENTS

000010 TABLE OF CONTENTS
000020 PROFESSIONAL SEALS
000030 ADVERTISEMENT FOR BIDS
000100 INSTRUCTIONS TO BIDDERS
000300 LOUISIANA UNIFORM PUBLIC WORK BID FORM
000400 NON-COLLUSION AFFIDAVIT
000401 MEDICARE ACCESS CONTRACT
000403 EMPLOYEE VERIFICATION FORM
000404 PAST CRIMINAL CONVICTION ATTESTATION
000405 CONTRACTOR’S QUALIFICATION STATEMENT
000500 AGREEMENT FORM
000600 BONDS AND CERTIFICATES
000700 GENERAL CONDITIONS OF CONTRACT
000800 SUPPLEMENTARY CONDITIONS
003119 EXISTING CONDITION INFORMATION
003126 EXISTING HAZARDOUS MATERIAL INFORMATION

DIVISION 1 - GENERAL REQUIREMENTS
011000 SUMMARY OF WORK
012600 CONTRACT MODIFICATION PROCEDURES
012900 PAYMENT PROCEDURES
013100 PROJECT MANAGEMENT AND COORDINATION
013200 CONSTRUCTION PROGRESS DOCUMENTATION
013230 SAFETY AND HEALTH

SPECIFICATIONS FOR
COVINGTON CLINIC DEMOLITION FOR
FOR ST TAMMANY HEALTH SYSTEM
COVINGTON, LOUISIANA
INDEX TO SPECIFICATIONS
SECTION
NUMBER DESCRIPTION

TABLE OF CONTENTS 000010 - 2
013233 PHOTOGRAPHIC DOCUMENTATION
015000 TEMPORARY FACILITIES AND CONTROLS
017419 CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL
017700 CLOSEOUT PROCEDURES

DIVISION 2 – EXISTING CONDITIONS
024116 STRUCTURE DEMOLITION

DIVISION 5 – METALS (NOT USING)

DIVISION 6 - WOOD AND PLASTICS (NOT USING)

DIVISION 7 - THERMAL AND MOISTURE PROTECTION (NOT USING)

DIVISION 8 - DOORS AND WINDOWS (NOT USING)

DIVISION 9 – FINISHES (NOT USING)

DIVISION 10 – SPECIALTIES (NOT USING)

DIVISION 11 – EQUIPMENT (NOT USING)

DIVISION 12 - FURNISHINGS (NOT USING)

DIVISION 13 - SPECIAL CONSTRUCTION (NOT USING)

SPECIFICATIONS FOR
COVINGTON CLINIC DEMOLITION FOR
FOR ST TAMMANY HEALTH SYSTEM
COVINGTON, LOUISIANA

INDEX TO SPECIFICATIONS

SECTION
NUMBER      DESCRIPTION

TABLE OF CONTENTS 000010 - 3

DIVISION 14 - CONVEYING SYSTEMS (NOT USING)

DIVISION 21 – FIRE SUPRESSION (NOT USING)

DIVISION 22 - PLUMBING (NOT USING)

DIVISION 23 – HEATING, VENTILATING AND SIR CONDITIONING (NOT USING)

DIVISION 26 – ELECTRICAL ONVEYING SYSTEMS (NOT USING)

DIVISION 27 – COMMUNICATIONS (NOT USING)

DIVISION 28 – ELECTRONIC SAFETY AND SECURITY (NOT USING)

DIVISION 31 – EARTHWORK

311000 SITE CLEARING

312000 EARTH MOVING

DIVISION 32 – EXTERIOR IMPROVEMENTS (NOT USING)

DIVISION 33 – UTILITIES (NOT USING)

fl+WB ARCHITECTS, APC COVINGTON CLINIC DEMOLITION FOR
ST. TAMMANY HEALTH SYSTEM
PROFESSIONAL SEALS 000020 - 1
Name: COVINGTON CLINIC DEMOLITION
FOR ST. TAMMANY HEALTH SYSTEM
May 31, 2023
Date:ARCHITECTURAL SPECIFICATIONS: The following specification Sections were prepared by me
or under my direct personal supervision:
______________________________________________
Fauntleroy Latham Weldon Barre’ Architects, APC
Division A – Bidding and Contract Requirements
Division 1 – General Requirements
Division 2 – Existing Conditions
Section 024116 – Structure Demolition
Division 31 - Earthwork
Section 311000 – Site Clearing
Section 312000 – Earth Moving
END OF ARCHITECTURAL
fl+WB ARCHITECTS, APC COVINGTON CLINIC DEMOLITION FOR
ST. TAMMANY HEALTH SYSTEM
PROFESSIONAL SEALS 000020 - 2

THIS PAGE INTENTIONALLY LEFT BLANK

fl+WB ARCHITECTS, APC COVINGTON CLINIC DEMOLITION FOR
ST. TAMMANY HEALTH SYSTEM
ADVERTISEMENT FOR BIDS 000030 - 1
ADVERTISEMENT FOR BIDS

1 You are invited to bid as a General Contractor for the Classification of Building Construction on
a General Contract, COVINGTON CLINIC DEMOLITION for St. Tammany Health System. All
Bids shall be on a lump sum basis. Segregated Bids will not be accepted. St. Tammany
Parish Hospital is owned and operated by St. Tammany Parish Hospital Service District No. 1
(“District or Owner”).

2 The Work includes, but is not limited to, all work required to complete the construction of
“‘COVINGTON CLINIC DEMOLITION’ for St. Tammany Health System”.

3 Bids will be received until 2:00 p.m. local time on Tuesday, July 11, 2023. Bids received
after this time will not be accepted.

4 Bids will be on a lump sum basis.

5 Each bid shall be sealed in an opaque envelope hand-delivered or sent by registered or
certified mail, return receipt request, addressed to: St. Tammany Parish Hospital Service
District No. 1, St. Tammany Parish Hospital, 1202 South Tyler Street, Covington, Louisiana
70433, Attention: Randy Willett, Project Manager and shall be identified on the outside of the
envelope with the Bidder’s name, return address, State Contractor’s License number, and with
the words “Properly Licensed under La. R.S. 37:2150, et seq.”, and the words “ ‘COVINGTON
CLINIC DEMOLITION’ St. Tammany Health System, Covington, Louisiana”. If the sealed Bid
is sent by mail, the sealed envelope shall be enclosed in a separate mailing envelope with the
notation “SEALED BID ENCLOSED” on the face of the envelope. Hand delivered bids will be
received in the Covington Conference Room at St. Tammany Parish Hospital.

6 Bids will be opened publicly and read aloud, immediately after time specified for Bids to be
received, in the Covington Conference Room at St. Tammany Parish Hospital, 1202 South
Tyler Street, Covington, Louisiana 70433.

7 ANY PERSON REQUIRING SPECIAL ACCOMMODATIONS SHALL NOTIFY SHARON
TOUPS, CHIEF OPERATING OFFICER, ST. TAMMANY PARISH HOSPITAL, OF
ACCOMMODATION REQUIRED NOT LESS THAN SEVEN DAYS BEFORE BID OPENING.

8 Bidding Documents may be obtained from the office of the Architect, fl+WB Architects, APC,
on deposit of the sum of $250.00 (Two Hundred Fifty Dollars), excluding shipping. This deposit
for the first set of Bidding Documents will be refunded in full to Prime Bidders upon return of
the Bidding Documents, including all Addenda, in good condition within ten days after receipt
of bids. Deposits for subsequent sets of Bidding Documents and sets requested by Non-Prime
Bidders shall be refunded, except that the cost of reproduction shall be deducted upon the
return of such Bidding Documents, including all Addenda, in good condition within ten days
after receipt of Bids. Bidding Documents will be shipped only if the requesting party makes all
arrangements and assumes responsibility for all shipping charges.

9 Complete Bidding Documents are also available in electronic form. They may be obtained
from City Blueprint & Supply Co. Plans are available for free download in the Project Plan
Room at www.cityblueprint.com . Questions about this procedure may be directed to City
Blueprint & Supply Co., 1200 West Causeway Approach, Suite 24, Mandeville, LA 70471;
Email: [email protected]. Bid Documents may also be downloaded at
fl+WB ARCHITECTS, APC COVINGTON CLINIC DEMOLITION FOR
ST. TAMMANY HEALTH SYSTEM
ADVERTISEMENT FOR BIDS 000030 - 2
www.centralbidding.com. Project specific questions shall be directed to the Designer:
fl+WB Architects, APC, Becky Parks, 1404 Greengate Drive, Suite 101, Covington, LA
70433; phone: 985-893-4100; email: [email protected].

10 Partial sets of documents will not be made available.

11 Bidding Documents may be examined at:

11.1 St. Tammany Parish Hospital – Project Management
1202 South Tyler Street
Covington, LA 70433
11.2 Office of the Architect:
fl+WB Architects, APC
1404 Greengate Drive, Suite 101
Covington, LA 70433

12 A listing of known plan holders will be issued by Addendum to known plan holders and all
identified plan rooms.

13 Each bid must be accompanied by bid security payable to the Owner in an amount equal to at
least 5% of the highest total amount (including All Alternates) of the Bid. The bid security may
be in the form of a Certified Check, Cashier’s Check or a Bid Bond meeting the requirements of
the Bidding Documents. The Bid Bond shall be executed by the Bidder on AIA Bond
Document A310, 2010 Edition. Bid Security shall be in the sealed envelope with the bid and
shall be forfeited to the Owner as liquidated damages in the event the Bidder’s Bid is accepted,
but the Bidder fails to enter into a contract with the Owner pursuant to the Bidding Documents
(“Contract”) and furnish the required bonds and other required documents within ten days after
the notice to the Bidder the Contract is ready for execution. Security of all Bidders may be
retained for a period not to exceed sixty (60) days until a Contract is awarded or rejection is
made.

14 In submitting this Proposal, the Bidder agrees that the Bid will not be withdrawn for a period of
sixty (60) consecutive calendar days following the date for receipt of bids, except during the
limited period and under the limited conditions set forth in the La. R.S. 38:2214C.

15 The successful Bidder will be required to furnish and pay for satisfactory Performance Bond
and Labor and Material Payment Bond in the amount of 100% of the Contract price, which
bonds shall comply with the Bid Documents.

16 The Owner may reject any Base Bid in excess of $935,000.00 or all Bids and may reject a Bid
not accompanied by the bid security, or may reject a Bid which is in any way incomplete or
irregular, or may reject a Bid for just cause.

17 Bidders shall meet the requirements of the State of Louisiana Contractor’s Licensing Law La.
R.S. 37:2151-2163.

18 Pursuant to the provisions of La. R.S. 38:2184, in making purchase of supplies, material or
equipment, the General Contractor and all subcontractors shall give preference to supplies,
material or equipment, produced or offered by Louisiana citizens, the cost and the quantity
being equal.
fl+WB ARCHITECTS, APC COVINGTON CLINIC DEMOLITION FOR
ST. TAMMANY HEALTH SYSTEM
ADVERTISEMENT FOR BIDS 000030 - 3

19 Attention is called to the fact that the Contractor must ensure that employees and applicants for
employment are not discriminated against because of their race, color, religion, sex, origin,
age, marital status, or disability.

20 A mandatory pre-bid conference will be held for Bidders at the Covington Clinic Site at
10:00 am, on Wednesday, the 28th day of June 2023. All Prime Bidders are required to
attend the entire pre-bid conference to be eligible to bid. Any prime Bidders arriving
after the start of the pre-bid conference will not be considered in attendance, and will
not be eligible to bid. Although not required, Non-Prime Bidders and material
suppliers are urged to attend.

21 Bidders have the option to submit bids electronically in accordance with Louisiana Revised
Statute 38:2212 A(1)(f)(i). Bids submitted electronically shall be submitted through
CentralBidding, www.centralbidding.com. If submitting an electronic bid through
CentralBidding an electronic Bid Bond must be submitted. For all questions regarding the
electronic bidding process, call Central Bidding at 225-810-4814.

22 By Sharon Toups Advertisement dates:
Chief Operating Officer
St. Tammany Parish Hospital
Service District No. 1
Covington, LA May 31, 2023
June 7, 2023
June 14, 202323 Owner intends to utilize Federal Emergency Management Agency (“FEMA”) financial
assistance to fund all or a part of the costs incurred under the resulting contract(s).
Accordingly, interested parties must agree to comply with all applicable federal laws,
regulations, executive orders, FEMA requirements, and all other terms and conditions
incorporated into the bid documentation and the resulting contract(s).

23 Owner intends to utilize Federal Emergency Management Agency (“FEMA”) financial
assistance to fund all or a part of the costs incurred under the resulting contract(s).
Accordingly, interested parties must agree to comply with all applicable federal laws,
regulations, executive orders, FEMA requirements, and all other terms and conditions
incorporated into the bid documentation and the resulting contract(s)

END OF SECTION 00030
fl+WB ARCHITECTS, APC COVINGTON CLINIC DEMOLITION
FOR
ST. TAMMANY HEALTH SYSTEM
ADVERTISEMENT FOR BIDS 000030 - 4
THIS PAGE INTENTIONALLY LEFT BLANK
fl+WB ARCHITECTS, APC COVINGTON CLINIC DEMOLITION FOR
ST. TAMMANY HEALTH SYSTEM
INSTRUCTIONS TO BIDDERS 000100 - 1
SECTION 000100 - INSTRUCTIONS TO BIDDERS
1
1.1 ARTICLE 1 - DEFINITIONS
The term “Bidding Documents” shall mean the Bidding Requirements (as hereafter
defined) and the Proposed Contract Documents (as here after defined). The term
“Bidding Requirements” means the Advertisement or Invitation to Bid, Instructions to
Bidders, the Bid Form, and other sample bidding and contract forms.
The “Proposed Contract Documents” shall mean the Owner/Contractor Agreement,

1.2the Conditions of the Contract (General and Supplementary Conditions), the
Drawings, the Specifications and all Addenda issued prior to and all Modifications
issued after execution of Contract.

1.3 Definitions set forth in AIA Document A201, “General Conditions of the Contract for
Construction”, 1987 edition or in other Contract Documents are applicable to the
Bidding Documents, together with the foregoing and following definitions.
“Addenda” are written on graphic instruments issued by the Architect prior

1.3.1to the execution of the Contract which modify or interpret the Bidding
Documents, and/or Proposed Contract Documents, by addition,
deletions, clarifications or corrections.

1.3.2 A “Bid” is a complete and properly signed proposal to do the Work for the
sums stipulated therein, submitted in accordance with the Bidding
Documents.

The “Base Bid” is the sum stated in the Bid for which the Bidder offers to
1.3.3perform the Work described in the Bidding Documents as the base, to
which work may be added or from which work may be deducted for sums
stated in Alternate Bids.

1.3.4 An “Alternate” is an amount stated in the Bid to be added to or deducted
from the amount of the Base Bid if the corresponding change in the Work,
as described in Bidding Documents, is accepted.

1.3.5 An “Add Alternate” is an alternate that increases the amount of the Base
Bid.
1.3.6 A “Deductive Alternate” is an alternate that decreases the amount of the
Base Bid.

1.3.7measurement for materials or services as described in the Bidding
Documents. Unit Prices are the basis for additive or deductive change
orders as required.

1.3.8 A “Bid Item” is an amount stated in the Bid as an identified price for a
portion of the work as described in the Bidding Documents. A Bid Item is
fl+WB ARCHITECTS, APC COVINGTON CLINIC DEMOLITION FOR
ST. TAMMANY HEALTH SYSTEM

INSTRUCTIONS TO BIDDERS 000100 - 2
included in the Base Bid.

1.3.9 A “Bidder”, “Prime Bidder” or “Contractor” is a person or entity who submits
a Bid for the Contract with the Owner for the Work described in the
proposed Contract Documents.

1.3.10 A “Sub-bidder”, “Non-Prime Bidder” or “Subcontractor” is a person or entity
who submits a bid to a Bidder for materials, equipment or labor for a
portion of the Work.

2 ARTICLE 2 – BIDDER’S REPRESENTATIONS

2.1 The Bidder by making a bid represents that the Bidder has read and understands the
Bidding Documents and the Bid is made in accordance therewith.

2.2 The Bidder represents that Bidder has visited the site, become familiar with local
conditions under which the Work is to be performed and has correlated the bidder’s
personal observations with the requirements of the Bidding Documents.

2.3 The Bid is based upon the labor, materials, equipment and systems required by the
Bidding Documents without exception.

2.4 Bidder is satisfied as to (1) the conditions to be encountered, (2) the character, quality,
and scope of the proposed work, (3) the quality and quantity of the materials to be
furnished, and (4) the requirements of the Bid, the plans and specifications, and other
Contract Documents.

2.5 Bidder is fully qualified and licensed under La. R.S. 37:2150, et seq. And is, or will be
at the time of Contract execution, qualified and licensed under any applicable local
licensing law. Bidder shall be responsible for determining that all Sub-bidders of
prospective subcontractors are duly licensed in accordance with law.

3 ARTICLE 3 - BIDDING DOCUMENTS

3.1 COPIES

3.1.1 Complete sets of the Bidding Documents may be obtained from the office
of the Architect, fl+WB Architects, APC, 1404 Greengate Drive, Suite 101,
Covington, LA 70433, for the deposit indicated in the Advertisement for
Bids. No deposits will be refunded on Bidding Documents returned more
than 10 days after date for receipt of Bids. All bidding documents are to be
returned to fl+WB Architects, APC.

3.1.2 Complete Bidding Documents are also available in electronic form. They
may be obtained from City Blueprint & Supply Co. Plans are available for
free download in the Project Plan Room at www.cityblueprint.com.
Questions about this procedure may be directed to City Blueprint & Supply
Co., 1200 West Causeway Approach, Suite 24, Mandeville, LA 70471;
phone: 985-624-5639, Email: [email protected]. Bid
documents may also be downloaded at www.centralbidding.com. Project
fl+WB ARCHITECTS, APC COVINGTON CLINIC DEMOLITION FOR
ST. TAMMANY HEALTH SYSTEM
INSTRUCTIONS TO BIDDERS 000100 - 3
specific questions shall be directed to the Designer: fl+WB Architects,
APC, Becky Parks, 1404 Greengate Drive, Suite 101, Covington, LA
70433; phone: 985-893-4100; email: [email protected].

3.1.3 Bidding Documents shall only be furnished to contractors licensed under
La. R.S. 37:2150 et seq. and their representatives.

3.1.4 Bidders shall use complete sets of Bidding Documents in preparing Bids.
Neither the Owner nor the Architect assumes responsibility for errors or
misinterpretations resulting from the use of incomplete sets of Bidding
Documents. No partial sets will be issued.

3.1.5 In making copies of the Bidding Documents available on the above terms,
the Owner and the Architect do so only for the purpose of obtaining Bids
on the Work and do not confer a license or grant permission for any other
use of the Bidding Documents.

3.2 INTERPRETATION OR CORRECTION OF BIDDING DOCUMENTS

3.2.1 The Bidder shall carefully study and compare the Bidding Documents with
each other, and with other work being bid concurrently or presently under
construction to the extent that it relates to the Work for which the Bid is
submitted, shall examine the site and local conditions, and shall at once
report to the Architect errors, inconsistencies or ambiguities discovered.

3.2.2 Bidders and Sub-bidders requiring clarification or interpretation of the
Bidding Documents shall make a written or facsimile request which shall
reach the Architect at least (7) seven or more calendar days prior to the
date for receipt of Bids, which requests shall be made to the following:
Becky Parks, Project Architect
fl+WB Architects, APC
1404 Greengate Drive, Suite 101
Covington, LA 70433
Email: [email protected]

3.2.3 Interpretations, corrections and changes of the Bidding Documents will be
made by Addendum. Interpretations, corrections and changes to the
Bidding Documents made in any other manner will not be binding and
Bidders shall not rely upon them.

3.3 SUBSTITUTIONS

3.3.1 The materials, products and equipment described in the Bidding
Documents establish a standard of required function, dimension,
appearance and quality to be met by any proposed substitution.

3.3.2 The Architect must approve a proposed substitution prior to receipt of Bid.
Such approval will be set forth in an Addendum. Bidders shall not rely upon
approvals made in any other manner. No verbal or written approvals other
fl+WB ARCHITECTS, APC COVINGTON CLINIC DEMOLITION FOR
ST. TAMMANY HEALTH SYSTEM
INSTRUCTIONS TO BIDDERS 000100 - 4
than by Addendum will be valid.

3.3.3 Requests for substitutions shall be submitted by the Bidder and received by
the Architect, (7) seven or more calendar days prior to the date for receipt
of Bids. All requests for substitutions shall be made in accordance with
Document 000163 of these Bidding Documents entitled “Pre-Bid
Substitutions”.

3.3.4 No substitutions will be considered after the Contract award unless
specifically provided for in the Contract Documents.

3.4 ADDENDA

3.4.1 Addenda will be emailed or delivered to all who are known by the Architect
to have a complete set of Bidding Documents.

3.4.2 Copies of Addenda will be made available for inspection wherever Bidding
Documents are on file for that purpose.

3.4.3 No Addenda will be issued later than 72 hours (exclusively of Saturday,
Sunday, and other legal holidays) prior to the time for opening of Bids;
provided however, if an Addendum is issued within such 72 hour period,
then the opening of Bids shall be extended exactly one week, without the
requirement of re-advertising.

3.4.4 Each Bidder shall ascertain prior to submitting a Bid that he has received all
Addenda issued, and the Bidder shall acknowledge their receipt in the
proper location on the Bid Form.

4 ARTICLE 4 - BIDDING PROCEDURES

4.1 PRE-BID CONFERENCE

4.1.1 A mandatory pre-bid conference will be held for Bidders at the time and
location indicated in the Advertisement for Bids. All Prime Bidders are
required to attend the entire pre-bid conference to be eligible to bid. Any
Prime Bidders arriving after the start of the pre-bid conference will not be
considered in attendance, and will not be eligible to bid. Although not
required, Sub-bidders and material suppliers are urged to attend.

4.2 FORM AND STYLE OF BIDS

4.2.1 Submit bids on forms identical to the form included with the Bidding Documents.

4.2.2 Fill in all blanks on the bid form by typewriter or manually in ink.

4.2.3 Where so indicated by the makeup of the bid form, sums shall be
expressed in both words and figures, and in case of discrepancy between
the two, the amount written in words shall govern.
fl+WB ARCHITECTS, APC COVINGTON CLINIC DEMOLITION FOR
ST. TAMMANY HEALTH SYSTEM

INSTRUCTIONS TO BIDDERS 000100 - 4

4.2.4 Interlineations, alterations or erasures shall be initialed by the signer of the Bid.

4.2.5 All requested Alternates shall be bid. If no change in the Base Bid is
required, enter “No Change”. The Failure to bid an Alternate shall result in
the disqualification and rejection of the Bid.

4.2.6 Each Bid shall include the legal name of the Bidder. Each Bid shall be
signed by the person or persons legally authorized to bind the Bidder to a
contract.

4.2.7 Evidence of corporation and partnership authority and agency is required
for a Bid through an agent or for a corporation or partnership. Without such
evidence of authority or agency, Bids will be rejected. Evidence of authority
of the signature of the person signing the Bid for a corporation or
partnership or as an agent shall be deeded sufficient and acceptable:

4.2.7.1 If the Bidder is a Corporation, the signature on the Bids is;

4.2.7.1.1 The signature of a person authorized by a proper corporate resolution
submitted to the Owner prior to or with the Bid, or

4.2.7.1.2 The signature of any corporate officer listed on the most current annual
report on file with the Louisiana Secretary of State, or

4.2.7.1.3 The signature of a person named in an affidavit, resolution, or other
acknowledged or authentic act, filed in the appropriate records of the
Louisiana Secretary of State or St. Tammany Parish, Louisiana Clerk of
Court, which states that the person signing the Bid is authorized to submit
bids for public contracts.

4.2.7.2 If the Bidder is a partnership, (including a partnership in commendam,
sometimes known as a limited partnership), the signature on the bid is:

4.2.7.2.1 The signature of a partner or a general partner (in the case of a partnership
in commendam), and copies of the Articles of Partnership with all
amendments showing the authority of the partner to sign, is submitted to the
Owner prior to or with the Bid, or

4.2.7.2.2 The signature of a partner or a general partner (in the case of a partnership
in commendam) listed on the most current partnership records on file with
the Louisiana Secretary of State, or

4.2.7.2.3 The signature of a partner or a general partner (in the case of a partnership
in commendam) named in an affidavit, resolution, or other acknowledged or
authentic act filed in the appropriate records of the Louisiana Secretary of
State or the St. Tammany Parish, Louisiana Clerk of Court, which states that
the person signing the Bid is authorized to submit bids for public contracts;

4.2.7.3 If the Bidder is a limited liability company, the signature on the bid is:
fl+WB ARCHITECTS, APC COVINGTON CLINIC DEMOLITION FOR
ST. TAMMANY HEALTH SYSTEM

INSTRUCTIONS TO BIDDERS 000100 - 5
4.2.7.3.1 The signature of a person authorized by a proper consent of the members, or

4.2.7.3.2 The signature of a person authorized by a proper consent of the members, or
The signature of a person authorized by limited liability documents on file
with the Louisiana Secretary of State.

4.2.7.4 If the Bidder is a sole proprietor acting through an agent or if the Bidder is a
legal entity, other than a corporation, limited liability company or partnership,
acting through an agent, the signature on the Bid is:

4.2.7.4.1The signature of a person authorized by a power of attorney, in the case of a
sole proprietorship, or some other appropriate document, in the case of such
legal entity, and such power of attorney is submitted to the Owner prior to or
with the Bid, or

4.2.7.4.2 The signature of a person authorized as an agent to submit bids for public
contracts for a sole proprietor or for such legal entity in an affidavit,
resolution, or other acknowledged or authentic document filed in the
appropriate records of the Louisiana Secretary of State or the St. Tammany
Parish, Louisiana Clerk of Court.

4.2.8 The Bidder shall certify that he is licensed under La. R.S. 37:2150, et seq.

4.2.9 With respect to the authority of the person signing this Bid, Bidderunderstands that Section 4.2.7 of the Instruction to Bidders is applicable to
this Bid. Bidder further understands that a corporate bidder must attach a
proper resolution of the Board of Directors hereto; a limited liability company
should attach a consent of its members or other appropriate authority, a
partnership bidder should attach hereto copies of the Articles of Partnership
with all amendments; and if the Bidder is some other legal entity or a sole
proprietor acting through an agent, the Bidder should consider attaching
hereto a power of attorney and/or other appropriate documents or authority.
Bidder further understands that if these attachments are not annexed hereto
or if these attachments have not been previously submitted to Owner, then
this Bid will be rejected unless there is, otherwise, compliance with Section
4.2.7 of the Instruction to Bidders
.
4.3 BID SECURITY

4.3.1 Each bid shall be accompanied by a bid security in the amount of at least 5% of the highest total amount (including Add Alternates, if any) and in the
form of surety bond, cashier’s check, cash or certified check which shall
constitute a pledge that the Bidder will enter into a Contract with the Owner
in accordance with the Bid and will furnish performance and labor and
materials payment Bonds covering the faithful performance of the Contract
and the payment of all obligations arising thereunder. Should the Bidder
refuse to enter into such Contract within ten days after notice to the Bidder
that the Contract is ready for execution or should the Bidder fail to furnish
the performance and labor and material payment bonds and the other
documents required by Section 10.3.1, the amount of the bid security
shall be forfeited to the Owner as liquidated damages, not as a penalty.

fl+WB ARCHITECTS, APC COVINGTON CLINIC DEMOLITION FOR
ST. TAMMANY HEALTH SYSTEM
INSTRUCTIONS TO BIDDERS 000100 - 7

4.3.2 Surety bond shall be written on AIA Document A310-2010 “Bid Bond” and
the attorney-in-fact who executes the bond on behalf of the surety shall affix
to the bond a certified and current copy of power of attorney.

4.3.3 If a surety bond (Bid Bond) is furnished as a bid security:

4.3.3.1 The bond 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 Arating in the latest printing of A.M. Best’s Key Rating Guide to write individual
bonds up to ten percent of the policyholder’s surplus as shown in 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 and is licensed to write surety bonds.

4.3.3.2 An appropriate power of attorney shall be annexed to the bid bond showing
that the persons signing for the surety of insurance company are duly
authorized.

4.3.4 Proper bid security shall be enclosed in the sealed envelope with the Bid or
submitted electronically through CentralBidding; otherwise, the Bid will be
rejected.

4.3.5 The Owner will have the right to retain the bid security of Bidders to whom
an award is being considered until either: (i) the Contract has been executed
and bonds have been furnished, (ii) 60 days have elapsed after the date for
opening of the Bids as to the Bids which are not accepted by that time, or
(iii) all Bids have been rejected.

4.4 PROJECT SUPERINTENDENT AND PROJECT MANAGER

4.4.1 The Bidder’s Superintendent / Project Manager shall be located on site at
the Bidder’s field office for this project.

4.5 SUBMISSION OF BIDS

4.5.1 If submitted non-electronically, the Bid, the bid security and other documents
submitted with the Bid shall be enclosed in a sealed opaque envelope. The
envelope shall be addressed to St. Tammany Parish Hospital Service District
No. 1, St. Tammany Parish Hospital, 1202 S. Tyler Street, Covington, LA
70433, Attention: Randy Willett, Project Manager, and shall be identified with
the Bidder’s name and return address, the contractor’s state license number,
the words, “Properly Licensed under La. R.S. 37:2150, et seq.”, and the
words “ ‘COVINGTON CLINIC DEMOLITION’ FOR ST. TAMMANY HEALTH
SYSTEM, COVINGTON, LOUISIANA”. If the bid is sent by mail, the sealed
envelope shall be enclosed in a separate mailing envelope with the notation
“SEALED BID ENCLOSED” on the face of the envelope. The Bid shall be
fl+WB ARCHITECTS, APC COVINGTON CLINIC DEMOLITION FOR
ST. TAMMANY HEALTH SYSTEM

INSTRUCTIONS TO BIDDERS 000100 - 7
hand-delivered or sent by registered or certified mail, return receipt requested
to St. Tammany Parish Hospital Service District No. 1, St. Tammany Parish
Hospital, 1202 South Tyler Street, Covington, Louisiana, 70433, Attention:
Randy Willett, Project Manager. If the bid is submitted electronically, the bid
shall be submitted properly through CentralBidding, www.centralbidding.com
For all questions regarding the electronic bidding process call Central Bidding
at 225-810-4814.

4.5.2 Bids shall be received up until the time and date at the location indicated in
the Advertisement for Bids. Bids received after the time and date for receipt
of Bids will be returned unopened.

4.5.3 The Bidder shall assume full responsibility for timely delivery at the location
designated for receipt of Bids.

4.5.4 In submitting this Bid, the undersigned agrees that the Bid will not be
withdrawn for a period of forty-five (45) consecutive calendar days following
the date of Bid Opening. Such 45 calendar day-time period may be extended,
by the Owner and by the lowest responsive and responsible bidder, by one or
more extensions of 30 calendar days. If a prepared Contract provided by the
Owner is received by the Bidder at the business address identified below
within such forty-five (45) day period, the undersigned will, within ten (10)
days of such receipt, execute the Contract and simultaneously deliver the
Performance, Labor and Material Payment Bonds, the required powers of
attorney, corporate or other proper authority for the person signing the
Contract, Non-Collusion Affidavit, Medicare Access Contract, Business
Disclosure Statement, Employee Verification Affidavit, Past Criminal
Conviction Attestation, and the certificates of insurance required by the
Bidding Documents, and will proceed in accordance with requirements of the
Contract Documents for this project. The Contractor’s Qualification Statement
is added as a document which must be delivered at the Contract execution.
Nothing in Paragraph 4.5.4 shall alter the requirement of executing and
delivering documents, within 10 calendar days after bid opening, as provided
in Paragraph 8.1.

4.6 MODIFICATION OR WITHDRAWAL OF BID

4.6.1 Subject to the provisions of 4.6.2 of this Section 4.6, a Bid may not be
modified, withdrawn or canceled by the Bidder during the period beginning on
the date of submission of the Bid and ending forty-five (45) days following the
time and date designated for the receipt of Bids and each Bidder so agrees in
submitting a Bid. Such 45-calendar day time period may be extended, by the
Owner and by the lowest responsive and responsible bidder, by one or more
extensions of 30 calendar days.

4.6.2 Bids containing patently obvious, unintentional, and substantial mechanical,
clerical, or mathematical errors, or errors of unintentional omission of a
substantial quantity of work, labor, material, or services made directly in the
compilation of the Bid, may be withdrawn by the Bidder if clear and convincing
sworn, written evidence of such errors is furnished to the Owner within forty
fl+WB ARCHITECTS, APC COVINGTON CLINIC DEMOLITION FOR
ST. TAMMANY HEALTH SYSTEM

INSTRUCTIONS TO BIDDERS 000100 - 8

eight (48) hours of the bid opening excluding Saturdays, Sundays, and legal
holidays. Such errors must be clearly shown by objective evidence drawn
from inspection of the original work papers, documents or materials used in
the preparation of the bid sought to be withdrawn. If the Owner determines
that the error is patently obvious mechanical, clerical, or mathematical error, or
unintentional omission of substantial quantity of work, labor material, or
services, as opposed to a judgment error, and the Bid was submitted in good
faith Owner shall accept the withdrawal and return the Bid security to the
Bidder. Such bid withdrawal is further subject to the provisions of La. R.S.
38:2214 C and D.

4.7 OPENING OF BIDS

4.7.1 Bids will be opened publicly and read aloud at the location indicated in the
Advertisement for Bids immediately after the time specified for Bids to be
received. An abstract of the Base Bids and any alternates will be made
available to the bidders within seven days after the date for opening the Bids.

4.8 REJECTION OF BIDS

4.8.1 The Owner may reject any Base Bid in excess of $935,000.00 and may reject
a Bid not accompanied by the required bid security, or may reject a Bid which
is in any way incomplete or irregular, or may reject a Bid for just cause.

4.8.2 The Owner may also disqualify any Bid from a Bidder who is not a responsible
Bidder, but such disqualification shall be subject to the provisions of La. R.S.
38:2212 J which requires the Owner to:

4.8.2.1 Give written notice of the proposed disqualification to such Bidder and include
in the written notice all reasons for the proposed disqualification; and

4.8.2.2 Give such Bidder, who is proposed to be disqualified, the opportunity to refute
the reasons for such disqualifications.

4.9 ACCEPTANCE OF BID (AWARD)

4.9.1 Subject to the provisions of Section 4.8 and other provisions of the Bidding
Documents, it is the intent of the Owner to award a Contract to the lowest
responsible Bidder provided the Bid has been submitted in accordance with
the requirements of the Bidding Document.

4.9.2 Alternates, if accepted, shall be accepted in the order which they are listed
on the Bid Form. Determination of the low bidder shall be on the basis of
the sum of the Base Bid and any alternates accepted. However, the Owner
reserves the right to accept alternates in any order which does not affect
determination of the low bidder.

4.9.3 The Owner shall incur no obligation to the Contractor until the Contract
between the Owner and the Contractor is duly executed. The Contract shall
fl+WB ARCHITECTS, APC COVINGTON CLINIC DEMOLITION FOR
ST. TAMMANY HEALTH SYSTEM
INSTRUCTIONS TO BIDDERS 000100 - 9

be in the form provided in the Bidding Documents.
5 ARTICLE 5 - POST BID INFORMATION

5.1 CONTRACTOR’S QUALIFICATION STATEMENT

5.1.1 Bidders to whom award of a Contract is under consideration shall submit to
the Architect, within ten (10) calendar days after receipt of Bids, a properly
executed AIA Document A305-79, “Contractor’s Qualification Statement.”
The Contractor’s Qualification Statement shall be completed and submitted
as a set forth in Paragraph 8.1.1.

5.2 OWNER’S FINANCIAL CAPABILITY

5.2.1 The Owner shall, at the written request of the Bidder to whom award of a
Contract is under consideration and no later than three (3) calendar days
after written request (which time period may be extended at the discretion of
the Owner), furnish to the Bidder reasonable evidence that financial
arrangements have been made to fulfill the Owner’s obligations under the
Contract. Unless such reasonable evidence is furnished, the Bidder will not
be required to execute the Agreement between the Owner and Contractor.
5.3 SUBMITTALS

5.3.1 Bidders shall submit a list of the subcontractors Bidder proposes to utilize on
the Project to the Architect within ten (10) calendar days after receipt of
Bids. Owner may reject subcontractors, in which event, Bidder shall obtain
subcontractors acceptable to Owner. The subcontractors list shall be
submitted at the same time as the documents which are required to be
submitted in Paragraph 8.1.1. and 8.1.2.

5.3.2 The Bidder shall, within ten (10) calendar days of written notification of
selection for the award of a Contract for the Work, submit the following
information to the Architect:

5.3.2.1 A designation of the Work to be performed by the Bidder with the Bidder’s
own forces;
5.3.2.2 The Proprietary names and the suppliers or principal items or systems of
materials and equipment proposed for the Work;

5.3.2.3 A list of names of the Subcontractors or other persons or entities (including
those who are to furnish materials or equipment fabricated to a special
design) proposed for the principal portions of the Work.

5.3.3 The Bidder may be required to establish to the satisfaction of the Architect
and the Owner the reliability and responsibility of the persons or entities and
subcontractors proposed to furnish and perform the Work described in the
fl+WB ARCHITECTS, APC COVINGTON CLINIC DEMOLITION FOR
ST. TAMMANY HEALTH SYSTEM

INSTRUCTIONS TO BIDDERS 000100 - 11

Bidding Documents and of the Project Superintendent and Project Manager.
6 ARTICLE 6- PERFORMANCE BOND AND LABOR AND MATERIAL PAYMENT BOND

6.1 BOND REQUIREMENTS

6.1.1 The Bidder shall furnish a performance bond on AIA Bond Document A312-
2010, and a labor and material payment bond on AIA Bond Document A312-
2010 covering the faithful performance of Contract and the payment of all
obligations arising there under. The cost of furnishing of such bonds shall
be included in the Bid.

6.1.2 The successful Bidder shall be required to furnish the performance bond and
the labor and material payment bond written by a company licensed to do
business in Louisiana, in an amount equal 100% of the Contract amount.
Such bond shall be subject to the following requirements:

6.1.2.1 Bonds 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 Arating in the latest printing of the A.M. Best’s Key Rating Guide to write
individual bonds up to ten percent of the policyholder’s surplus as shown in
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 and is licensed to write surety bonds.

6.1.2.2 No surety or insurance company shall write a bond which is in excess of the
amount indicated as approved by the U. S. Department of Treasury Financial
Management Service list or by a Louisiana domiciled insurance company
with an A- rating by A.M. Best up to a limit of ten percent of policyholders
surplus as shown by A.M. Best; companies authorized by this Section who
are not on the treasury list shall not write a bond when the penalty exceeds
fifteen percent of its capital and surplus, such capital and surplus being the
amount by which the company’s assets exceed its liabilities as reflected by
the most recent financial statements filed by the company with the
Department of Insurance.

6.1.2.3 In addition, any bond written for a public works project shall be written by a
surety or insurance company that is currently licensed to do business in the
state of Louisiana.

6.1.2.4 The bonds shall be signed by the surety’s agent or attorney-in-fact and
countersigned by a person who is under contract with surety as a licensed
agent in this State, and who is residing in this State, which signatures shall
be authorized by proper current powers of attorney.

6.2 THE TIME OF DELIVERY OF BONDS

6.2.1 The Bidder shall deliver the required bonds and powers of attorney to the
fl+WB ARCHITECTS, APC COVINGTON CLINIC DEMOLITION FOR
ST. TAMMANY HEALTH SYSTEM

INSTRUCTIONS TO BIDDERS 000100 - 12

Owner at the time of execution of the Contract.

7 ARTICLE 7 - LICENSING

7.1 CONTRACTOR LICENSING

7.1.1 The Contractor shall certify that he is licensed under Contractor’s Licensing
Law, Louisiana Revised Statutes 37:2150, et seq., and indicate his license
number on the bid above his signature or the signature of his duly
authorized representative. The contractor shall show such certification and
indicate his license number on the face of the sealed envelope required for
submitting bids. See Section 4.5.1. All bids not in accordance with the
above requirements shall be automatically rejected and shall not be read.

7.1.2 At the time of execution of the Contract, bidder shall be fully licensed under
any applicable local law.

8 ARTICLE 8- COLLUSION AGREEMENTS, MEDICARE ACCESS AGREEMENT,
BUSINESS DISCLOSURE STATEMENT, EMPLOYEE VERIFICATION AFFIDAVIT,
AND PAST CRIMINAL CONVICTION ATTESTATION

8.1 COLLUSION AGREEMENTS, MEDICARE ACCESS CONTRACT, BUSINESS
DISCLOSURE STATEMENT, EMPLOYEE VERIFICATION AFFIDAVIT, AND PAST
CRIMINAL CONVICTION ATTESTATION.
After the bid opening, the Owner shall give all the Bidders notice of the
apparent low Bidder. Within 10 calendar days after the Owner gives such
notice, the Bidder, who is designated as the apparent low Bidder, shall
execute the following documents and within such 10 days, deliver them to
the Architect, such documents, to be executed and delivered are:
A. Non-Collusion Affidavit (the form for which, is set forth at Section
000400);
B. Medicare Access Contract (the form for which is set forth at
Section 000401);
C. Employee Verification Affidavit (the form for which is set forth at
Section 000403);
D. Past Criminal Conviction Affidavit (the form for which is set forth at
Section 000404); and
E. Contractor’s Qualification Statement (the form for which is set
forth at Section 000405).

8.1.1 If the apparent low Bidder does not submit the proper information and
documentation as required by Paragraph 8.1. within such 10-day period,
such Bidder shall be declared non-responsive, and the Owner may
designate the next lowest Bidder as the apparent low Bidder, to submit the
fl+WB ARCHITECTS, APC COVINGTON CLINIC DEMOLITION FOR
ST. TAMMANY HEALTH SYSTEM

INSTRUCTIONS TO BIDDERS 000100 - 13

proper information and documentation as required by Paragraph 8.1, and
the Owner may continue such process until the public entity either
determines the low Bidder or rejects all Bids.

9 ARTICLE 9 - COMPLETION TIME AND LIQUIDATED DAMAGES
9.1 COMPLETION TIME AND LIQUIDATED DAMAGES

9.1.1 The Bidder agrees to complete the Work included in the ‘Covington Clinic
Demolition’ Contract and achieve Substantial Completion of the Work
within ninety-three (93) calendar days after the date specified in the written
“Notice to Proceed” by the Architect or within the time as may be extended
as stipulated in the Contract Documents.

9.1.2 The Bidder agrees to commence work under the Agreement and Bonds on a
date specified in the written “Notice to Proceed” by the Architect, at the
direction of the Owner, and to fully complete the Work included in this
proposal as indicated prior to the completion time above or within the time
as may be extended as stipulated in the Contract Documents and in this
paragraph, and Bidder understands and agrees as follows:

9.1.3 The Bidder understands and agrees that the term “Work” as referred to
herein and in the Bidding Documents means all of the Work indicated in the
drawings and specification

9.1.4 After the Work is substantially complete, the Bidder shall, pursuant to R.S.
38:2242.1, file a Certificate of Substantial Completion of the Work;

9.1.5 Subject to the provisions for extensions of time provided for in the Contract
Documents, the Bidder agrees to pay as liquidated damages, the sum of
two hundred fifty dollars ($250) for each consecutive calendar day beyond
which Substantial Completion is not achieved for the Owner, beginning with
the first day beyond the completion time stated above. The Bidder
understands that after the issuance of Substantial Completion by the
Architect, within forty-five (45) calendar days, the punch list work shall be
satisfactorily completed or the liquidated damages will resume for this
portion of the work. Said sums shall in no event be construed to be a
penalty, but only as liquidated damages fixed and agreed upon in advance.

10 ARTICLE 10 - FORM OF CONTRACT
10.1 TIME OF EXECUTION AND SUBMISSION OF DOCUMENTS

10.2 FORM OF AGREEMENT BETWEEN THE OWNER AND THE CONTRACTOR

10.2.1 The AIA Form A101-2017 shall be used and the method of binding
dispute resolution shall be “Litigation in a court of competent
jurisdiction” and the category therefor shall be checked off in
Section 6.2 of AIA Form A101-2017.
fl+WB ARCHITECTS, APC COVINGTON CLINIC DEMOLITION FOR
ST. TAMMANY HEALTH SYSTEM

INSTRUCTIONS TO BIDDERS 000100 - 14

10.3
10.3.1 TIME OF EXECUTION OF CONTRACT AND SUBMISSION OF DOCUMENTS
Within ten (10) days after the Contract is presented to the successful Bidderfor execution, the successful Bidder shall (i) execute the Contract, (ii)
furnish the required performance bond and labor and materials payment
bond, and powers of attorney for the agents signing such bonds, (iii) furnish
corporate resolutions or other appropriate authority for the person signing
on behalf of the successful Bidder, (iv) furnish a certified copy of the
previously submitted non-collusion affidavit, (v) furnish a certified copy of
the previously submitted Medicare Access Contract, (vi) furnish a certified
copy of the previously submitted Business Disclosure Statement, (vii)
furnish a certified copy of the previously submitted Employee Verification
Affidavit, (viii) furnish a certified copy of the previously submitted Past
Criminal Conviction Attestation and (ix) furnish the Certificates of Insurance
required by the Bidding Documents. The previously submitted Contractor’s
Qualification Statement is added as a document which must be furnished
within 10 days after the Contract is presented to the successful bidder.

10.3.2 The Contract shall be entered into no later than 60 calendar days after the
Owner awards the Contract to the lowest responsive and responsible
bidder. Nothing in this Paragraph 10.3.2 shall affect the 10-calendar day
time period set forth in Paragraph 10.3.1, except that the Owner must give
the 10-day notice to the Contractor at a time which will result in the Contract
being executed no later than 60 calendar days after the Owner awards the
Contract to the lowest responsive and responsible bidder.

11 ARTICLE 11 - SALES TAXES

11.1 GENERAL PROVISIONS

11.1.1 The Owner, St. Tammany Parish Hospital Service District No. 1, is an entityexcluded from Louisiana state and local sales and use taxation under the
provisions of La. R.S. 47:301 (8)(c) and/or other provisions of law. The
Owner will provide Contractor with original State of Louisiana, Department
of Revenue and Taxation, Designation of Construction Contractor as Agent
of a Governmental Entity and Exemption Certificates, which forms shall be
furnished by Contractor to all subcontractors. Original Certificates will be
provided by the Owner to Contractor for distribution to all subcontractors.
Photocopies or electronic reproductions are not acceptable. Accordingly,
any and all materials that are to be incorporated into the Project and that
are required to fulfill Contractor’s obligations in performing the work shall be
acquired and titled as follows:

11.1.1.1 All materials and equipment that are to be physically incorporated into the
Project shall be purchased by Contractor and subcontractors as agent
contractors in the name of the Owner.
For materials and equipment to be incorporated in the Project,

11.1.1.2
fl+WB ARCHITECTS, APC COVINGTON CLINIC DEMOLITION FOR
ST. TAMMANY HEALTH SYSTEM
INSTRUCTIONS TO BIDDERS 000100 - 15
subcontractors are required to make such purchases on forms supplied by
the Contractor and approved by the Owner. All invoicing by subcontractors
shall be presented to Contractor as an agent for the Owner. All
subcontractors are required to enforce similar invoicing procedures to lowertier subcontractors in order to effect full title and ownership of property to
Owner.

11.1.1.3 Subject to the provisions hereof, the Owner shall be directly liable to the
suppliers and vendors for payment of the agreed purchase price of materials
and equipment that are to be physically incorporated into the Project. The
agreement for the purchase of materials and equipment that are to be
physically incorporated into the Project shall provide that suppliers can
proceed directly against the Owner in case of non-payment and, subject to
the provisions hereof, the Owner shall be able to directly claim or exercise
any rights or warranties which are available to the purchaser of the materials
and equipment.

11.1.1.4 CONTRACTOR SHALL NOT INCLUDE STATE OR LOCAL SALES TAX IN
ITS BID.
Payments for materials and equipment to be physically incorporated into the

11.1.1.5Project shall be timely paid by the Contractor or subcontractors, as agent for
the Owner. Such payments by the Contractor or subcontractors shall,
subject to retainage as provided for in the Contract Documents, be included
within the monthly Application for Payment submitted by the Contractor to
the Owner.

11.1.1.6 Contractor shall maintain all necessary documentation with respect to
materials and equipment purchased by the Contractor and all subcontractors
for the Project in order to show what materials and equipment were
purchased pursuant to this Article, including, but not limited to, invoices and
delivery tickets. Copies of such documentation shall be submitted by the
Contractor to the Owner with each monthly Application for Payment. Any
remaining required documentation shall be submitted at the Application for
Final Payment.

11.1.1.7 CONTRACTOR SHALL BE LIABLE FOR ALL TAXES OCCASIONED BY
ITS FAILURE TO COMPLY WITH SECTIONS 11.1.1.1 THROUGH 11.1.1.6.
This Article shall not apply to leased equipment. Leased equipment shall be

11.1.1.8leased by Contractor and/or subcontractors in their own names, and
Contractor and/or subcontractors shall pay the sales and/or use tax
applicable thereto. The Contractor shall include, in its bid, sales and use tax
applicable to such leased equipment.

11.2 PROVISIONS WHICH ARE NOT MODIFIED

11.2.1 Nothing in this Article is intended to modify or otherwise alter:

11.2.1.1 Contractor’s obligation to assume the risk for and provide for the safety
fl+WB ARCHITECTS, APC COVINGTON CLINIC DEMOLITION FOR
ST. TAMMANY HEALTH SYSTEM

INSTRUCTIONS TO BIDDERS 000100 - 16

and protection of materials and equipment whether in storage on or off
the site and regardless whether titled to the Owner as part of the work.

11.2.1.2 Contractor’s obligation to fully insure any and all materials and equipment
used in the work or stored at the site for incorporation into the Project.
Contractor’s obligation to maintain liability and property insurance,

11.2.1.3specifically including coverage for damages to the materials and
equipment prior to final acceptance and claims for damages because
of bodily injury, sickness, or death of any of the Contractor’s employees
or any person other than the Contractor’s employees.

11.2.1.4  Contractor’s obligation to insure the work at all times prior to final acceptance.

11.2.1.5 Contractor’s obligation to fully warrant all materials and equipment
furnished under the general contract and subcontracts.

11.2.1.6Contractor’s obligation to properly correct the work as required by the
architect and this Article shall not diminish the Owner’s and architect’s rights
to reject any portions of the work.

11.2.1.7 Nothing in this Article to change the rights of the Owner to accept or
reject the work or any part thereof or alter the manner or time frames in
which inspections may be made by the engineer or the architect on
behalf of the Owner.

11.2.1.8 Nothing in this Article shall change the bid price, method and time of
payment by the Owner to the Contractor.

11.3 HOLD HARMLESS
 
11.3.1 Provided that the provisions of this Article are complied with, Owner
agrees to indemnify, defend and hold Contractor fully harmless from and
with respect to any state or local sales or use tax liability claimed, alleged,
or asserted by any state or local governmental agency with respect to the
purchase of material and equipment for the Project for which sales taxes
were not paid pursuant hereto. Owner shall be responsible for and
assume all legal expenses associated with defending the tax-exempt
status of the purchase transactions at issue. Moreover, should the taxing
authority prevail in imposing its sales or use tax, Owner shall be ultimately
liable for remitting those taxes to the taxing authority, assuming
Contractor and subcontractors have complied with the terms of this
Article.
11.4 NO ADDITIONAL REMUNERATION 

11.4.1 Remuneration, expenses and charges for the Contractor and
subcontractors acting as Owner Agent are included within the bid price
by Contractor. Contractor and subcontractors waive any claim againstthe Owner that they may have, under La. Civil Code Article 3012, or


fl+WB ARCHITECTS, APC COVINGTON CLINIC DEMOLITION FOR
ST. TAMMANY HEALTH SYSTEM

INSTRUCTIONS TO BIDDERS 000100 - 17

other provisions of law, for any other remuneration, expenses and
charges for acting as Owner’s Agent, pursuant to this Article.

11.5 NO AFFECT ON BONDS

11.5.1 The bondsman under the performance bond and materials payment orrelated bonds shall have the same obligations thereunder as if this
Article had not been included. The performance bond and materials
payment or related bonds shall contain such language, as shall be
reasonably required by Owner, to assure that Owner has full coverage
under the performance bond and materials payment or related bonds as
if this Article had not been included.

11.6 ADDITIONAL INSUREDS
11.6.1 Contractor shall name Owner as an additional insured under the
insurance provided for in 11.2.1.1, 11.2.1.2, 11.2.1.3, 11.2.1.4.
REDUCTIONS IN AMOUNT PAID TO CONTRACTOR
In the event that Owner pays directly to any subcontractor for
materialmen pursuant to the provisions of this Article, such amount shall
be deducted from the payment otherwise due Contractor.
MATTERS IN CONFLICT ARE SUPERCEDED BY ARTICLE 11
All matters within the Contract Documents which are in conflict with this
Article 11 shall be superseded by the provisions of this Article 11.

11.7 REDUCTIONS IN AMOUNT PAID TO CONTRACTOR

11.7.1 In the event that Owner pays directly to any subcontractor for
materialmen pursuant to the provisions of this Article, such amount shall
be deducted from the payment otherwise due Contractor.

11.8  MATTERS IN CONFLICT ARE SUPERCEDED BY ARTICLE 11

11.8.1 All matters within the Contract Documents which are in conflict with this
Article 11 shall be superseded by the provisions of this Article 11.


END OF SECTION 000100

fl+WB ARCHITECTS, APC COVINGTON CLINIC DEMOLITION FOR
ST. TAMMANY HEALTH SYSTEM

INSTRUCTIONS TO BIDDERS 000100 - 18

THIS PAGE INTENTIONALLY LEFT BLANK

fl+WB ARCHITECTS, APC COVINGTON CLINIC DEMOLITION FOR
ST. TAMMANY HEALTH SYSTEM
BID FORM COVER 000300 - 1
SECTION 000300 LOUISIANA UNIFORM PUBLIC BID FORM
The Louisiana Uniform Public Work Bid Form is bound within this Specification immediately
following this section.

END OF SECTION 000300

fl+WB ARCHITECTS, APC COVINGTON CLINIC DEMOLITION FOR
ST. TAMMANY HEALTH SYSTEM

BID FORM COVER 000300 - 2

THIS PAGE INTENTIONALLY LEFT BLANK

LOUISIANA UNIFORM PU

Additional Notes/Requirements
Important Dates: MANDATORY PRE-BID: JUNE 28, 2023 AT 10:00 AM AT THE PROJECT SITE RECEIPT OF BIDS: JULY 11, 2023 AT 2:00 PM AT STPH IN THE COVINGTON CONFERENCE ROOM THE RECEIPT OF BIDS HAS BEEN POSTPONED TO TUESDAY, AUGUST 8, 2023, AT 2:00 PM IN THE COVINGTON CONFERENCE ROOM AT ST. TAMMANY PARISH HOSPITAL, 1202 S. TYLER STREET, COVINGTON , LA 70433. SEE ATTACHMENT COVINGTON CLINIC DEMO -ADDENDUM N0 1_2023.06.29.PDF. July 25, 2023: See Addendum Number two (2) to the Plans and Specifications for Covington Clinic Demolition for St. Tammany Health System
SUBMITTAL INFORMATION
Creator Username: STPHMC
Bidding Privacy: Bid encryption
Started: 31-May-2023 8:00:00 AM CDT
Ends: 08-Aug-2023 2:00:00 PM CDT ( Expired )
History: 856 Views
Event Status: Expired since 08-Aug-2023 2:00:00 PM CDT
Actions: Sign-In to Bid
Username:

Password:
Visitors: Visitors/Central Bidding Plan Holders
UPDATE/ADDENDUM HISTORY
All updates/changes are listed below::
25-Jul-2023 3:25:37 PM CDT
July 25, 2023: See Addendum Number two (2) to the Plans and Specifications for Covington Clinic Demolition for St. Tammany Health System
29-Jun-2023 3:50:32 PM CDT
THE RECEIPT OF BIDS HAS BEEN POSTPONED TO TUESDAY, AUGUST 8, 2023, AT 2:00 PM IN THE COVINGTON CONFERENCE ROOM AT ST. TAMMANY PARISH HOSPITAL, 1202 S. TYLER STREET, COVINGTON , LA 70433
29-Jun-2023 3:45:15 PM CDT
June 29, 2023