upper mississippi river terminals wireless communication system

advertisement
UPPER MISSISSIPPI RIVER TERMINALS
WIRELESS COMMUNICATION SYSTEM
Requisition No. 046129
Work Order No. 1-845
Prepared by
Engineering Department, Port of New Orleans
1350 Port of New Orleans Place
New Orleans, LA 70130
and
Schrenk & Peterson
Consulting Engineers
4141 Bienville St.
New Orleans, LA 70119
Board of Commissioners of the Port of New Orleans
Post Office Box 60046 New Orleans, Louisiana 70160
Tel: 504-528-3296 Fax: 504-528-3278
BOARD OF COMMISSIONERS
OF THE
PORT OF NEW ORLEANS
UPPER MISSISSIPPI RIVER TERMINALS
WIRELESS COMMUNICATION SYSTEM
Requisition No. 046129
Work Order 1-845
Contract Documents
Prepared by
Engineering Department, Port of New Orleans
1350 Port of New Orleans Place
New Orleans , LA 70130
and
Schrenk & Peterson
Consulting Engineers
4141 Bienville St.
New Orleans, LA 70119
November 1, 2007
New Orleans, Louisiana
CONTRACT FOR MATERIAL AND LABOR
FOR THE CONSTRUCTION
OF
UPPER MISSISSIPPI RIVER TERMINALS
WIRELESS COMMUNICATION SYSTEM
This Agreement, (hereby after the Agreement or Contract),made and entered into in
multiple counterparts, effective on the date last executed by a party hereto, by and
between:
BOARD OF COMMISSIONERS OF THE
PORT OF NEW ORLEANS
and
(NAME OF CONTRACTOR)
WITNESSES:
That, for and in consideration of payments hereinafter stipulated to be made to
Contractor by Board, Contractor and Surety (hereinafter appearing) hereby agree and
bind themselves jointly, severally and in solido at their own cost to furnish all labor and
materials, equipment, transportation and other facilities, necessary and requisite to
perform, construct, complete and deliver in a substantial and workmanlike manner, to
the entire satisfaction of the Board representative, hereinafter called “Engineer,” all of
the work called for, embraced and described in the Plans and Specifications of Board,
and according to the Bid of Contractor, for the construction of
UPPER MISSISSIPPI RIVER TERMINALS
WIRELESS COMMUNICATION SYSTEM
in the manner and in strict accordance with said Plans and Specifications and Bid, as
accepted by Board and in accordance with the Notice of Award as follows, to wit:
Req. No. 046129
I
(a) The Notice of Award dated the
day of
2007, a
copy of which is annexed hereto and made part of this agreement as fully as if herein at
length.
(b) The specifications dated the
day of
2007, are
hereto annexed and made a part of this agreement as fully as if written herein at length
and are marked for identification “Specifications WIRELESS COMMUNICATION
SYSTEM.”
(c) The Plans issued with said Specifications are hereto annexed and made part
of this agreement and are initialed by the parties hereto for identification.
(d) The Bid of Contractor dated the XXth day of
dated
2007, and Addendum No.
dated
annexed and made a part of this agreement.
and Addendum No.
, 2007, is hereto
Contractor hereby agrees to commence work under this agreement on the date or dates
as set forth in the aforesaid Notice of Award, and to complete all work under this
agreement on or before the dates as therein set forth, subject to the assessment of
ascertained and liquidated damages as set forth in the Bid of Contractor. Contractor
agrees that ascertained and liquidated damages shall automatically apply against
Contractor without the necessity or formality of putting Contractor in default therefore,
and Contractor, further agrees that Board shall have the right to retain from any monies
due Contractor, or which may become due, an amount sufficient to pay such
ascertained and liquidated damages.
That for and in consideration of the faithful performance by Contractor of all singular the
obligations herein assumed by, or imposed upon, Contractor by this agreement, Board
shall make payment to contractor, in the manner and at the time or times set forth in the
Specifications and in accordance with Contractor’s Bid, but nothing herein shall prevent
Board, if it sees fit, from making payments to Contractor, without the consent of surety,
in amounts or at different times than fixed herein.
Req. No. 046129
II
TABLE OF CONTENTS
FOR
WIRELESS COMMUNICATION SYSTEM
REQUISITION NO. 046129
AGREEMENT
TABLE OF CONTENTS
INVITATION TO BID
INSTRUCTIONS TO BIDDERS
BIDDER’S CHECKLIST
BID FORM
MBE AND WBE FORM
CONTRACTOR’S EXPERIENCE
NOTARIAL CONTRACT INFORMATION
MONTHLY REPORT SAMPLE
AFFIDAVIT
GENERAL CONDITIONS
ARTICLE
1.
2.
2A
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
22A
23.
24.
25.
Req. No. 046129
DEFINITIONS
INTENT OF DOCUMENTS
ORDER OF PRECEDENCE
DRAWINGS, SPECIFICATIONS, AND INSTRUCTIONS
TIME LIMITS AND ORDER OF BEGINNING AND COMPLETION
ASCERTAINED AND LIQUIDATED DAMAGES
BONUSES FOR EARLY COMPLETION
NIGHT AND HOLIDAY WORK
DELAYS AND EXTENSION OF TIME
CONTRACTOR'S UNDERSTANDING
MATERIALS, EQUIPMENT, APPLIANCES AND EMPLOYEES
EQUALITY
REMOVAL OF IMPROPER MATERIAL
ROYALTIES AND PATENTS
CONNECTIONS WITH UTILITY SERVICES
INSPECTION OF WORK AND CERTIFICATES OF APPROVAL
PERMITS AND REGULATIONS
PROTECTION OF WORK AND PROPERTY
SUPERINTENDENCE AND SUPERVISION
CHANGES IN THE WORK
SUSPENSION OF WORK
BOARD'S RIGHT TO DO WORK
BOARD'S RIGHT TO TERMINATE CONTRACT
BOARD'S RIGHT TO STOP WORK OR TERMINATE CONTRACT FOR
ITS CONVENIENCE
CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE
CONTRACT
REMOVAL OF EQUIPMENT
USE OF COMPLETED WORK PRIOR TO FINAL ACCEPTANCE
III
26.
27.
28.
28A.
29.
30.
31.
32.
33.
34.
35.
36.
37.
38.
39.
40.
41.
42.
43.
44.
44A.
WARRANTY
INDEMNITY
BOARD'S INSURANCE
FORCE MAJEURE
UNPAID WAGES
PERFORMANCE BOND AND CONTINUING OBLIGATIONS
CLAIMS BY CONTRACTOR FOR ADJUSTMENT; DISPUTES
TEMPORARY WORK AND STORAGE AREAS
ASSIGNMENT
RIGHTS OF VARIOUS INTEREST
WORK UNDER SEPARATE CONTRACTS AND BY BOARD'S FORCES
SUBCONTRACTORS
SURVEYS, ALIGNMENT, BENCH MARKS AND ENGINEER'S CHECKS
ENGINEER'S STATUS
ENGINEER'S DECISIONS
REVIEW OF DECISIONS
FINAL CLEANING UP
PAYMENTS WITHHELD AND DEDUCTIONS
EXTRA WORK AND PAYMENT THEREFORE
ENGINEERS' CERTIFICATES, PAYMENTS AND ACCEPTANCE
MOBILIZATION
SPECIAL CONDITIONS
ARTICLE
45.
QUANTITIES AND PRICES
46.
PERFORMANCE OF WORK BY CONTRACTOR
47.
TAXES
48.
INSURANCE REQUIREMENTS FOR CONTRACTORS
49.
REQUIRED SEQUENCE OF WORK
50.
GENERAL SPECIFICATIONS
51.
VALUE ENGINEERING
52.
RESPONSIBILITY FOR MATERIALS AND EQUIPMENT
SPECIFICATIONS:
SECTION
1000 - GENERAL REQUIREMENTS
SECTION
1500 - TEMPORARY FACILITIES, UTILITIES AND OPERATIONS
SECTION
2000 - ENVIRONMENT PROTECTION
Req. No. 046129
III-a
SECTION
02200 - EARTHWORK
SECTION
02520 – PORTLAND CEMENT CONCRETE PAVING
SECTION
02588 – CONCRETE POLES
SECTION
02821 – CHAIN LINK FENCES & GATES
SECTION
16010 – BASIC ELECTRICAL REQUIREMENTS
SECTION
16100 – BASIC ELECTRICAL MATERIALS & METHODS
SECTION
16300 – OVERHEAD SUPPORTING STRUCTURES & CABLING
SECTION
16400 – PANELBOARDS
SECTION
16500 – LIGHTING FIXTURES
SECTION
16510 – LIGHTING
SECTION
16600 – RF RADIO & NETWORKING EQUIPMENT
SECTION
16700 – MONITOR STATION CONSOLE
Req. No. 046129
III-b
BOND
ACKNOWLEDGEMENT
DRAWINGS
BOUND SEPARATELY
DRAWING NOS.
C0
TITLE SHEET
C1
OVERALL SITE PLAN
C2
PARTIAL SITE PLAN SHOWING ADMIN. BLDG. ROOFTOP ANTENNA
C3
PARTIAL SITE PLAN SHOWING WIRELESS POLE #1
C4
PARTIAL SITE PLAN SHOWING WIRELESS POLE #2
C5
PARTIAL SITE PLAN SHOWING WIRELESS POLE #3
C6
PARTIAL SITE PLAN SHOWING WIRELESS POLE #4
C7
PARTIAL SITE PLAN SHOWING WIRELESS POLE #5
C8
PARTIAL SITE PLAN SHOWING WIRELESS POLE #6
C9
WIRELESS POLE PLANS AND DETAILS
C10`
WIRELESS POLE PLANS AND DETAILS AT JACKSON AVENUE
C11
WIRELESS POLE PLANS AND DETAILS–HARBOR POLICE STATION
E1
ADMINISTRATION BUILDING ELECTRICAL
E2
POLES #1 & #2 ELECTRICAL
E3
POLES #1 & #2 ELECTRICAL
E4
POLE 3 ELECTRICAL – FELICITY
E5
POLE 3 ELECTRICAL – FELICITY
E6
POLE 4 ELECTRICAL – HARBOR POLICE
E7
POLE 4 ELECTRICAL – HARBOR POLICE
Req. No. 046129
III-c
E8
POLE 5 ELECTRICAL – LOUISIANA
E9
POLE 5 ELECTRICAL – LOUISIANA
E10
POLE 6 ELECTRICAL – NAPOLEON
E11
POLE 6 ELECTRICAL – NAPOLEON
Req. No. 046129
III-d
INVITATION TO BID
UPPER MISSISSIPPI RIVER TERMINALS
WIRELESS COMMUNICATION SYSTEM
Board of Commissioners of the Port of New Orleans will receive sealed bids in the
Purchasing Department, 2nd floor, room 240, 1350 Port of New Orleans Place, New Orleans,
Louisiana 70130 on Wednesday, November 28, 2007, until 2:00 P.M., local time, for
Requisition No. REQ046129.
The work consists of furnishing all labor, material and equipment for the Wireless
Communication System by installing six (6) concrete poles at six (6) locations on the east
bank of the Mississippi River and all associated electrical and telecommunications hardware
and software all in accordance with project specifications and drawings together with all
required miscellaneous and incidental work. The site is located on the east bank of the
Mississippi River between Port of New Orleans Office and Napoleon Avenue in New Orleans,
Louisiana. (Estimated Cost: $730,000.00 to $800,000.00).
All Bids must be in accordance with the Bidding Documents on file with the Port of New
Orleans.
Complete contract documents may be obtained at Contract Administration on the 2nd floor,
Room 203 at the above address upon a payment of a non-refundable fee of $50.00 per set
by check or money order only to the Board of Commissioners of the Port of New Orleans. In
accordance with LSA R.S. 38:2212 (A) (1) (e).
If request for contract documents is made through U.S. mail or other delivery, services bidder
is requested to furnish a street mailing address and will be held responsible for service fees.
A pre-bid conference will be held on Tuesday, November 13, 2007, at 9:00 a.m. local time at
the Port of New Orleans Office Building. Bidders are urged to attend.
Proposal forms will only be issued to those contractors complying with State Licensing Laws
for Contractors, LSA R.S. 37:2163. On any bid submitted in the amount of $50,000 or more
the Contractor must hold a valid license issued by the Louisiana Licensing Board for
Contractors. This project is classified as (Electrical.)
Objection to the required classification should be filed in accordance with Louisiana Revised
Statute LA R.S. 37:2163 as stated by the Louisiana State Licensing Board for Contractors.
Deposit of five percent (5%) of the bid by certified check, or cashier's check, or by bid bond is
required and the bidder to whom the contract is awarded shall also be required to furnish a
performance bond in the total amount of the bid. The bid bond must be furnished in
accordance with the requirements of LSA R.S. 38:2218 and the performance bond in
accordance with the provisions of LSA R.S. 38:2219.
Work in the amount of at least sixty percent (60%) of total amount of contract as awarded
shall be performed by Contractor at construction site, or within his own shop, plant, or yard
with his own employees.
Req. No. 046129
IV
The right is reserved to reject all Bids, to waive informalities, and to reject non-conforming,
non-responsive, or conditional Bids, and to make award in the Board's best interest in
accordance with the laws of the State of Louisiana.
The Board, an equal opportunity public entity, invites and encourages minority-owned and
disadvantaged business companies to submit bids on its projects.
If you would like to purchase copies of the contract documents, please contact Fredrick
(Fred) Brown at (504) 528-3244 or E-mail him at brownf@portno.com.
For general information or for questions related to bidding please contact:
Fredrick (Fred) Brown, Manager of Contract Administration
Phone: (504) 528-3244
Email: brownf@portno.com
James (Jim) Mashon, Technical Specifications
Phone: (504) 528-3312
E-Mail: mashonj@portno.com
Technical questions should be addressed to the following:
Ryan Flanagan
Schrenk & Peterson
Consulting Engineers
Phone: (504) 482-7856
Charlie Craig, P.E., Port Project Engineer
Port of New Orleans
Phone: (504) 528-3308
Email: craigc@portno.com
William Cromartie, P.E., Manager of Engineering
Port of New Orleans
Phone: (504) 528-3309
Email: cromartieb@portno.com
Req. No. 046129
IV-a
INSTRUCTIONS TO BIDDERS
BID FORM. The bid shall be submitted only on the BID FORM provided, fully filled in,
with no blanks, deletions, alterations or qualifications, and shall be signed by a duly
authorized officer of firm submitting bid, the name of which firm appears in the heading of bid
form.
The bid shall be sealed in an envelope, preferably the one furnished by Board.
Bidders' attention is directed to LSA R.S. 37:2163, which provides that on any bid submitted
in the amount of fifty thousand ($50,000) dollars or more the Bidder shall certify in his bid that
he is a licensed Contractor under the provisions of LSA R.S. 37:2163, and that he shall show
his license number on the envelope. For this project the Louisiana contractor must hold a
valid license issued by the Louisiana Licensing Board for Contractors.
SUBMITTAL OF BID. The bid, sealed in an envelope, shall be delivered to the office
of the Board's Purchasing Department, 2nd floor, room 240, 1350 Port of New Orleans Place,
New Orleans, Louisiana, mailing address P.O. Box 60046, Zip 70160. The submittal must be
made prior to the time stipulated in the project advertisement for receipt of sealed bids.
Bidders' attention is also directed to LSA R.S. 38:2212(A) et seq which provides that
all bids for either labor and materials or for materials alone, which are required by law to be
duly advertised, shall be hand delivered to the awarding authority with written receipt for
same given to the deliverer, or sent by registered or certified mail with return receipt
requested.
BID QUANTITIES. For all unit price contracts the quantities appearing in the bid
schedule are to be considered as approximate only, and are prepared for the evaluation of
bids. Payment to the successful Bidder will be made only for the actual quantities of work
performed and accepted by Board in accordance with the contract. The scheduled quantity
under each bid item may be increased, decreased, or deleted after award of contract in
accordance with the provisions of the contract documents.
PRICES QUOTED. Prices quoted shall be complete, so as to cover every cost,
expense, tax or charge incurred by the Contractor in performance of the contract, including
but not limited to any and all sales and use taxes payable by Contractor and which might
otherwise be charged against the Board.
Contractor's bid price shall include provisions for Contractor retaining possession of all
materials and equipment not specified to be salvaged for the Board and such materials and
equipment shall become the property of the Contractor for his use, salvage, disposal or sale.
All removals and disposals of regulated materials and/or materials containing regulated
substances must be in accordance with all local, state, and federal environmental and worker
safety (OSHA) regulations.
Whenever required under BID FORM, the Contractor shall quote the UNIT PRICE or
LUMP SUM by filling in the appropriate blank in the BID FORM. Prior to submission, the
Contractor shall complete the BID FORM by extending the UNIT PRICES using the
respective APPROXIMATE QUANTITIES, and/or by extending the LUMP SUMS. The
Contractor shall add the ITEMS TOTALS and write the sum in the TOTAL AMOUNT OF THE
Req. No. 046129
V
BID blank. Following the opening of bids, the BID FORMS will be checked by the Board for
mathematical errors. In the event a discrepancy is found, the UNIT PRICE and LUMP SUM
shall govern over the ITEM TOTAL and TOTAL AMOUNT OF THE BID as entered on the
submitted BID FORM. In the event of such a discrepancy, the accurate summation of
corrected ITEM TOTALS shall constitute the TOTAL AMOUNT OF THE BID.
DEPOSIT WITH BID. Each bid shall be accompanied by the deposit of a certified
check, a cashier's check, or a bid bond of a corporate surety authorized to do business in the
State of Louisiana, for not less than the amount called for on the bid form, payable to the
Board of Commissioners of the Port of New Orleans as a guarantee that the bidder will, if
awarded the contract, enter into the notarial contract described below. If bid bond is
furnished, it must be accompanied by a Power of Attorney of surety. Requirements governing
current rating of surety company furnishing the bid bond shall be in accordance with the
requirements of LSA R. S. 38:2218. Deposits or bid bonds will be returned to unsuccessful
bidders soon after the award of the contract, and to the successful bidder when he has
signed the contract and has furnished performance bond. Should the successful bidder fail to
furnish the performance bond required, his deposit is to be forfeited to the Board as
ascertained and liquidated damages, or a claim shall be made against the surety on the bid
bond.
WITHDRAWAL OR REVISION OF BID. A Bidder may withdraw or revise a proposal
after it has been deposited with the Board provided the request for such withdrawal or
revision is received by the Board prior to the time set for opening of bids. Revised bid must
be submitted to Board prior to time set for public opening of bids.
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 a
bidder if clear and convincing sworn, written evidence of such errors is furnished to the public
entity within forty-eight 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. Otherwise, the bidder shall forfeit the bid bond or bid deposit.
A Contractor who attempts to withdraw a bid under the provisions stated above shall
not be allowed to resubmit a bid on the project. If the bid withdrawn is the lowest bid, the next
lowest bid may be accepted.
EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF WORK. The Board
prepares and makes available to prospective bidders a complete set of contract documents
which will enable any competent Contractor to properly execute all work required on the
project.
PRE-BID CONFERENCE. A pre-bid conference will be held on Tuesday, November
13, 2007 at 9:00 a.m. local time at the Port of New Orleans Office Building. Bidders are
urged to attend.
Prior to submitting a proposal, bidders are expected to carefully examine these
contract documents in their entirety and to visit the site of the work, and to investigate
operations of the Board and others at the site, or in the vicinity, and conditions existing and
Req. No. 046129
V-a
liable to exist during the time of the work, and their possible effect on receipt and storage of
materials, difficulties in performing the work and rate of progress.
LICENSED CONTRACTORS. In all cases coming under LSA R.S. 37:2163, bids will
be considered only if they meet the requirements thereof, and the loan of the contract
documents or any part thereof to persons, firms or corporations other than those so qualified
under the law is for such general information as is needed by the said parties in relations
which they may have with this project.
Contractor shall certify that he is licensed under the provisions of LSA R.S. 37:2163 for
the classification stated in the Invitation to Bid and show his license number on the bid
envelope. Any bid in the amount of fifty thousand dollars or more that does not contain the
Contractor's certification and shown the Contractor's license number on the bid envelope
shall be automatically rejected, shall be returned to the bidder stamped "Rejected" and shall
not be read aloud.
INFORMALITIES. The bid must be submitted on the form furnished, completely filled
in, and signed by a duly authorized officer of firm submitting bid, the name of which firm
appears in the heading of bid form. The bid form must be furnished as issued, without any
removal, modification, or deletion to the form. Failure to comply with the foregoing
requirements or the introduction of other informalities such as alteration of specified time
schedule or completion dates, may be considered cause for rejection of bid. Failure to sign
the bid as hereinabove provided or failure to submit required bid security, including power of
attorney, with bid bond, will also constitute cause for rejection of bid.
NOTARIAL CONTRACT. The successful bidder shall, within the time stated in the bid,
be required to enter into a notarial contract with the Board, executed before a notary of the
Board's selection, in the City of New Orleans, LA., whose fee will be paid by the Board. The
contract will be on the form attached hereto, and in accordance with terms of the bid and all
other contract documents.
PERFORMANCE BOND. The bidder to whom the contract is awarded shall furnish a
bond in the total amount of the bid. The bond must meet the statutory requirements of LSA
R. S. 38:2219. The cost of any bond furnished by the Contractor shall be included in his bid.
This bond is to guarantee the prompt and proper performance by the Contractor of all
and singular the obligations assumed by the Contractor or imposed upon the Contractor by
this contract or by law. No other form of security may be substituted in lieu of a performance
bond. This bond on its face shall indicate that the person signing the bond on behalf of the
surety company (i) is a licensed agent in the State of Louisiana; (ii) resides in the State of
Louisiana; and (iii) is in good standing with the Louisiana Insurance Commission.
AFFIDAVIT. Pursuant to the provisions of LSA R.S. 38:2224, the successful bidder
will be required to execute an affidavit attesting that the public contract was not and will not
be secured through employment or payment of any solicitor.
ADDITIONAL INFORMATION. The bidder's attention is directed to the information
and requirements set forth in Article 50 of the specifications wherein a general description of
the work, the project site, conditions under which work is to be performed, and which are
expected to exist during the contract period are set forth. If, after studying the plans and
Req. No. 046129
V-b
specifications and visiting the site, more detailed information is needed it may be obtained by
inquiry from the Board's Engineering Dept., 1350 Port of New Orleans Place, New Orleans,
LA., P.O. Box 60046, Zip 70160, phone (504) 528-3300.
Please be advised that with reference to Article 17 of the General Conditions, in those
instances when it is deemed necessary to provide uniformed, armed, fully commissioned
police officers to provide security or traffic control at the work site in the port area, the
members of this Board's Harbor Police Department have full police powers applicable in the
parishes of Orleans, Jefferson and St. Bernard, pursuant to commissions issued by this
Board (LRS 34:26), and are legally permitted, when not on Port duty, to take outside
assignments.
JOINT VENTURE CONTRACTS. In the event that a joint venture bid is submitted and
accepted, the contract shall be executed by authorized representatives of all parties of the
joint venture. One of the parties of the joint venture shall be designated and authorized to
represent all parties in said joint venture in the coordination and scheduling of the work, and
receipt of notices for work to be performed, together with all other correspondence. However,
it shall be specifically understood that such representation will in no manner relieve the other
parties to the joint venture of the responsibilities under all of the terms and conditions of the
contract.
The bid shall be signed by all parties of the joint venture, together with "Title in Firm" of
each.
All payments and billings under the contract will be in the name of the joint venture.
Under LSA R.S. 37:2163 (laws for the licensing of contractors), all parties of the joint
venture shall be properly licensed by the "Louisiana State Licensing Board for Contractors"
whenever the contract bid price is fifty thousand dollars ($50,000) or more.
AWARD OF CONTRACT. The Board will award the contract to the lowest responsible
bidder who has bid according to the contract documents as advertised. The right is reserved
to award contract as hereinabove provided or to reject all bids or to reject any bid or bids not
meeting the foregoing requirements, following a review of bids by the Director, Port
Development, and her recommendation to the Board. In making her recommendation, the
following elements will be considered: whether the bidder involved (a) has a high standing
and long experience in the type of work involved; (b) has adequate plant equipment and
personnel to do the work properly and expeditiously; and (c) has a suitable financial status
and reputation for meeting obligations incident to work of the kind specified. Upon request,
the apparent low bidder shall furnish the American Institute of Architects Documents A 305 Contractor's Qualification Statement within three (3) working days.
PREFERENCE IN LETTING CONTRACTS. Louisiana resident contractors shall be
granted preference over contractors domiciled in another state in accordance with the
provisions and requirements of LSA R.S. 38:2225.
MINORITY AND WOMEN BUSINESS ENTERPRISES. The Board adheres to the bid
laws and procurement regulations of the State of Louisiana. The Board strongly encourages
maximum participation in all bids by qualified Minority Business Enterprises (MBEs) and
Req. No. 046129
V-c
Women Business Enterprises (WBEs) as prime contractors and as subcontractors.
As part of their bid package Bidders are requested to submit on the attached form the
following information regarding MBE/WBE participation.
1.
2.
A plan for use of MBE/WBE subcontractors by task/function and the estimated
dollar value for each subcontract.
A list of MBE/WBE subcontractors, construction-related service providers and
construction materials suppliers contacted and considered for this project.
On the award of the contract, Contractor shall submit to Board a list of all
subcontractors, service providers and suppliers, identifying MBEs/WBEs. Monthly reports on
MBE/WBE utilization shall be submitted during the project. All MBE/WBE subcontractors,
service providers or suppliers contacted shall be noted as part of this list.
Questions regarding MBE/WBE utilization and requests for a list of MBEs/WBEs
should be directed to the Board's Minority & Women's Business Consultants at (504) 8964600.
The appropriate Board Committee may require successful bidders to meet and review
their responsiveness to this policy. Successful bidders may also be required to clarify details
of their proposed plan for the use of MBE/WBE subcontractors during the respective projects.
Lists of potential subcontractors can be attained from the Port's offices and/or the following
sources:
--Mayor's Office of Minority Business Development (New Orleans)
--The Government Office of Minority Affairs (Kenner)
--The Louisiana Department of Economic Development
--The Louisiana Department of Transportation
--The Chamber/New Orleans and the River Region
--The Guide, published by Riverworks (896-4600)
In addition, the Contractor shall maintain sufficient records to complete a monthly
report on minority and women contractors’ participation. During the first week of each month
that a progress payment is to be made, the Contractor shall submit the monthly report form
issued in the Contract Documents. (See sample form following the Bid Forms.)
Req. No. 046129
V-d
BIDDER'S CHECKLIST
A.
B.
THE SEALED ENVELOPE
SHALL CONTAIN:
(PREFERABLY
BOARD-FURNISHED)
1.
Completed Bid Form including signatures and State Contractor's
license number if bid is more than $50,000.
2.
Certified or cashier's check or bid bond (with power of attorney of
surety) in the amount of at least 5% of the total bid (largest bid if
more than a Base Bid is required).
3.
Acknowledge addendum or addenda on Bid Form.
4.
Completed "Information to be Furnished with Bid" - Part I and Part
II.
5.
Completed Board's form indicating Bidder's plan for use of
MBE/WBE subcontractors by task/function and the estimated
dollar value for each subcontract and a list of MBE/WBE
subcontractors, service providers and suppliers contacted and
considered for this project.
6.
Evidence of corporate authority of person who has signed the bid
to bind the legal entity submitting the bid.
THE SEALED BID ENVELOPE SHALL HAVE THE CONTRACTOR'S
LOUISIANA STATE CONTRACTOR'S LICENSE NUMBER FOR ANY
BID AMOUNTING TO $50,000 OR MORE; THE REQUISITION
NUMBER; BIDDER'S NAME; AND BID OPENING DATE WRITTEN ON
THE OUTSIDE OF THE ENVELOPE.
Note: The "Non Collusion Declaration" is not required until the bidder
receives the "Notice of Award." Evidence of the authority of the person
signing the contract is not required until the bidder receives the "Notice of
Award."
Req. No. 046129
V-e
BID FORM
NOTE: This bid form is issued for receiving bids in conformity with La. R.S. 37:2163 (laws for
the licensing of Contractors). Consideration will be given to bids received only from Bidders
qualified thereunder. The furnishing of the Contract Documents to persons, firms, or
corporations, other than those so qualified under the law, is for information only.
We certify that we are currently licensed per
the above NOTE as follows:
Bid of
License No.
_
-------------
Classification
_
State
Zip
_
Date
Telephone
_
Address
_
City
To:
Board of Commissioners, Port of New Orleans
1350 Port of New Orleans Place
New Orleans, Louisiana 70160
Sirs:
We hereby propose to furnish under one contract all superintendence, labor, tools,
equipment, materials, transportation, and all other facilities and incidentals of every
description, to perform all work (except as may be otherwise specifically provided)
Req. No. 046129
VI
Bid Form - Page 1 of 5
mp
mp sum
ITEM
NO
APPROXIMATE
QUANTITY
DESCRIPTION
1.
Mobilization
Furnish
$$ and
$$ install all electrical
Furnish
and
civil,
Lump
Lump
#1
&Port
#2.
communication
materials
for
structural,
electrical
and
complete
radio
at
pole
and
location
operational
#4.
locations
operational
radio
installation
at
at
location
#3.
#5.
radio
and
thepole
wiring
Administration
for
complete
Building.
and
communications equipment Lump
Req. No. 046129
VI-a
UNIT
PRICE
ITEM
TOTAL
$
Bid Form - Page 2 of 5
7.
Furnish and install all civil,
structural, electrical and
communication materials for
complete and operational
radio at pole location #6.
Lump
$----
lump sum
$----
TOTAL AMOUNT
OF BID
(Sum of All Above Items)-------------------------------------
Req. No. 046129
VI-b
$
Bid Form - Page 3 of 5
_
We agree that the description under the item (being briefly stated) implies, although it
does not necessarily mention, all incidentals, and that the prices stated are intended to be
complete and to cover all such work, materials and incidentals that constitute our obligations as
described in the specifications, with the foregoing price covering any and every detail not
specifically mentioned but evidently included in the contract. The price stated covers as well
every cost and expense incurred by us in the performance of the contemplated contract,
including, but not limited to, any and all sales and use taxes which might otherwise be charged
against the Board.
In accordance with the terms of the specifications and the general and special conditions
of the contract documents, especially Article 45 and Article 50, paragraph (f), we propose to
begin work at the project site within ten (10) calendar days after date set forth in Notice to
Proceed from the Board, and to complete all work within one hundred eighty (180) consecutive
calendar days after date in said Notice to Proceed, subject to the assessment of ascertained
and liquidated damages of five hundred dollars ($500) per calendar day of delay.
We agree that we will perform work with our own organization to meet the requirements
of Article 46. Upon request of the Board we agree to furnish, within two working days thereafter,
a list of work- by classes that we will perform with our own organization, and the percentage of
the total work that each represents.
We deposit with this bid a certified or cashier's check in the amount of:
Dollar($
,
Alternatively, we deposit a bid bond, together with "Power of Attorney," written by a surety
company meeting all requirements stipulated under INSTRUCTION TO BIDDERS of these
documents, in the amount of:
Dollar($
or
).
percent of the total bid.
The bid deposit, as above, is at least five percent (5%) of the total bid and is a guarantee
that we will, within ten (10) calendar days after receipt of written notice from Board that award is
made to us, enter into a notarial contract with the Board as herein provided, and furnish
performance bond equal to the amount of contract, or otherwise forfeit the deposit as
ascertained, and liquidated damages.
Said contract will be entered into the City of New
Orleans, at the office of the Notary Public selected by the Board, and whose fee will be paid by
the Board. Contract will be executed upon the attached standard forms.
Req. No. 046129
VI-c
Bid Form - Page 4 of 5
The performance bond hereinabove stipulated will be written by:
name of company
of
----~~~~-----address of company
in full complexity with all requirements stipulated under INSTRUCTIONS
documents.
TO BIDDERS of these
We agree that this bid shall be binding upon us, pending award of contract, for a period
of forty-five (45) calendar days after date of opening of bids.
We acknowledge that we have visited the site of the proposed work, have observed the
conditions and current operations of the Board and others in the area, and we confirm that we
have carefully read the INSTRUCTIONS TO BIDDERS and have complied with the conditions
therein.
We acknowledge and have signed receipt(s) for Addendum or Addenda as follows:
(Bidders must fill in the above line with the Addendum No. of all Addenda received and
acknowledged.)
(Bidder's Signature In Ink)
(Title of Firm In Ink)
(Please supply a Corporate Resolution or other document showing person whose signature
appears above is duly authorized to sign.)
Req. No. 046129
VI-d
Bid Form - Page 5 of 5
Minority Business Enterprises (MBE)
and
Women Business Enterprises (WBE)
Instructions to Bidders: This form shall be completed and submitted with your Bid Form. Use
additional sheets if necessary. See Instructions to Bidders Page V-c.
Plan for Using MBE/WBE Subcontractors, Constructed Related Service Providers, or Construction
Materials Supplies
Name
Indicate
WBE or MBE
Task/Function
Contract
Dollar
Value
________________________________________________________________________________
________________________________________________________________________________
________________________________________________________________________________
Listing of Subcontractors, Construction-Related Service Providers, or Construction Materials
Suppliers Contacted and Considered
Indicate
Name
WBE or MBE
________________________________________________________________________________
________________________________________________________________________________
________________________________________________________________________________
________________________________________________________________________________
_____________________________________
Company’s Name
_____________________________________
Bidder's Signature
_____________________________________
Title in Firm
_____________________________________
Date
Req. No. 046129
Board of Commissioners of the Port of New Orleans
MINORITY & WOMEN CONTRACTOR’S PARTICIPATION
MONTHLY REPORT
MONTH
Name of MBE/WBE Firm
and Corporate Principal
Indicate
MBE
or WBE
Subcontract
Description
S
Subcontract $ Value
A
% of
Total Prime
Contract Value
M
Current Month
Subcontractor Earnings
P
I Certify the above Information to be valid and true
to the best of my knowledge and Intentions;
PRIME CONTRACTOR:_______________________________________
PROJECT TITLE: ______________________________________
NTP Date
:________________________________
Contract Completion Date: ___________________________
REQ No. 041629
_________________________________________________________________
Authorized Officer
_________________________________________________________________
Title
__________________________________________
Date
Subcontractor
Earnings
to Date
L
%
Complete
YEAR ____________
Comments
E
_____________________________________________________
Contract Person for Prime Contractor
_____________________________________________________
Telephone
_____________________________________________________
FAX
INFORMATION TO BE FURNISHED WITH BID
PART I
CONTRACTOR’S EXPERIENCE
Under our present title, as given immediately below,
(or under other titles, if any, also stated)
FIRM NAME
NATURE OF BUSINESS
ORGANIZED
WORK, COMPARABLE IN KIND (NOT NECESSARILY BOARD’S)
AND EXTENT TO THAT COVERED BY THE ACCOMPANYING
BID, HAS BEEN PERFORMED BY US, AS FOLLOWS:
BRIEF DESCRIPTION
OF WORK AND WHERE
PERFORMED
OWNER
DATE OF
COMPLETION
CONTRACT
TIME
(Bidder’s Signature)
Req. No. 041629
INFORMATION TO BE FURNISHED WITH BID
PART II
The information furnished below is necessary for the drafting of a notarial
contract; however, it does not constitute a formal part of the contract documents.
PLEASE PRINT OR TYPE IN BLANK SPACES
1. Bidder is
If bidder is an individual, use
paragraph (a) and ignore paras.
(b) and (c).
(a)_____________________________________________
(full name)
residing at ______________________________________
(street, city, and zone number)
or doing business at _______________________________
(street, city, and zone number)
and is sole owner of, and doing business as,
________________________________________________
(trade name)
If a bidder is a partnership, use
paragraph (b) and ignore
paras. (a) and (c).
(b) A commercial co-partnership composed of the following
partners:
_______________________________________________
(Give names of all partners)
______________________________________________
_______________________________________________
doing business as _________________________________
(trade name)
domiciled at ______________________________________
(street, city, and zone number)
in the state of
and which contract will be
be signed by _____________________________________
a member of _____________________________________
(Name of co-partner)
partnership.
If bidder is a corporation, use
paragraph (c) and ignore paras.
(a) and (b).
(c) A corporation organized under the laws of the State of
domiciled at
,
(city and state)
Req. No. 041629
INFORMATION TO BE FURNISHED WITH BID (PART II)
(continued)
authorized to do and doing business in the State of Louisiana,
whose address is __________________________________
(street, city, and zone number)
and which contract will be signed by
.
(name and title to officer)
Officer who signs contract for successful bidder must furnish
Notary with and extract of minutes of corporation’s Board
of Directors showing his authority to act for the corporation.
2.
The following name surety company, being qualified, as required in the Advertisement,
Sheet IV, of these specifications, will execute the bond as surety for the bidder:
Req. No. 041629
NON COLLUSION DECLARATION
A sworn statement shall be submitted in the form of an affidavit as indicated below, executed and sworn to by
the bidder before persons authorized by laws of the State to administer oaths. The original of such sworn
statement shall be submitted by the successful bidder after the Award of Contract.
Affidavit
State Project Number:
(if applicable)
Name of Project: ______________________________________________________________________
Parish:______________________________________________________________________________
(an individual)
(a partnership)
(a corporation)
certify that:
(1) That affiant employed no person, corporation, firm, association, or other organization, either directly or
indirectly, to secure the public contract under which he received payment, other than persons regularly
employed by the affiant whose services in connection with the construction, alteration or demolition of the
public building or project or in securing the public contract were in the regular course of their duties for affiant,
and
(2) That no part of the contract price received by affiant was paid or will be paid to any person, corporation,
firm, association, or other organization for soliciting the contract, other than the payment of their normal
compensation to persons regularly employed by the affiant whose services in connection with the construction,
alteration or demolition of the public building or project were in the regular course of their duties for affiant.
WITNESSES:
(an individual)
(a partnership)
(a corporation)
Signed ______________________________________
By __________________________________________
Title _________________________________________
Parish or county ______________________________________________________________________
State of _____________________________________________________________________________
Subscribed and sworn to before me this
day of
, 20
.
_________________________
NOTARY PUBLIC (signature)
_________________________
NOTARY PUBLIC (printed name)
______________________
NOTARY PUBLIC NUMBER
Req. No. 041629
__________________
EXPIRATION DATE
Non-Collusion Declaration
GENERAL CONDITIONS
ARTICLE 1 - DEFINITIONS
(i)
(a)
The Contract Documents consist of the Agreement, Table of Contents,
Invitation to Bid, Instructions to Bidders, the Bid, the General Conditions of the
Contract, and Special Conditions if any, the Letter of Award or Notice to
Proceed, the Specifications, Addenda if any, the Bond, and the Plans if any,
including all modifications thereof incorporated into the documents before their
execution, also all change orders and agreements that are required to
complete the construction of the work in an acceptable manner, including all
authorized extensions thereof. These form the contract.
(b)
Board and Contractor are those mentioned as such in the agreement.
(c)
Wherever in this contract the word "Engineer" is used, it shall be understood
as referring to the Owner acting personally or through the Manager of
Construction Service of Board, an assistant to said, consulting engineer or
architect duly authorized for such act by Engineer.
(d)
Any and all notices to be given by Board to Contractor under this contract shall
be deemed to be served if the same be delivered to the person in charge of
any office used by Contractor or to his superintendent, or, in their absence, to
a foreman at or near the work, or deposited in the post office, postpaid,
addressed to Contractor at his last known place of business.
(e)
The term "subcontractor" as employed herein, includes only those having a
direct contract with Contractor, and it includes one who furnishes material
worked to a special design according to the plans and specifications of this
work, but does not include one who merely furnishes material not so worked.
(f)
The term "work" of Contractor or subcontractor includes labor or materials or
both, equipment, transportation and other facilities, necessary to complete the
contract.
(g)
The words "plans" and "drawings" are used synonymously in this contract.
(h)
Wherever the singular masculine pronoun is used herein, as referring to
Contractor, it shall be construed to mean all genders, singular and plural,
according to the status of Contractor.
The term “project site” as employed herein, refers to staging area as shown on
drawings and/or described in herein.
ARTICLE 2 - INTENT OF DOCUMENTS
The contract documents are complementary, and what is called for by one shall be as
binding as if called for by all. The intention of the documents is to include all labor
and materials, equipment, transportation and other facilities, necessary for the proper
execution of the work. It is not intended, however, that materials or work not covered
by or properly inferable from any heading, branch, class or trade of the specifications
Req. No. 041629
GENERAL CONDITIONS
PAGE 1
shall be supplied unless distinctly so noted on the drawings. Materials or work
described in words which so applied have a well-known technical or trade meaning,
shall be held to refer to such recognized standards.
ARTICLE 2A - ORDER OF PRECEDENCE
Anything mentioned in the specifications and not shown on the Contract Drawings, or
shown on the Contract Drawings and not mentioned in the Specifications, shall be of
the like effect as if shown or mentioned in both. In case of conflict between Contract
Drawings and Specifications, the Contract Drawings shall govern and in any
differences in the said Specifications between the General Conditions and the
Special Conditions, the Special Conditions shall govern. The contractor shall abide by
the rules and statements set forth in the General Conditions and Special Conditions
of these Specifications.
ARTICLE 3 - DRAWINGS, SPECIFICATIONS AND INSTRUCTIONS
Unless otherwise provided in the contract documents, Board will furnish to
Contractor, free of charge, copies of drawings and specifications for the execution of
the work, up to a total of ten (10) sets. If Contractor obtains additional copies of
drawings and specifications, he will be charged, at cost, for all copies in excess of ten
(10) each.
Contractor shall keep at job site one copy of all drawings and specifications on the
work, in good order, available to Engineer and to his representatives.
Engineer shall furnish, with reasonable promptness, additional instructions, by means
of drawings or otherwise, necessary for the proper execution of the work. All such
drawings and instructions shall be consistent with the contract documents, true
developments thereof, and reasonably inferable therefrom.
If Contractor, in the course of the work, finds any condition different from that
designated in the specifications or on the plans, either in regard to work previously
existing or being performed by others, or finds any discrepancy between plans and
physical conditions of the locality, or errors or omissions on plans, or in the layout as
given by points and instructions, it shall be his duty to immediately inform Engineer
and confirm in writing, and Engineer will promptly correct or verify same. After
observing any such discrepancy, Contractor shall not proceed with any part of the
work which involves the discrepancy, and he shall neither start nor resume work
thereon until the condition has been corrected or until authorized to proceed by
Engineer. Any work by the Contractor without such correction or authorization, shall
be at its own risk and expense.
ARTICLE 4 - TIME LIMITS AND ORDER OF BEGINNING AND COMPLETION
Contractor shall begin and complete the work or specified portions of the work in
such order of time as stated in these contract documents, or in such other
supplementary order as may be necessary to conserve Board's interest and as may
be agreed upon by Board and Contractor.
Immediately after the award of the contract, Contractor shall set aside or order all
necessary materials. He shall ready his equipment and forces and shall handle
Req. No. 041629
GENERAL CONDITIONS
PAGE 2
preliminary details at once, and other details promptly as needed, so as to begin work
at the site when specified, as ordered in written notice from Engineer to do so; and he
shall proceed with the work to completion according to detailed requirements of these
contract documents, within the time stated in the bid form and as further explained in
the General Specifications as covered by ARTICLE 50.
ARTICLE 5 - ASCERTAINED AND LIQUIDATED DAMAGES
After expiration of the time or times for completion of the work, or separate phases of
the work, according to the contract, including all authorized extensions, and without
the necessity or formality of putting Contractor in default therefor, there shall be
assessed ascertained and liquidated damages, in the amount or amounts stated in
the bid, for each calendar day of delay in completing said work, or phases of the
work, substantially and satisfactorily in accordance with the plans and specifications.
ARTICLE 6 - BONUSES FOR EARLY COMPLETION
When stated in the bid and then only, Board will pay a bonus or bonuses to
Contractor for completion of all work prior to the time or times stated in the contract,
including all authorized extensions. The bonus or bonuses in the amount or amounts
stated in the bid will be paid for each calendar day of early completion of all work
when a single bonus applies, or (where the work is phased) of completion of the
respective phases of the work when more than one payment applies.
ARTICLE 7 - NIGHT, WEEKEND AND HOLIDAY WORK
No work shall be allowed to be performed at night, weekends, or on a legal holiday,
without due notification, in advance, by Contractor to Engineer.
ARTICLE 8 - DELAYS AND EXTENSION OF TIME
If Contractor be delayed at any time in the progress of the work by any act or neglect
of Board or of its employees, or by any other contractor employed by Board, or by
changes ordered in the work, or by strikes, lockouts, fire, unusual delay in
transportation, unavoidable casualties, or any causes beyond Contractor's control, or
by any cause which Engineer shall decide justifies the delay, then the time of
completion shall be extended for such reasonable time as Engineer may decide.
No such extension shall be made for delay occurring more than seven (7) days
before claim therefore is made in writing to Engineer. In the case of a continuing
cause of delay, only one claim is necessary.
If no schedule or agreement stating the dates upon which drawings shall be furnished
is made, then no claim for delay shall be allowed on account of failure to furnish
drawings, until two (2) weeks after demand for such drawings, and not then unless
such claims be reasonable in the opinion of Engineer.
This Article does not exclude the recovery of damages for delay by either party under
other provisions in the contract documents.
Req. No. 041629
GENERAL CONDITIONS
PAGE 3
ARTICLE 9 - CONTRACTOR'S UNDERSTANDING
It is understood that Contractor has, prior to submission of bid, satisfied himself as to
the nature and location of the work, the conformation of the ground, the type, quality
and quantity of the materials to be encountered, the type of equipment and the
facilities needed prior to and during the prosecution of the work, the general and local
conditions, and all other matters which might in any way affect the work under this
contract. No verbal agreement or conversation with any officer, agent or employee of
Board, before, during, or after the execution of this contract, shall affect or modify the
terms or obligations herein contained.
ARTICLE 10 - MATERIALS, EQUIPMENT, APPLIANCES AND EMPLOYEES
Unless otherwise stipulated, Contractor shall provide and pay for all materials, labor,
water, tools, equipment, light, power, transportation and other facilities necessary for
the execution and completion of the work.
Unless otherwise specified, all materials shall be new, and all workmanship,
equipment, materials and articles incorporated into the work covered by the contract
are to be of grade and quality consistent with other specified items and as indicated
by evidence satisfactory to Engineer.
When specified, required by standard specification made part of Board's
specifications, or requested by Engineer, Contractor shall submit certified copies of
records showing course of supply, mill certificates, quality control of production and
processing, or other evidence satisfactory to Engineer proving material quality.
Engineer has the right, at Board's cost, to do additional checking at source of supply
or manufacture, and at any time before, during or after delivery, and to reject
materials whenever non-compliance or defects are found.
Contractor shall be responsible for all materials received for this construction,
including materials furnished him by Board, and he shall take all necessary
precautions to protect same from loss and damage.
Construction equipment shall be adequate for job and specification requirements; any
alterations made in equipment shall be without added cost to Board except for
authorized changes in the work.
Contractor shall, at all times, enforce strict discipline and good order among his
employees, and shall not employ on the work any unfit person or anyone not qualified
to perform the work assigned to him.
If any person employed on the work shall refuse or neglect to obey the directions of
Contractor, or his duly authorized agents, as to workmanship, character of the work
or quality of materials, or if he is so incompetent, disorderly or unfaithful as to
interfere
with the proper fulfillment of this contract, he shall, upon the request of Engineer, be
at once discharged and not again employed on the work.
Req. No. 041629
GENERAL CONDITIONS
PAGE 4
ARTICLE 11 - EQUALITY
Whenever proprietary materials, equipment, machinery or other products are
specified, alternate materials, equipment, machinery or other products, of well known
manufacture, equal in every respect to those specified, may be used, when approved
in advance of their use, by Engineer. All substitutions shall be compatible with other
items required for the work, and equality with specified items shall be as determined
by Engineer, predicated upon the alternate item or items meeting all requirements
embodied in those specified. Every substitution, even though approved by Engineer,
shall remain the full responsibility of Contractor. All items shall be handled, applied or
installed in strict accordance with manufacturer's recommendations and instructions
and with these specifications.
All requests for substitutions shall be submitted in writing by Contractor, and
Engineer's decision will be rendered to Contractor in writing. All requests must be
accompanied by complete manufacturer’s literature, drawings if necessary, and
specifications, covering the properties and use of the item or items to be substituted.
If a potential Contractor or Supplier(s) wishes to submit for prior approval a particular
product other than a product specified in the Contract Documents, he shall do so no
later than seven working days prior to the opening of bids. Within three days,
exclusive of holidays and weekends, after receipt of said request, the Engineer shall
furnish to both the Board’s Engineering Department and the requesting party written
approval or denial of the product submitted.
ARTICLE 12 - REMOVAL OF IMPROPER MATERIAL
If Contractor shall bring or cause to be brought on the work materials which do not
conform to the requirements of the contract, Engineer shall order the same to be
removed forthwith, whether or not incorporated into the work, and in case of the
neglect or refusal of Contractor or those employed by him to remove such materials,
Engineer shall cause the same to be removed at the expense of Contractor and shall
deduct the cost of such removal and all other expenses incident thereto either from
the final or from any other estimate of the amount due to Contractor on this contract.
ARTICLE 13 - ROYALTIES AND PATENTS
Unless otherwise specified, Contractor shall pay all royalties and license fees. He
shall defend, at his own cost and risk, all suits or claims for infringement of any and
all patent rights and shall save Board harmless from all loss, claim, expense or
damage on account thereof.
ARTICLE 14 - CONNECTIONS WITH UTILITY SERVICES
Prior to any work being connected to receive service from any utility, whether owned
privately or publicly, all requirements of that utility shall be complied with by
Contractor, who shall be held responsible for determining the extent of such
requirements, and who shall pay all fees and charges involved, unless Board has
made other arrangements under the terms of this contract.
Req. No. 041629
GENERAL CONDITIONS
PAGE 5
ARTICLE 15 - INSPECTION OF WORK AND CERTIFICATES OF APPROVAL
Engineer and his representatives shall at all times have access to the work at all
times it is in preparation or progress, and Contractor shall provide proper facilities for
such access and for inspection.
The work is to be done under the supervision of an inspector or inspectors,
representing Engineer, whose duties shall be to see that the requirements of the
specifications are carried out, but their presence or absence does not relieve, in any
degree, the responsibility or obligations of Contractor.
If the specifications, Engineer's instructions, laws, ordinances, or any public authority
require any work to be specially tested or approved, Contractor shall give Engineer
timely notice of its readiness for inspection, and if the inspection is by an authority
other than Engineer, of the date fixed for such inspection. If any work should be
covered up without approval or consent of Engineer, it must, if required by Engineer,
be uncovered for examination at Contractor's expense.
All tests and inspections of electrical installations and of water lines shall be made,
and other requirements of authorities having jurisdiction shall be met before
acceptance of the work by the Engineer.
Contractor shall remove, rebuild and make good at his own cost all work which is
found to be defectively executed, or otherwise not in conformity with contract
requirements, including repair or replacement of materials or other property of Board
injured or destroyed by him. Failure to condemn work at the time of its construction
shall not be construed as an acceptance of defective work. If any doubt exists as to
quality of workmanship of such work, Contractor must, on order of Engineer, remove
or expose such work for examination. Upon such examination, if the work is found to
be imperfect, or otherwise not in conformity with the requirements of the contract, it
must be corrected by Contractor at his sole cost, risk and expense; if, however, such
work is found to be satisfactory upon such inspection, the actual cost of removing and
replacing, plus an allowance for overhead and profit on a percentage basis, as
provided in ARTICLE 43, shall be paid to Contractor by Board (except when the work
was covered up without approval or consent of Engineer and was ordered to be
uncovered by Contractor, as aforesaid).
ARTICLE 16 - PERMITS AND REGULATIONS
All permits of a temporary nature and licenses of a temporary nature necessary for
the prosecution of the work shall be secured and paid for by Contractor. The
Contractor shall obtain a permit from, and follow the procedures of, the New Orleans
Sewerage and Water Board (SW&B) for all plumbing work on Board property which
connects into SW&B’s municipal potable water supply or discharges into the
municipal sewerage system.
The Board will obtain permits and/or letters of no objection from governmental
agencies for the permanent work including those from the Corps of Engineers,
Orleans Levee Board, LADOTD, LADNR, LADEQ, U. S. Coast Guard, etc. and
railroad companies as applicable. A City of New Orleans building permit is not
required. Contractor shall comply with the City of New Orleans Municipal Code,
Chapter 42A “Community Noise Control” regarding noise from pile driving and other
Req. No. 041629
GENERAL CONDITIONS
PAGE 6
construction operations.
Contractor shall give all notices and shall comply with all laws, ordinances, rules and
regulations bearing on the conduct of the work. If Contractor observes that the
drawings or specifications, or both, are at variance with laws and regulations, he
shall promptly notify Engineer in writing, and any necessary changes shall be
adjusted as provided in the contract for changes in the work. After the discovery of
any such variance, Contractor shall not proceed with any part of the work thereby
affected, and he shall neither start nor resume work thereon until the variance has
been removed by Engineer and Contractor notified in writing of the removal.
Contractor, his employees, and all engaged in the prosecution of this work shall be
legally qualified for engaging in public work.
ARTICLE 17 - PROTECTION OF WORK AND PROPERTY
Contractor shall provide and maintain all necessary flagmen, watchmen, barricades,
warning lights, signs and other suitable protective devices, together with marking
buoys and other navigational aids, as required, and shall take all other necessary
precautions for the protection and safety of the work and the public against personal
injury (including death) and property damage. He shall continuously maintain
adequate protection of all work from damage, and shall take all reasonable
precautions to protect the Board's properties from damage or loss arising in
connection with this contract. He shall make good any and all damage, injury or loss
resulting from his failure to provide such necessary protective precautions, except
such as may be directly due to, or caused by agents or employees of the Board. He
shall adequately protect adjacent private and public property.
In an emergency affecting the safety of life, of the work, or of adjoining property,
Contractor is, without special instructions or authorization from Engineer, hereby
required to immediately take all necessary measures to prevent such threatened
damage, loss or injury.
The responsibility of Contractor under this Article shall continue until final written
acceptance of the project by Engineer, except as to those portions of the work for
which Engineer has issued to Contractor a certificate of completion in accordance
with ARTICLE 25, or when areas of partially completed construction are taken over
for an interim period, as provided in ARTICLE 25.
ARTICLE 18 - SUPERINTENDENCE AND SUPERVISION
Contractor shall keep on the site of the work project, at all times during its progress, a
competent superintendent and any necessary assistants, all satisfactory to Engineer.
Said superintendent shall have full authority from Contractor to carry out all orders
given by Engineer, and shall exercise active supervision of all work performed under
this contract, including work subcontracted, and shall not be transferred from this
project to other work (even partially) without the approval of Engineer. Directions
shall be confirmed in writing upon written request in each case. Contractor shall give
efficient supervision to work, using his best skill and attention. During the
construction and maintenance period of the work of this contract, all orders given by
Engineer or his representatives to the manager, superintendent, or foreman of
Contractor, in the absence of Contractor, shall have the same force and effect as
Req. No. 041629
GENERAL CONDITIONS
PAGE 7
given to Contractor.
Neither party shall employ or hire any employee of the other party without the other
party's consent.
ARTICLE 19 - CHANGES IN THE WORK
Engineer shall have the right to make alterations in the quantity, lines, grades, plans,
details or dimensions of the work herein contemplated, either before or after the
commencement of the work and without notice to Surety, but subject to adjustment in
payments as provided under ARTICLE 43. If such alterations diminish the quantity of
work to be done, they shall not constitute a claim for damages for anticipated profits
for the work dispensed with, but when the reduction in amount is a material part of
the work contemplated, Contractor shall be entitled to compensation, as determined
by Engineer, for overhead and equipment charges which he may have incurred in
expectation of the quantity of work originally estimated, unless otherwise specifically
provided herein; if such alterations increase the amount of work, the increase shall be
paid for according to the quantity of work actually done and at the price established
for such work under this contract. If, however, the character of the work or the unit
costs thereof are materially changed, an allowance shall be made on such basis as
may have been agreed to in advance of the performance of the work, or in case no
such basis has been previously agreed upon, then an allowance shall be made,
either for or against Contractor, in such amount as Engineer may determine to be fair
and equitable.
This Article is understood as providing for alterations that do not decrease the total
sum to be paid under the contract by more than twenty-five percent (25%) nor
increase said sum by more than fifty percent (50%).
ARTICLE 20 - SUSPENSION OF WORK
Board may at any time suspend the work, or any part thereof, giving notice to
Contractor in writing specifying the date work is to be suspended. The work shall be
resumed by Contractor within ten (10) calendar days after the date fixed to resume
work in the said written notice, or in a supplementary written notice, from Board to
Contractor.
Board shall reimburse Contractor for reasonable expense incurred by Contractor in
connection with the work under this contract as a result of such suspension, the
amount of such reasonable expense to be approved by the Engineer, unless such
suspension is ordered to secure compliance with the terms of this contract.
If the work, or any part thereof, shall be stopped by the notice in writing aforesaid,
and if Board does not give notice in writing to Contractor to resume work at a date
within ninety (90) calendar days of the date fixed in written notice to suspend, then
Contractor may abandon that portion of the work so suspended, provided that
Contractor shall have given Board thirty (30) calendar days written notice of such
intent prior to the termination of the said ninety (90) calendar day period, unless such
suspension had been ordered to secure compliance with the terms of this contract.
Contractor will be entitled to the estimates and payments, if any be due, and as
determined by Engineer, for all completed portions of the work so abandoned.
Req. No. 041629
GENERAL CONDITIONS
PAGE 8
ARTICLE 21 - BOARD'S RIGHT TO DO WORK
If it shall appear to Engineer that the progress of any portion of the work is not
sufficient to insure satisfactory completion of the contract within the time herein
designated, or within any additional time which may have been granted, or that any
portion of the work is not executed or is not being executed in compliance with the
specifications or plans, then Engineer shall notify Contractor in writing to remove all
cause of complaint within the time specified in such notice. If Contractor fails so to
do, Engineer may proceed to complete such portion of the work in such manner as
he may determine. All cost of such work shall be deducted from any money due, or
which may become due, to Contractor under this contract.
ARTICLE 22 - BOARD'S RIGHT TO TERMINATE CONTRACT
If Contractor should become insolvent, or be adjudged bankrupt, or if he should make
a general assignment for the benefit of his creditors, or if, being a corporation, a
receiver should be appointed for Contractor, or if he should persistently or repeatedly
refuse or fail, except in cases for which extension of time is provided, to supply
enough properly skilled workmen or proper materials, or if he should fail to make
prompt payment to subcontractors or for material or labor, or persistently disregard
laws or ordinances or the instructions of Engineer, or should cease operations under
this contract at any time for more than ten (10) calendar days, or otherwise be guilty
of a substantial violation of any provision of the contract, then Board, upon the
certificate of Engineer that sufficient cause exists to justify such action, may without
prejudice to any other right or remedy and after giving Contractor and his Surety
seven (7) calendar days written notice, take possession of the premises and of all
materials, tools and appliances thereon, and finish the work by whatever method it
may deem expedient. In such case, Contractor shall not be entitled to receive any
further payment until the work is finished. If the unpaid balance of the contract price
shall exceed the expense of finishing the work, including compensation for additional
managerial and administrative services, such excess shall be paid to Contractor. If
such expense shall exceed such unpaid balance, Contractor and Surety shall pay the
difference to Board. The expense incurred by Board, as herein provided, and the
damage incurred through Contractor's default, shall be certified by Engineer.
ARTICLE 22-A
CONVENIENCE
-
BOARD'S
RIGHT
TO
TERMINATE
CONTRACT
FOR
ITS
The Board, by written notice, may terminate this contract in whole or in part when it is
in the interest and for the convenience of the Board. Any such termination shall be
effected by delivery to the Contractor of a Notice of Termination specifying the extent
to which performance of work under this contract is terminated and the date on which
the termination is effective.
After receipt of a Notice of Termination, the Contractor shall:
(1)
Stop work immediately;
(2)
Place no further orders for materials or services;
(3)
Settle any outstanding liabilities arising out of the termination of subcontracts
with the approval of the Engineer:
Req. No. 041629
GENERAL CONDITIONS
PAGE 9
(4)
Turn over to Board, if directed by the Engineer, fabricated or unfabricated
parts, supplies, and other materials produced or acquired in connection with
the contract so terminated;
(5)
Complete whatever portion of the work in progress as shall not have been
terminated.
The Contractor and the Board may agree upon the amount to be paid the Contractor
because of the termination pursuant to this clause, which amount may include a
reasonable allowance for profit on work done. The contract shall be amended
accordingly and the Contractor paid the agreed amount upon certification by the
Engineer.
ARTICLE 23 - CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT
If the work should be stopped under an order of any court or public authority, for a
period of ninety (90) calendar days, through no act or fault of Contractor or of anyone
employed by him, or, except as provided in ARTICLE 42, if Engineer should fail to
issue any estimate for payment within sixty (60) calendar days after it is due, or if
Board shall fail to pay to Contractor within a reasonable time any sum certified by
Engineer, then Contractor may, upon seven (7) calendar days written notice to Board
and Engineer, stop work or terminate this contract and recover from Board payment
for all work executed and any loss sustained.
ARTICLE 24 - REMOVAL OF EQUIPMENT
In case of termination of this contract before completion from any cause whatsoever,
Contractor, if notified to do so by Board, shall promptly remove any part or all of his
equipment and supplies from the property of Board. Should Contractor fail to make
such removals, Board shall have the right to remove all such equipment and supplies
at the expense of Contractor.
ARTICLE 25 - USE OF COMPLETED WORK PRIOR TO FINAL ACCEPTANCE
Without in any way invalidating this contract, Board shall have the right to take
possession of and to use any portion of the work at any time, as hereinafter provided.
If, at any time, any portion of the permanent construction has been substantially and
satisfactorily completed in accordance with the plans and specifications, and if
Engineer determines that such portion of the permanent construction is not required
for the operations of Contractor, but is needed by Board, Engineer shall issue to
Contractor a certificate of completion for such portion, and thereupon or at any time
thereafter Board may take over and use said portion of the permanent construction
described in such certificate, and may exclude Contractor therefrom.
When all of the work has been substantially and satisfactorily completed in
accordance with the plans and specifications, Engineer may issue to Contractor a
certificate of completion, and thereupon or at any time thereafter Board may take
over and use the work and may exclude Contractor therefrom. At the time of such
takeover and until the contract is formally accepted by the Board as complete, and
during such further periods thereafter as any payment provided for under the contract
shall remain unpaid by the Board, the insurance coverage shall continue but only to
Req. No. 041629
GENERAL CONDITIONS
PAGE 10
the extent of the amount remaining unpaid.
If at any time, it is determined by Board that the interim use by Board of parts of
staging area is necessary as a temporary measure, Engineer shall issue a written
notice to Contractor stipulating this need and thereupon, or at any time thereafter,
Board may take over and use such area as described in said notice, and may
exclude Contractor therefrom. Such area taken over by Board for interim use shall
be returned to custody of Contractor for completion of construction upon termination
of Board's need for the area. The entire area used shall be returned to Contractor in
its original condition, otherwise Board will be fully responsible for all expense incurred
in restoring said area to such original condition.
When completed portions of permanent construction are taken over by Board, or
when parts of staging area are taken over for an interim period, then in both cases
Contractor's obligation as stipulated under ARTICLE 17 of these documents shall
immediately cease within the stipulated areas of Board use, until such time as Board
returns such parts of staging areas to the custody of Contractor.
The guarantee period provided in ARTICLE 30 for all work satisfactorily completed in
areas taken over by Board for permanent use shall begin at time of issuance by
Board to Contractor of certificate of completion of such areas.
Contractor's performance bond may be reduced at time of issue by Board of
certificate of completion for a completed area of the work. The amount of such
reduction shall be equal to the contract bid price value of the work covered in the
certificate of completion, provided that the performance bond shall never be reduced
to less than fifty percent (50%) of the contract amount. If such prior use increases the
cost of or delays the work, Contractor shall be entitled to extra compensation, or
extension of time, or both, as determined by Engineer.
ARTICLE 26 - WARRANTY
Contractor warrants to Board that the Work under this Contract shall be as specified
by the Contract Documents and new unless otherwise required or permitted by the
Contract Documents and that the Work will be free from defects. Work not
conforming to these requirements, including substitutions not properly approved and
authorized, shall be considered defective. Contractor’s warranty excludes remedy for
damage or defect caused by abuse, improper or insufficient maintenance, improper
operation, normal wear and tear and normal usage.
In addition to any other obligations herein or at law, if, within one year after the date
of Substantial Completion of the Work or any designated portion thereof, or for any
longer period pursuant to the terms of any applicable discrete warranty required by
the Contract Documents, any part of the Work is found not to be in accordance with
the requirements of the Contract Documents, Contractor shall correct it promptly after
receipt of written notice from Board to do so. Board shall not be required to provide
notice or allow Contractor an opportunity to repair if Board reasonably believes that
the delays associated with such notification and repair by Contractor may adversely
affect Board’s interests. If Contractor fails to correct nonconforming work within a
reasonable time after receipt of notice from Board, or if Board determines that delays
associated with notice and Contractor’s repair may adversely affect Board’s interest,
then Board may correct or have the defective or non-conforming work corrected at
Req. No. 041629
GENERAL CONDITIONS
PAGE 11
Contractor’s expense. If later inspection demonstrates that the defect or failure was
not covered by the manufacturer’s warranty, nor attributable to defective
workmanship of the Contractor, the cost of repairs or replacements will be for Board’s
account.
Nothing contained in this Article 26 shall be construed to establish a period of
limitation with respect to other obligations which Contractor might have under the
Contract Documents or at law. Establishment of a period for correction of Work
relates only to the specific obligation of Contractor to correct such Work and has no
relationship to the time within which the obligation to comply with the Contract
Documents may be sought to be enforced, to the time within which Board may
pursue a claim against Contractor for correcting defective or non-conforming work,
nor to the time within which legal proceedings may be commenced to establish
Contractor’s liability with respect to Contractor’s obligations other than specifically to
correct the work.
.ARTICLE 27 - INDEMNITY
Contractor shall protect, defend, indemnify, and keep, save, and hold harmless the
Board from any and all loses, costs, claims, damages, demands, attorney’s fees,
expenses, penalties , fines, suits and actions of any kind and nature arising out of any
accident or any occurrence, negligent or otherwise, including environmental liability,
causing injury including death, to any person or persons or damage to property,
directly or indirectly caused by, resulting from, or growing out of the performance of
his obligations under this contract, whether caused by his affiliates, his subsidiaries or
his employees, servants, agents, representatives or subcontractors, including such
as may be imposed for the violation of any law, ordinance, or regulation (federal,
state or local); and Contractor shall defend and indemnify the Board from and against
any and all costs and expenses in connection with the foregoing, including court
costs, related litigation expenses, and reasonable attorney’s fees that may be
incurred by the Board, provided however, that nothing herein shall be construed as
indemnifying the Board against its own negligence or that of its officers, agents,
servants, or employees when such negligence (as determined by final judgement of a
court of competent jurisdiction) is the direct cause of such loss, damage, injury or
death and when there is no negligence on Contractor’s part which is a contributing
cause of such loss, damage, injury or death. Furthermore, Contractor shall be liable
for attorney’s fees and costs incurred by the Board if it must file suit or retain counsel
to enforce the terms of this indemnity. The Board shall notify Contractor of any claim,
demand, suit or other action brought or raised against the Board for which Contractor
may be liable as stated above. The provisions of this indemnity shall survive this
Contractor and are intended to be severable. If any term or provision should be
determined invalid or unenforceable for any reason, that invalidity or unenforceability
shall not affect the validity or enforceability of the remainder of the terms of this
indemnity.
ARTICLE 28 - BOARD'S INSURANCE
Board may, at its option and at its expense, procure and maintain such insurance as
will protect it from its contingent liability for damages for personal injury, including
death, which may arise from operations under this contract.
Req. No. 041629
GENERAL CONDITIONS
PAGE 12
ARTICLE 28A - FORCE MAJEURE
Contractor shall not be in default in the performance of any obligation undertaken on
this Contract if performance is rendered impossible or delayed because of any Force
Majeure, but for no longer time period. As used in this contract, Force Majeure shall
include but not be limited to acts of God, lightning, earthquakes, hurricanes, strikes,
fires, storms, epidemics, riots, labor disputes, civil insurrections, wars acts of
terrorism, or any other cause not within the reasonable control of the Contractor and
occurring without its fault. Any delay caused by such a Force Majeure shall not be
recognized unless Contractor notifies the Board in writing within ten working days
after the occurrence of the Force Majeure. Contractor shall use commercially
reasonable efforts to remedy the effects of the Force Majeure with all due diligence.
Neither economic impracticality nor the inability of the Contractor to perform in whole
or in part for economic reasons shall be considered loss under this Article.
ARTICLE 29 - UNPAID WAGES
Whenever, in the opinion of Engineer, it may be necessary for the progress of the
work to secure to any of the employees engaged in the work under this contract any
wages which may be then due them, Board is hereby authorized to pay the
employees the amount due them or any lesser amount, and the amount so paid
them, as shown by their receipts, shall be deducted from any moneys that may be or
become payable to Contractor.
ARTICLE 30 - PERFORMANCE BOND AND CONTINUING OBLIGATIONS
Contractor shall furnish a good and solvent bond either in the form attached hereto
and forming part of this contract or on a form acceptable to Board to insure prompt
and proper performance of all of the objectives imposed on Contractor under the
contract in an amount equal to the total amount of the contract, except as provided
under La. R.S. 38:2216(C). The bond shall be cancelled and the surety released only
in accordance with the provisions of law and of this contract.
Under the bond and as a guarantee against faulty materials or workmanship and the
negligence of Contractor, the responsibility of Contractor and Surety shall continue as
provided by law after a certificate of completion of work has been issued by Board to
contractor as provided in ARTICLE 25 hereof or after final acceptance when no
certificate of completion is given. Consistent with its obligations arising under this
Contract and the Public Works Act., La. R.S. 38:2211 et seq., Contractor shall, at its
expense, remedy any and all defects which appear after issuance of certificate of
completion (with respect to the particular portion of the work affected if certificate of
completion was issued for that portion separately from the whole of the work) or after
final acceptance as the case may be, and Contractor shall replace defective materials
and equipment and shall pay for all damage to other work resulting therefrom. Board
shall give notice to Contractor of any and all observed defects with reasonable
promptness.”
ARTICLE 31 - CLAIMS BY CONTRACTOR FOR ADJUSTMENT; DISPUTES
Should Contractor be of the opinion, at any time, that additional compensation is due
him for work or materials not clearly covered in this contract or not previously ordered
by Engineer as extra work, as defined herein, Contractor shall notify Engineer in
writing of his intention to make claim for such additional compensation before he
Req. No. 041629
GENERAL CONDITIONS
PAGE 13
begins the work on which he bases the claim. If such notification is not given and
Engineer is not afforded proper facilities by Contractor for keeping strict account of
actual cost as required, then Contractor shall thereby automatically forfeit his right to
such additional compensation.
Such notice by Contractor and the fact that Engineer has kept account of the cost as
aforesaid shall not in any way be construed as proving or substantiating the validity of
the claim. If the claim, after consideration by Engineer, is found to be just, it will be
paid for as extra work in accordance with ARTICLE 43. Nothing in this Article shall
be construed as establishing any claim contrary to the terms of ARTICLE 19.
Except as provided above in this Article, should Contractor be of the opinion, at any
time, that he has sustained damage or has incurred additional costs, for which he
may be due compensation under this contract, he shall, within thirty (30) calendar
days after sustaining, or after ascertaining the probable existence of, such damage,
make a written statement to Engineer of the nature of the damage claimed. Engineer
shall thereupon render a decision in the matter.
ARTICLE 32 - TEMPORARY WORK AND STORAGE AREAS
Contractor shall provide such temporary construction facilities and areas as are
required for execution of the work and storage of his equipment and material,
together with means of access to same, all at Contractor's cost, except as may be
otherwise provided in the Special Conditions of this contract or by written advice of
Engineer.
ARTICLE 33 - ASSIGNMENT
Contractor shall not assign this contract or subcontract it as a whole or contrary to the
provisions of ARTICLE 46, without the prior written consent of Board, and only when
Engineer of Board determines that it would be to the advantage of the Board.
ARTICLE 34 - RIGHTS OF VARIOUS INTERESTS
Wherever work being done by Board's forces or by other contractors is contiguous to
work covered by this contract, the respective rights of the various interests involved
shall be established by Engineer.
ARTICLE 35 - WORK UNDER SEPARATE CONTRACTS AND BY BOARD'S FORCES
Board reserves the right to let other contracts in connection with this work, and to do
additional work at the site with its own forces. Contractor shall afford other
Contractors and Board's forces reasonable opportunity for the introduction and
storage of their materials and the execution of their work, and shall properly connect
and coordinate his work with theirs.
If any part of Contractor's work depends for proper execution or results upon the work
of any other party, Contractor shall inspect and promptly report to Engineer any and
all defects in such work that render it unsuitable for such proper execution and
results. His failure to inspect and report shall constitute an acceptance of the other
party's work as fit and proper for the reception of his work except as to defects which
Req. No. 041629
GENERAL CONDITIONS
PAGE 14
may develop in the other party's work after the execution of his work.
ARTICLE 36 - SUBCONTRACTORS
Contractor shall, as soon as practicable after the signing of the contract, notify
Engineer in writing of the names of subcontractors proposed for the work and shall
not employ any that Engineer may, within ten (10) calendar days, object to as
incompetent or unfit because of unsatisfactory previous performance on contracts for
Board or for others. Such unsatisfactory performance will constitute the only cause
for rejection by Engineer of a subcontractor proposed by Contractor for employment
on the project except that sub-contractors performing work valued at $50,000 or more
shall be licensed in accordance with L.A. R.S. 37:2163.
Contractor shall be fully responsible to Board for the acts and omissions of his
subcontractors and of persons either directly employed by them, as he is for the acts
and omissions of persons directly employed by him.
Nothing contained in the contract documents shall create any contractual relation
between any subcontractor and Board.
ARTICLE 37 - SURVEYS, ALIGNMENT, BENCH MARKS AND ENGINEER'S CHECKS
When, in the opinion of Engineer, a property boundary survey is necessary for the
proper conduct of the work, Board will furnish such survey at its expense, unless
specifically provided otherwise in contract documents.
When needed, Board will also establish, on or adjacent to the site of the work, a base
line with starting point thereon, and one or two bench marks, but Contractor shall be
responsible for making, with his own engineers, all other measurements required in
laying out and controlling his work.
Contractor shall carefully preserve Board's bench marks, reference points and
stakes, and in case of willful or careless destruction he shall be charged with the
expense of restoring them, and Contractor shall be responsible for any and all
mistakes that may be caused by their unnecessary loss or disturbance.
At his discretion, Engineer may check Contractor's work for proper alignment and
grade at any time, but the making of such check or checks shall not be assumed
either to establish a precedent requiring similar checking by Engineer at any other
time, or to relieve Contractor from full responsibility for the correctness of his work.
ARTICLE 38 - ENGINEER'S STATUS
Engineer shall represent the Board in the execution of all work under the contract and
he may perform technical inspection of the work as, at his discretion, is necessary in
the best interest of the Board. He has authority to stop the work whenever such
stoppage may be necessary to insure the proper execution of this contract. He shall
also have authority to reject all work and materials which do not conform to this
contract. He shall verify and approve amount, quantity or classification of work or
materials for which Board will make payment to Contractor.
Req. No. 041629
GENERAL CONDITIONS
PAGE 15
ARTICLE 39 - ENGINEER'S DECISIONS
Engineer shall, within a reasonable time after their presentation to him, make
decisions on all claims of the Board or the Contractor. He shall render decisions on
all other matters relating to the execution and progress of the work or the
interpretation of the contract documents, whenever such decisions are necessary for
the proper conduct of the work. Should the Contractor disagree with the decision
made by an Engineer's assistant or consultant he shall request an Engineer's
decision. All decisions of Engineer, when so requested, shall be rendered in writing.
Except as provided under Article 40, Engineer's decision in all matters under his
jurisdiction shall be accepted as final and conclusive.
ARTICLE 40 - REVIEW OF DECISIONS
Should Contractor object to any decision, other than as to technical engineering
questions, rendered by Engineer, Contractor may appeal, in writing, to Board for a
review of such decision. Within thirty (30) calendar days after receipt of such
appeal, Board shall afford opportunity to Contractor to appear before it or before any
committee or any executive designated by Board, for the purpose of a hearing on the
objections previously submitted in writing. The decision of Board on such appeal
shall be final and conclusive, subject however to Contractor's option to appeal any
adverse decision to a court of competent jurisdiction as provided by applicable law.
ARTICLE 41 - FINAL CLEANING UP
Contractor shall, after completion of the work, and prior to final inspection and
acceptance by Board, remove and satisfactorily dispose of all temporary structures,
false work, debris, tools, equipment and materials left over and not incorporated into
the work, except that valuable surplus materials furnished by Board and materials
furnished by Board and designated to be salvaged shall be delivered by Contractor to
a designated Board storage area within the Port. The site of the work shall always be
left in a clean, well drained condition, with the work itself in a finished, complete and
satisfactory state. Building floors, decks, paved areas and similar finished surfaces
shall be left broom clean.
ARTICLE 42 - PAYMENTS WITHHELD AND DEDUCTIONS
Board may withhold or, on account of subsequently discovered evidence, nullify the
whole or a part of any certificate to such an extent as may be necessary to protect
itself from loss on account of:
(a)
Defective work not remedied.
(b)
Claims filed against Contractor or reasonable evidence indicating probable
filing of claims.
(c)
Failure of Contractor to make payments promptly to subcontractors or for
material or labor. Contractor shall furnish full and satisfactory evidence, when
called upon by Board, that all persons having done work or furnished materials
hereunder, and for which Board may be liable, or for which a lien has been or
might be filed, shall have been paid or satisfactorily secured.
Req. No. 041629
GENERAL CONDITIONS
PAGE 16
(d)
A reasonable doubt that the contract can be completed for the balance then
unpaid.
(e)
Damage to another contractor.
When the above grounds are removed, payments shall be made for amounts
withheld because of them.
If Engineer deems it inexpedient to correct work injured or done not in accordance
with the Contract, an equitable deduction from the contract price shall be made
therefor.
ARTICLE 43 - EXTRA WORK AND PAYMENT THEREFOR
When Contractor is directed to perform work, including furnishing of materials as
required, which is neither shown on the drawings nor reasonably implied elsewhere in
the contract documents, and for which no price has been named in the agreement for
work or materials of like character, such items shall be considered as extra work, and
shall be performed by Contractor to the satisfaction of Engineer.
Extra payment will positively not be made for materials or work indicated in the
contract documents, or which can be predetermined from careful pre-bid examination
by Contractor, nor for miscellaneous and incidental materials and work required for
repairs and replacements.
Payment for extra work, including materials, will not be allowed unless approved in
advance, in writing, by Engineer.
Terms of payment for extra work will be the same as for work stipulated in the
agreement.
The value of all such extra work, or change, for which full payment is to be made,
shall be determined by the unit prices named in the contract, if unit prices are named
and if the scope of the work is not altered beyond the limits established by ARTICLE
19; otherwise said value shall be determined through mutual agreement by one or
more of the following methods:
(a)
By estimate and acceptance in a lump sum. The estimate shall be fully
documented and itemized as to costs, including material quantities, material
costs, taxes, insurance, employee benefits, other related costs, plus an
allowance for profit and overhead on a percentage basis as hereinafter
provided.
(b)
By unit prices subsequently agreed upon. Such unit prices shall be fully
documented and itemized as to costs, including material quantities, material
costs, taxes, insurance, employee benefits, other related costs, plus an
allowance for profit and overhead on a percentage basis as hereinafter
provided.
(c)
By actual cost, plus an allowance for overhead and profit on a percentage
basis as hereinafter provided.
Req. No. 041629
GENERAL CONDITIONS
PAGE 17
Method (c) will be used only when Methods (a) or (b) are not practical or not in the best
interest of Board. If method (c) is agreed on, Contractor shall keep an accurate account of
his actual costs, as defined below, together with supporting invoices and payroll records,
and shall present them in such form as Engineer may direct. Actual reimbursable costs for
extra work shall include the incurred costs of actual labor and materials charges. Labor
charges shall include actual payroll cost of labor, mechanics and foremen used on the extra
work, together with those additional expenses directly based on payroll, such as workers'
compensation insurance, social security, payroll taxes, welfare and other fringe benefits. No
part of the time of supervisory, engineering, clerical or general utility employees, nor of
executive personnel, not previously and regularly assigned to the project, shall be included
in the payroll charges for extra work unless their employment is used solely on the extra
work and is authorized in advance, in writing, by Engineer. Cost of materials shall include
actual net invoice amounts, after allowance for trade discounts, together with other
incidental costs such as freight and transportation charges, sales and use taxes. Cost of all
manual hand tools together with mechanically, electrically or pneumatically operated hand
tools with manufacturer's power rating not exceeding two (2) horsepower will be considered
as part of the charge included in the provision for overhead. All hand tools in excess of two
(2) horsepower rating will be paid for at rental rates not in excess of those current and
prevailing in the New Orleans area.
Large construction equipment shall be paid for during time when used
exclusively on extra work and at rental rates not in excess of those shown in
the "Compilation of Rental Rates for Construction Equipment," latest revision,
prepared by Associated Equipment Distributors, 30 East Cedar Street,
Chicago Illinois, and subject to approval by Engineer. In the absence of a
listing of such equipment in the foregoing publication, charges for such
unlisted equipment shall be agreed upon in advance and confirmed in writing
by Engineer. The rental rates shall be the lowest applicable to the period
during which they are in use. Taxes, if any, applicable to rental shall be
added. The foregoing charges shall be understood to include all overhead and
profit on such large equipment. If such large equipment is transported to and
from the job site solely for the extra work, usual charges, if any, as approved
as aforesaid, shall be added for handling to and from said job site. Fuel and
lubricants furnished by Contractor and used in operations solely for extra work
shall be added to the foregoing at actual delivered prices paid for them.
The wages of operators for large equipment for periods of extra work shall be
carried in the labor payroll for such work and excluded from the rentals of
equipment. All rental equipment shall be in first class condition when delivered
to site. No payment will be made for equipment repairs and operators' time
during periods of repair caused by the following:
(1)
Normal wear and tear.
(2)
The furnishing of defective or inadequate equipment.
(3)
Lack of or improper servicing of equipment.
(4)
Improper operation of equipment.
When extra work is required and is compensated for under any of the three (3)
methods (a), (b) or (c) above which is normally performed by a subcontractor, and no
Req. No. 041629
GENERAL CONDITIONS
PAGE 18
capable subcontractor is already on the project, Contractor shall secure competitive
bids and shall award the work to the lowest responsible bidder, all subject to the
approval of Engineer. If a qualified subcontractor is already employed on the project,
that subcontractor shall perform any such extra work required, subject to the terms
and conditions of this Article, and shall keep such records of labor, material and
equipment charges as shall be required.
In order to adequately reimburse Contractor, together with subcontractors if any, for
overhead and profit on the extra work as herein above defined in methods (a), (b) or
(c), the following percentages will be utilized as full compensation for all general
office, construction office and plant overhead, and profit:
(a)
On Contractor's aggregate cost of labor and materials, when no subcontractor
is involved, a single twenty percent (20%) allowance for both overhead and
profit.
(b)
On each subcontractor's aggregate cost for labor and materials, a single
fifteen percent (15%) allowance for both overhead and profit for subcontractor,
in addition to a single eight percent (8%), allowance for both overhead and
profit for Contractor. The Contractor's eight percent (8%) shall be computed
on the subcontractor's cost after the subcontractor's fifteen percent (15%) has
been added.
No verbal order or suggestion given by an employee of Board shall be construed as
authorizing or being the basis for any claim on the part of Contractor for extra
compensation, either for extra work, materials or equipment, or for damages because
of Contractor's compliance therewith. Extra work will constitute the basis for
additional compensation to Contractor only when such work is duly authorized as
provided under ARTICLE 19. In case of dispute as to what does or does not
constitute extra work, a decision will be made by Engineer.
ARTICLE 44 - ENGINEER'S CERTIFICATES, PAYMENTS AND ACCEPTANCE
(i) - Unless otherwise provided for, payments shall be made only on amounts certified
by Engineer as being due under the terms of the contract, from which, however,
Board may make deductions of such amounts as may be required to protect it from
claims.
(ii) - The issuance of any payment certificate by Engineer or the payment of any
moneys to Contractor, whether due under the contract or not, shall not be considered
or construed as an acceptance by Board of the work either in whole or in part, and
the said work shall remain at the sole risk of Contractor until it is finally completed
and accepted in accordance with these contract documents.
(iii) - Neither Contractor nor Surety shall be released from the whole or any part of the
obligations herein assumed by reason of any change in the amount, nature, scope,
character or extent of the work, or in any plan or specification, or in the mode or time
of payment, or by any extension of time or indulgence granted to Contractor, even
though any or all of said acts be without the knowledge and consent of Contractor or
Surety, unless such release be expressly made in writing by Board.
(iv) - On all "lump sum" contracts under which work is scheduled to be completed in
Req. No. 041629
GENERAL CONDITIONS
PAGE 19
thirty-one (31) days or less, payment will be made only upon final completion and
acceptance of the work, as provided in the sixth paragraph of this Article. On all
"lump sum" contracts under which work is scheduled to be performed during a period
of time exceeding thirty-one (31) days, payments will be made on or about the first of
each month, and final payment will be made as provided in the sixth paragraph of this
Article. In his submission of the construction schedule as required under the General
Specifications, Contractor shall include a breakdown of his estimated costs for
approval by Engineer, which shall serve as a basis for monthly payments. On or
about the first of each month, Engineer will estimate the amount of work performed
and payment will be made as follows:
(a)
When the contract price, as awarded, is less than five hundred thousand
dollars ($500,000), payment will be made in the amount of ninety percent
(90%) of the value of work in place and acceptably completed since the last
estimate.
(b)
When the contract price, as awarded, is five hundred thousand dollars
($500,000) or more, payment will be made in the amount of ninety-five percent
(95%) of the value of work in place and acceptably completed since the last
estimate.
(v) - Upon due notice from Contractor of presumptive completion of the entire project,
or a specified portion of the project, Engineer will make an inspection. If all
construction provided for and contemplated by this contract is found to be
SUBSTANTIALLY COMPLETE to his satisfaction, Engineer shall issue a
CERTIFICATE OF SUBSTANTIAL COMPLETION. ("Substantial Completion" is
defined as the construction being sufficiently complete in accordance with the
Contract Documents, so that the project or a specified portion of the project can be
utilized for the purposes for which is was intended). Should this inspection disclose
items which are not complete or which require corrections, Engineer shall prepare a
list of these items and the estimated cost of completion of the items, which shall be
attached to the Certificate of Substantial Completion. These items must be
completed within the time specified in the Certificate of Substantial Completion. After
these items are completed, another inspection will be made. If necessary additional
inspections will be made until all items are complete to the satisfaction of the
Engineer.
(vi) - Within fourteen (14) days of the date of substantial completion the Board will
issue a formal notice of ACCEPTANCE OF COMPLETED CONTRACT prepared by
the Board for the Contractor to record with the Recorder of Mortgages of the Parish in
which the work has been done. Not less than forty-five (45) days after the recondition
of this Acceptance of Completed Contract, the Contractor shall furnish to the
Engineer a LIEN AND PRIVILEGE CERTIFICATE issued by the said Recorder of
Mortgages certifying that there are no outstanding claims or liens recorded against
this project. Upon receipt of the clear Lien and Privilege Certificate and an invoice
marked FINAL from the Contractor for the entire balance due including retinae, all
prior certificates or estimates upon which payments have been made being
approximate only and subject to correction on the final payment, the Contractor shall
be paid in full after Engineer is satisfied all quantities shown on final estimate are
correct.
(vii) - Payments for "unit price" contracts will be made as specified above for "lump
sum" contracts, except that unit prices in the bid will be used by Engineer in the
Req. No. 041629
GENERAL CONDITIONS
PAGE 20
preparation of his estimates for payments. The total amount of contract "as
awarded," stipulated under subparagraphs (a) and (b) in the fourth paragraph of this
Article, shall be determined on the basis of Contractor's unit price bid and the
estimated quantities used for award of contract.
(viii) - It is expressly stipulated and understood that payment of the full contract
amount shall not operate to release Contractor or his Surety from liability for any and
all fraud in construction, or in obtaining progress payments, or in payment for
materials, labor or other supplies or services incidental to the work, or for any and all
claims for damages, loss or injury sustained by any person or persons whomsoever,
through the fault, negligence or conduct of said Contractor, his employees, agents or
subcontractors.
(ix) - On projects in which parts of the work are turned over to Board for permanent
use prior to completion of the contract as a whole, pursuant to ARTICLE 25, upon
written request of Contractor Board may pay all or part of the retained amount, with
respect to such portions of the work for which certificate of completion has been
given, the amount of such payment to be determined by Engineer; provided that
Contractor shall submit to Engineer acceptable evidence that all invoices for
materials and all payments due subcontractors have been paid up to that time.
ARTICLE 44A - MOBILIZATION
This work consists of preparatory work and operations, including those necessary for
movement of personnel, equipment, supplies and incidentals to the project site; the
establishment of offices, buildings and other facilities necessary for work on the
project; the cost of bonds and any required insurance; and other preconstruction
expenses necessary for start of the work, excluding the cost of construction
materials.
Payment for this work shall be as follows:
(a)
When the contract does not include a pay item for mobilization, no
direct payment will be made for mobilization.
(b)
When the contract contains a pay item for mobilization, payment will be
made at the contract lump sum price, subject to the following
provisions:
Partial payments for mobilization will be made in accordance with the
following schedule up to a maximum of 10 percent of the original total
contract amount, including this item. Payment of any remaining amount
will be made upon completion of all work under the contract.
Percent of Total Contract
Amount Earned
1st Partial Estimate
10
25
50
Req. No. 041629
Allowable Percent of the
Lump Sum Price for the Item
25
50
75
100
No payment adjustments will be made for this item due to changes in
the work in accordance with ARTICLE 19.
GENERAL CONDITIONS
PAGE 21
******
Req. No. 041629
GENERAL CONDITIONS
PAGE 22
SPECIAL CONDITIONS OF THE CONTRACT
The following Special Conditions supplement the General Conditions (given under the
preceding Articles 1 through 44A, inclusive) with special reference to the contract covered by
the attached specifications.
Req. No. 041629
Special Conditions
General
ART. 45 - QUANTITIES AND PRICES
The following clauses are intended only to define units of payment,
supplemented by the detail specifications for full description of Contractor's obligations.
being
Prices stated in the bid are intended to cover full obligations of Contractor. Any and all
details not specifically mentioned but evidently included in the contract, shall be compensated
for in the item which most logically includes it, and it is understood that Contractor has
included cost of such detail in his unit price bid. Removal of scrap, debris, and all surplus
materials and clearing of the site during and after construction are paid for under the various
items to which they apply.
See Art. 44 for "General Conditions" pertaining to Engineer's Certificates, Payments
and Acceptances, particularly those parts of said Articles which pertain to unit price contracts.
Monthly estimates will be in proportion to the amount completed where a lump sum
applies to the item, or to units of work, or to units quantities completed to the date of
estimate.
General - Items 1 throuqh 7
The unit price bid for any and all pay items under this contract is understood to include
all labor, materials and incidental work as may be required to construct the various items in
accordance with Board's drawings and the specifications and to the satisfaction of the Board.
Incidental work is understood to include, but is not necessarily limited to, all labor and
materials required for completing work as required in Article 50 (a).
The above mentioned work, as needed, is hereby understood to be included in the
price bid for each and every pay item whether or not such work is specifically called for under
the various pay items.
Item NO.1 - Mobilization
The lump sum price bid for this item shall be as defined
MOBILIZATION."
in "ARTICLE
44a -
Item NO.2 - Mobilization
Furnish and install all electrical and communications equipment and wiring for
complete and operational radio installation at the Port Administration Building. The lump sum
price bid for this item shall be full compensation for all labor, material and equipment required
to furnish complete operational radio, which will consist but not be limited to, pedestal pole,
conduits, wiring, power service, gates, instrument house, fencing together all required
miscellaneous and incidental work is defined in specifications and as shown on drawings.
Req. No. 046129
Special Conditions
Article 45 - Sheet 1
Item NO.3 - Mobilization
Furnish and install all civil, structural, electrical and communication materials for
complete and operational radio at pole locations #1 & #2. The lump sum price bid for this
item shall be full compensation for all labor, material and equipment required to furnish
complete operational radio, which will consist but not be limited to, pedestal pole, conduits,
wiring, power service, gates, instrument house, fencing together all required miscellaneous
and incidental work is defined in specifications and as shown on drawings.
Item NO.4 - Mobilization
Furnish and install all civil, structural, electrical and communication materials for
complete and operational radio at pole location #3. The lump sum price bid for this item shall
be full compensation for all labor, material and equipment required to furnish complete
operational radio, which will consist but not be limited to, pedestal pole, conduits, wiring,
power service, gates, instrument house, fencing together all required miscellaneous and
incidental work is defined in specifications and as shown on drawings.
Item NO.5 - Mobilization
Furnish and install all civil, structural, electrical and communication materials for
complete and operational radio at pole location #4. The lump sum price bid for this item shall
be full compensation for all labor, material and equipment required to furnish complete
operational radio, which will consist but not be limited to, pedestal pole, conduits, wiring,
power service, gates, instrument house, fencing together all required miscellaneous and
incidental work is defined in specifications and as shown on drawings.
Item NO.6 - Mobilization
Furnish and install all civil, structural, electrical and communication materials for
complete and operational radio at pole location #5. The lump sum price bid for this item shall
be full compensation for all labor, material and equipment required to furnish complete
operational radio, which will consist but not be limited to, pedestal pole, conduits, wiring,
power service, gates, instrument house, fencing together all required miscellaneous and
incidental work is defined in specifications and as shown on drawings.
Item NO.7 - Mobilization
Furnish and install all civil, structural, electrical and communication materials for
complete and operational radio at pole location #6. The lump sum price bid for this item shall
be full compensation for all labor, material and equipment required to furnish complete
operational radio, which will consist but not be limited to, pedestal pole, conduits, wiring,
power service, gates, instrument house, fencing together all required miscellaneous and
incidental work is defined in specifications and as shown on drawings.
Req. No. 046129
Special Conditions
Article 45 - Sheet 2
ART. 46 - PERFORMANCE OF WORK BY CONTRACTOR
Contractor shall perform at job site, in his own shop or in his own plant or yard, and
with his own organization, as integral part of the construction work equivalent to at least
sixty percent (60%) of the total amount of work to be performed under the contract. If,
during the progress of the work hereunder, Contractor requests a reduction in such
percentage, and Engineer determines that it would be to the advantage of the Board, the
percentage of work required to be performed by Contractor may be reduced, provided
written approval of such reduction is obtained in advance by Contractor from the Director of
Construction.
The practice wherein the Contractor furnishes a performance bond to the Board for
the benefit of another organization which will actually perform the work is deemed to be an
assignment of this contract prohibited by Article 33 above and a violation of this Article 46.
The violation of the provisions of Articles 33 and 46 may result in the disqualification of
Contractor to be awarded future contracts with this Board.
Req. No. 041629
Special Conditions
Article 46 – Sheet1
ARTICLE 47 - TAXES
Contractor shall include in bid prices any local and state sales or local and state
use taxes on materials and equipment which are affixed to and made part of the
completed project or which are permanently incorporated into the project (hereinafter
referred to as "applicable materials and equipment"). Complete records of all
purchases and payment of state sales taxes on applicable materials or equipment shall
be maintained by the Contractor to assist Board in any dispute which may arise with the
State Department of Revenue over the interpretation and assessment of state sales
and use tax for this public project.
Req. No. 046129
Special Conditions
Articles 47 - Sheet 1
ARTICLE 48 - INSURANCE REQUIREMENTS FOR CONTRACTORS
1. General Insurance Requirements
a.
Insurance Companies: All insurance shall be written with insurance
companies authorized and licensed to do business in the State of Louisiana and
acceptable to the Board (Best's rating A-, VI, or better). Self-insurance
programs authorized by the Commissioner of Insurance of the State of
Louisiana for workers' compensation insurance are acceptable with the
submission of a notarized copy of the contractor's authority to self insure.
b.
Primary Insurance: All insurance required herein shall be primary to any
similar insurance that may be carried by the Board for its own protection.
c.
Insurance Certificates: Before this contract becomes effective, Contractor
shall furnish to the Board's risk manager original, manually signed certificates
evidencing that it has procured the insurance herein required. Current
insurance certificates must be provided for the coverages required herein
during the entire term of this agreement.
d.
Named Insured: Except for the workers' compensation insurance and the
professional liability insurance, the Board shall be named as an additional
insured on all policies required herein. In those instances where the Contractor
is to do work on a site the Board leases to a tenant, Contractor shall have the
tenant named as an additional insured on Contractor’s CGL policy. Contractor
shall inquire of the Board which tenant is to be so named, if the Board has not
notified the Contractor.
e.
Waiver of Subrogation: All insurance policies required herein, as well as any
other insurance carried by the Contractor for its protection or the protection of
its property on the contract, shall provide that the insurers waive any rights of
subrogation in favor of the Board.
f.
Notice of Cancellation: All policies required herein shall provide for thirty (30)
days written notice of cancellation or material change to be sent to the Board at
P.O. Box 60046, New Orleans, LA 70160, Attention: Risk Manager.
g.
Maintaining Insurance: All insurance policies herein required shall remain in
full force and effect for the duration of the contract. If any insurance required
herein is canceled or materially changed and not immediately replaced during
the term of this contract the Board reserves the right to purchase insurance at
the expense of the Contractor to protect the Board's interest. The furnishing of
insurance shall not relieve the Contractor of the responsibility for losses not
covered by insurance.
h.
No Representation or Warranty: The Board makes no representation or
warranty that the insurance set forth in this Section will be sufficient to protect
the Contractor's interests.
REQ. No. 046129
Special Conditions
Article 48 - Sheet 1
i.
Deductibles: The contractor shall be responsible for the full amount of any
deductible associated with any of the insurance policies required herein.
2. Comprehensive General Liability Insurance - Contractor shall procure and maintain at
Contractor's sole cost and expense comprehensive general liability insurance (on an
occurrence basis) with limit of liability of not less than one million dollars ($1,000,000) for
all injuries or deaths resulting to any one person or from any one occurrence. The
aggregate limit for products and completed operations shall be not less than one million
dollars ($1,000,000). The limit of liability for property damage shall be not less than one
million dollars ($1,000,000) for each occurrence and aggregate. Coverage under such
insurance shall also include damage hazards. This insurance shall include coverage for
explosion, collapse and underground property damage hazards, completed operations
and Abroad form contractual endorsement. Where contractor's operations include the use
of water craft, the water craft exclusion in the comprehensive general liability policy shall
be eliminated. A combination of primary and excess liability insurance may be used to
satisfy the conditions of this paragraph.
3. Comprehensive Motor Vehicle Liability Insurance - Contractor shall procure and
maintain at contractor's sole cost and expense comprehensive motor vehicle liability
insurance which shall include hired car and non-ownership coverage with limit of
liability of not less than one million dollars ($1,000,000) for all injuries or deaths resulting
to any one person or from any one occurrence. The limit of liability for property damage
shall be not less than one million dollars ($1,000,000) for each occurrence and aggregate.
4. Workers' Compensation Insurance - Contractor shall procure and maintain at
Contractor’s sole cost and expense workers’ compensation insurance which will protect
Contractor from claims under the Louisiana Workers’ Compensation Act (LSA 23:1021, et.
seq.). If Contractor’s employees qualify for compensation benefits under the provisions of
the federal Longshoremen's and Harbor Workers' Compensation Act (33 USC 901, et.
seq.), Contractor shall also procure and maintain insurance which will protect Contractor
from claims under the LHWCA. The limits of liability under the employer’s liability section
of the workers’ compensation policy, as well as both compensation schemes, shall be not
less than one million dollars ($1,000,000). If Contractor’s employees qualify for
compensation benefits for injury or death under the provisions of the Jones Act (46 USC
688, et. seq.) and under the general maritime law, Contractor shall also procure and
maintain insurance to cover such claims with a limit of not less than one million dollars
($1,000,000).
5. Railroad Protective Insurance – in accordance with the requirements of this board, and
the railroad as described below.
Contractor shall carry railroad protective liability insurance with combined single limit for
bodily injury liability, and physical damage to property of $2,000,000 per occurrence and
an aggregate limit of $6,000,000 for the term of the policy naming the New Orleans Public
Belt Railroad as the insured.
REQ. No. 046129
Special Conditions
Article 48 - Sheet 2
The Contractor shall furnish originals of the policies to the Board and railroads as well as
certificates of insurance evidencing the other insurance requirements specified herein
before commencing any work. No direct payment will be made for providing the
required insurance.
The standards for Railroad Protective Liability Insurance shall be in accordance with
provisions of “Federal Aid Policy Guide (FHPG) part 646" as amended. For additional
information please contact Risk Management Section at (504) 528-3273.
6. Builder's Risk - Contractor shall procure and maintain at Contractor’s sole cost and
expense builder’s risk insurance which shall be the all risks type and shall protect
Contractor and Board against all risks of damage to structures, materials, equipment, and
buildings, excluding damages due to flood and earthquake. The amount of such
insurance shall be not less than the value of the Work at completion. Such insurance
shall be issued subject to a deductible not to exceed ten thousand dollars ($10,000) which
will be for the account of the Contractor.
Builder's risk insurance shall provide for losses to be payable to Contractor and Board as
their interest may appear. The policy shall contain a provision that in the event of
payment for any loss under the coverage provided, the insurance company shall have no
rights of recovery against Contractor and the Board.
REQ. No. 046129
Special Conditions
Article 48 - Sheet 3
ARTICLE 49 - REQUIRED COORDINATION OF WORK
(a) General
It is the responsibility of the Contractor to coordinate his work to minimize the
inconvenience to the Board’s tenant working adjacent to the Contractor’s work areas.
(b) Coordinate of Work
Contractor shall confine his operations to within the limits of work shown on the
Drawings and he shall restrict his operations to the least amount of area necessary to
perform the work so as to reduce disruption of the tenants operations.
The Contractor shall coordinate his work, well in advance of any construction, with the
Engineer and the tenant.
(c) Sequence of Work
Req. No. 046129
Special Conditions
Article 49 - Sheet 1
SPECIFICATIONS
FOR
WIRELESS COMMUNICATION SYSTEM
ART. 50 - GENERAL SPECIFICATIONS
(a) Extent of Entire Project
The work consists of furnishing all labor, material and equipment for the Wireless
Communication System by installing six (6) concrete poles at six (6) locations on the east bank
of the Mississippi River and all associated electrical and telecommunications hardware and
software all in accordance with project specifications and drawings
(b) General Requirements
The Contractor shall furnish any and all work and materials incidental to the items listed
above and as may be indicated on the drawings or in these specifications as necessary to
complete the project in full compliance with the contract documents.
In general, the work under this contract consists of furnishing all materials and labor,
and performing all work required (except as otherwise provided in Article 50(d)) for completing
the work shown on the drawings and called for in these Contract Documents. The work
essentially consists of but is not limited to the following:
1.
2.
3.
4.
5.
6.
7
In addition to the work and material listed above, Contractor shall furnish any and all
work and material incidental to the items listed above and as may be indicated on the drawings
or in these specifications as necessary to complete the project in full compliance with the
Contract Documents.
Contractor shall accept the work site as found at commencement of “on-site” work, and
he shall verify the scope of all work and all dimensions and details in the field and report any
discrepancies noted to the Engineer.
Req. No. 046129
Special Conditions
Article 50 - Sheet 1
All work shall be done as described in the specifications and shown on the drawings,
and in strict accordance therewith, to the satisfaction of the Engineer.
The Contractor shall lay out all work, check overall dimensions against intermediate
dimensions, check and verify existing measurements and refer discrepancies, if any, to the
Engineer for direction.
The Contractor shall install, maintain and remove all construction equipment and
auxiliary devices, and shall be responsible for the safe, proper, and lawful maintenance of
same. The Contractor will be held responsible for any loss of materials on the site or
incorporated in the construction and site including vandalism, theft and malicious mischief
within his limits of work as indicated on the Contract Drawings. Any losses involved, damages,
etc. occurring shall be replaced or restitution made agreeable to the Board, as the case may
be, at no cost to the Board, until completion and acceptance of the work.
The Construction Industry, OSHA Safety and Health Standards (29) CFRR 1926/1920),
U.S. Department of Labor, Occupational Safety and Health Administration Revised 1987
publication OSHA 2207 shall be made part of these specifications and contract requirements
for the construction and occupancy by the Board.
(c) Board’s Drawings and Specifications
Copies of data furnished by Board or Engineer to Contractor or Contractor to Board or
Engineer that may be relied upon are limited to the printed copies (also known as hard copies).
Files in electronic media format of text, data, graphics, or other types are furnished only for the
convenience of the receiving party. Any conclusion or information obtained or derived from
such electronic files will be at the user’s sole risk. If there is a discrepancy between the
electronic files and the hard copies, the hard copies govern.
Because data stored in electronic media format can deteriorate or be modified
inadvertently or otherwise without authorization of the data’s creator, the party receiving
electronic files agrees that it will perform acceptance tests or procedures within 60 days, after
which the receiving party shall be deemed to have accepted the data thus transferred. Any
errors detected within the 60-day acceptance period will be corrected by the transferring party.
When transferring documents in electronic media format, the transferring party makes
no representations as to long term compatibility, usability, or readability of documents resulting
from the use of software application packages, operating systems, or computer hardware
differing from those used by the data’s creator.
Accompanying these specifications, and forming an integral part thereof, are the
Board's drawings which numbers are listed in the "Table of Contents."
(c-1) Submittals
Whenever work is to be fabricated and/or machined specifically for this contract, the
Contractor shall submit, for approval, final shop and erection drawings, manufacturer's
Req. No. 046129
Special Conditions
Article 50 - Sheet 2
drawings, catalogue cuts and/or literature covering products (equipment, fixtures, devices, etc.)
to be furnished or for items of work for which submittals are required in the technical
specifications, all as soon as possible. These are to be delivered to the Board of
Commissioners of the Port of New Orleans, Engineering Dept., 1350 Port of New Orleans
Place, P.O. Box 60046, New Orleans, Louisiana 70160, Attention: Engineering Director. The
checking and approval as to overall conformity with the contract document will not be
considered to waive any of the provisions of these contract documents and shall not release
the Contractor from responsibility for the corrections of his submittals nor for errors in details
which may interfere with erection. All submittals transmitted for approval shall be in strict
conformity thereto as provided for under "Request for Alterations or Substitutions." Prior to
transmittal, all submittals must be thoroughly checked by Contractor to insure this conformity.
In addition, the Contractor must be certain that any equipment he proposes to furnish and/or
install will fit and functionally operate within the designated available space. Clearances shall
be functional and as specified. Each submittal shall have Contractor's signed statement that
the above requirements have been met and that he approves it for submission, such as
"Reviewed and approved by XYZ Construction."
Whenever required in the technical specifications, the originator of the shop drawings or
data shall certify compliance with the Contract Documents except for deviations specifically
identified as a variation and noted clearly on the submittal.
If the Contractor fails to comply with the requirements of Article 50 (c-1), the Engineer
will not review the submittal and it will be returned stamped "NOT ACCEPTED FOR REVIEW."
Submittals not required by the Contract Documents will not be reviewed and will be
returned stamped "NOT APPLICABLE."
Such submittals, properly checked before submission, shall be delivered to the Board in
a timely manner to allow review by the Board prior to ordering or fabrication. These submittals
are to be requested within the time stated in Subsection c-2 and will be reviewed by the Board
within fourteen (14) calendar days, not including Board holidays, after receipt. After Board’s
review the Contractor shall pick up submittals from the Board. Submittal and checking time is
included in total time for completion of work.
Submittals/shop drawings reviewed by the Engineer shall be returned stamped with one
of the following:
1.
CONFORMS WITH CONCEPT
The Engineer's review found no objectionable deviations and it conforms with the
design concept.
2.
CONFORMS WITH CONCEPT AS NOTED
The Engineer's review found no major deviations from the contract requirements.
Minor discrepancies or deficiencies were noted onto the drawing or submittal.
Corrected copies are not required for re-submittal, however the item is to be
furnished in accordance with the Engineer's notes. If the contractor, supplier, or
Req. No. 046129
Special Conditions
Article 50 - Sheet 3
manufacturer takes exception to any of the Engineer's comments, then corrected
or supplemental data is to be re-submitted.
3.
REVISE AND RESUBMIT
The Engineer found major discrepancies or deficiencies such that the
submittal/shop drawing must be corrected to comply with the Contract
Documents and re-submitted.
4.
NOT ACCEPTED
It is the Engineer's opinion that the item submitted does not meet the Contract
Document requirements. The correct data must be re-submitted.
The Engineer's review is to determine if the shop drawing, catalog brochure, letter, etc.,
conforms to the design concept and the requirements of the Contract Documents. Design
concept relates to the final, in-place installation of material and equipment as part of a
functioning whole project as required by the Contract Documents.
Time lost because of submission by Contractor of incorrect or incomplete submittals will
not be cause for extension of specified contract period.
The Contractor shall follow up requests for approval, if not acknowledged within the time
designated above, to avoid loss of submittals in mail or in handling.
The Contractor shall furnish at least six (6) complete sets of check prints plus the
number of additional copies over two (2) required for return to Contractor; four (4) of these
copies will be retained for use by the Board and the others returned. The Contractor shall
furnish, for Board use, four (4) sets of prints of all final drawings, plus one or more sets of
prints for return to Contractor after approval.
The Contractor, at his option, may elect to submit one (1) reproducible drawing and two
(2) check prints, in which case, one (1) marked-up reproducible will be returned to the
Contractor for his duplication.
Where manufacturer's drawings or catalogue cuts are required, the quantities required
shall be the same as above. Two (2) of these MUST BE PRINTED ORIGINALS which will be
kept by the Board for its records. Those submittals which do not contain two (2) originals will
not be accepted.
All catalogue cuts, brochures or other literature submitted shall be manufacturer's latest
issue in current use.
All information on all submittals must be clearly legible. Those submittals which are not
clearly legible will not be accepted. Any variations from the Contract Documents made by the
supplier, manufacturer or Contractor shall be clearly identified.
As far as practical, drawings shall be submitted in installments as to avoid any
Req. No. 046129
Special Conditions
Article 50 - Sheet 4
unnecessary concentration of checking by Board.
When submission of manufacturer's catalogue cuts or brochures is required to
described items of equipment to be furnished by Contractor, each brochure shall include
manufacturer's name, catalogue number and dimensions, and shall indicate all modifications to
standard equipment. Each piece of literature shall be clearly marked to indicate the specific
type or catalogue number of the item to be supplied, and the location and application for which
it is intended, for example: "limit switch No. 000XYZ, upper travel limit for overhead rolling
door, Bay No. 42." All such submittals shall bear the title of the project, in the case of shop
and erection drawings, each shall additionally bear an appropriate drawing number.
If the submittal data is bound in a folder, the outside of the folder shall be clearly marked
with the name of the job, otherwise each individual sheet must carry this identification.
Each submittal package presented for review must be accompanied by an itemized list
of all items submitted.
All manufacturers' literature as well as Contractor's shop and erection drawings, as
above specified, which are submitted without proper marking and identification, will not be
reviewed by the Board, but will be returned for proper marking as required.
Whenever Contractor's drawings and/or catalogue cuts are returned to him marked
other than "Conforms with Concept" or "Conforms with Concept As Noted," he shall correct
these documents and resubmit for final review and distribution. No product shall be purchased
or work fabricated until final corrected submittals, shop drawings and/or catalogue cuts are
reviewed by Board and returned to Contractor marked "Conforms with Concept" or "Conforms
with Concept as Noted."
Within ten (10) days after substantial completion of the work, the Contractor shall
furnish the Board, at contractor's expense, one complete set of vellum reproducibles of all
final shop and erection drawings. Vellum shall be of quality acceptable to Board. No part of
the retainage due Contractor will be paid until all such vellum reproducibles have been
furnished, and accepted by the Board.
SUBMITTAL SCHEDULE
At the time the construction schedule is submitted, a schedule shall be submitted of
the items of materials and equipment for which submittals are required by the specifications.
For each required submittal, the date shall be given for intended submission of the submittal
to Engineer for review and the date required for its return to avoid delay in any activity
beyond the scheduled start date. Sufficient time shall be allowed for initial review, correction
and resubmission, and final review of all submittals. In no case will a schedule be acceptable
which allows less than fourteen (14) calendar days, not including Board holidays, for each
review by Engineer.
MAINTENANCE AND OPERATION MANUALS AND AS-BUILT DRAWINGS
Within ten (10) days after substantial completion, the Contractor shall submit two
Req. No. 046129
Special Conditions
Article 50 - Sheet 5
copies of all maintenance and/or operation manuals, installation drawings, instructions,
calibration manuals and assembly instructions received or used for this contract.
The Contractor shall be responsible for keeping accurate records and up to date “asbuilt” drawings of any additions or modifications to the original Contract Drawings. These “asbuilt” drawings shall be available for viewing on the site at all times and shall be reviewed by
the Engineer at the monthly progress meetings.
In addition the Contractor shall submit one (1) set of “as built” drawings marked in red
showing all significant deviation from the drawings, including changes in material, location,
size, quantity, etc. Dimensions shall be given for underground runs and hidden installations.
All “as-built” drawings shall be approved by the Engineer. Final payment shall not be issued
until all “as-built” drawings are completely submitted and approved by the Port.
(c-2) Requests for Alterations or Substitutions
Should the Contractor desire to make alterations or substitutions during the contract
period of any nature whatsoever, he shall formally request approval of the same, in writing,
from the Board. Such approval of a change or substitution will only be valid when issued to
the Contractor, in writing, over the signature of the Manager of Construction Services.
The Contract, if awarded, will be on the basis of materials and equipment described in
the Drawings or specified in the Specifications without consideration of possible substitute or
“or approved equal” items. Whenever it is indicated in the Drawings or specified in the
Specifications that a substitute or “or approved equal” item of material or equipment may be
furnished or used by the Contractor if acceptable to Engineer, application for such
acceptance shall be submitted for prior approval no later than seven working days before the
date of the bid opening, set out in accordance with the procedure set out in Article 11 of the
General Conditions.
(d) Furnished by the Board
Either with its own forces or otherwise, the Board will provide the following items for
this project:
1.
Engineering services to the extent stated in Art. 37 and testing laboratory
services as stated in paragraph (e-1).
2.
Board's facilities to the extent stated in Art. 50 (g).
3.
Space, if available, near the project area for storage of Contractor's tools and
equipment but without responsibility of part of the Board for security thereof.
The Contractor shall pay for damage caused by his forces to structures, materials
delivered to him, or to trucks or equipment, which are property of the Board or others, or
which might be used in providing the above mentioned work, services or materials.
Well in advance of time needed, the Contractor shall make requests to the Engineer or
responsible representative for delivery of materials or services to be furnished as above.
Special Conditions
Article 50 - Sheet 6
Req. No. 046129
(e) Furnished by the Contractor
The items of labor, materials, or other details specifically mentioned in these
specifications or the accompanying plans, or attached contract form, as being supplied by the
Board, are the only items which the Board will furnish; and everything else required for a
complete job under this contract shall be furnished by the Contractor at his expense.
Contractor will be required to meter and pay for water on Board property after making
proper arrangements with the Board’s Maintenance Department. (See Section 1500) This
varies specification to specification so refer to 1500 only.
(e-1) Materials Tests
The Board reserves the right to conduct tests of all materials for compliance with the
specifications. These tests will be performed at the direction and under the general
supervision of the Engineer. Whenever practicable, sampling of materials will be done at the
project. If such tests show the materials do not meet specifications, the cost of the tests shall
be at the Contractor’s expense and will be deducted from amounts due the Contractor. The
Board will assume the costs of tests ordered by the Engineer on materials found to meet the
specified requirements.
All welds shall be subject to spot nondestructive testing by any method(s) which, in the
judgement of the Board, may be required to establish the soundness of any and all welds in
conjunction with this Article (e-1), and in accordance with the American Welding Society
STRUCTURAL WELDING CODE AWS D1.1, Section 6, Inspection, and “STRUCTURAL
WELDING CODE - REINFORCING STEEL” AWS D12.1.
The Contractor is obligated without extra cost to Board, to render all reasonable
assistance needed at his plant or shop or at job site in connection with sampling and testing
materials or products.
(f) Construction Program
Contractor shall proceed with the work at project site under this contract within ten
(10) calendar days after date set forth in Notice to Proceed and all work shall be completed
within the time stipulated in the Bid Form and subject to assessment of ascertained and
liquidated damaged as set forth in BID FORM of these contract documents.
Immediately after written date of notice to begin work under this contract, the
Contractor shall line up his forces and equipment, do other preparatory work, and maintain
the following work schedule:
1.
Begin work within ten (10) calendar days after date set forth in Notice to
Proceed and complete all work within the number of consecutive calendar days
stipulated under BID OF CONTRACTOR, and subject to the ascertained and
liquidated damages set forth therein.
If requested by the Engineer, the Contractor shall, within 15 consecutive calendar
Special Conditions
Article 50 - Sheet 7
Req. No. 046129
days after notice to begin work under this contract, or at such later date as may be
determined by the Board, prepare and submit to the Board for approval, a construction
schedule, showing the order in which the Contractor proposes to accomplish the work, the
date on which he plans to start each of the various phases of construction (including
procurement of materials and equipment) and the contemplated date on which he proposed
to complete each such operation. The schedule shall be in the form of a progress chart
suitable to indicate the percentage of work scheduled for completion at any time and the
anticipated monthly progress payments. The Contractor shall further submit regular progress
reports to the Board. A progress report shall be submitted for each calendar month or other
suitable period as may be determined in advance by the Board. The actual progress attained
during the period shall be entered on a copy of the progress chart and delivered to the Board
within five (5) working days following the end of the period covered. All charts shall be
submitted in triplicate. Progress shall be indicated as a percentage completed for each
phase of construction scheduled, plus an overall percentage completed for the entire project.
Charts shall be compiled in the form of "bar graphs" and "S" curves on appropriate sheets of
such length and width as may be required to plot the graphs to a scale approved by the
Board. Immediately following award of contract the Board will furnish a sample copy of each
required type of chart to the Contractor. Should the construction program be delayed, the
Board may require a revised schedule, and same shall be provided within fifteen (15)
consecutive calendar days after date of Board's request, by Contractor and at Contractor's
expense. Should the Contractor fail to submit a construction schedule within the time herein
prescribed the Board shall have the right to order all work on the project to cease until such
time as an acceptable schedule is furnished, and without any extension of the contract period
for time so lost. Failure to submit a progress report within the time herein prescribed will be
cause for the Board to withhold approval of progress payment until such time as Contractor
submits the required progress report. Consistent with the schedule, the Contractor shall
inform the Board in advance, sufficiently in time to permit the Board to make proper
arrangements, whenever services furnished by the Board, or inspections of materials are
needed by the Contractor.
PROGRESS MEETINGS
If requested by the Engineer Contractor shall schedule and hold regular progress
meetings at least monthly and at other times as requested by Engineer or required by
progress of the Work at the project site. Contractor, Board Quality Control Engineer, Project
Engineer, Field Project Representative, Contractor's Project Manager and Superintendent
and all Subcontractors active on the site shall be represented at each meeting or required by
the Engineer. Contractor may at his discretion request attendance by representatives of his
suppliers, manufacturers, and other Subcontractors. Contractor shall be fined $250 if his
Project Manager or Superintendent of record fail to attend the schedule progress meeting.
Fines shall be deducted from the progress payments.
Contractor shall preside at the meetings and provide for keeping and distribution of the
minutes. The purpose of the meetings will be to review the progress of the work, maintain
coordination of efforts, discuss changes in scheduling, submittal data, anticipated work, pay
requests, etc. and resolve other problems which may develop.
Time will not be extended because of inclement weather ordinarily liable to occur
during the contract period, or regularly established holidays, whether set by law or labor
Special Conditions
Article 50 - Sheet 8
Req. No. 046129
rules. Forces employed and rate of progress must be sufficient for the work as scheduled,
and to compensate
for usual non-working hours. If work lags, sufficiently increased forces and hours shall be
used to maintain the schedule.
Time will not be extended due to high river stages ordinarily liable to occur during the
Contract Time.
Throughout the progress of the job, Contractor shall provide sufficient materials, labor,
tools and equipment needed to carry on the various types of work required in proper
sequence and in an orderly and efficient manner to complete all items of work as promptly
and satisfactorily as possible.
The Board has established the following time to be lost "because of inclement weather
ordinarily liable to occur during the contract period":
January
February
March
April
May
June
July
August
September
October
November
December
TOTAL
4 work days
4 work days
4 work days
2 work days
2 work days
2 work days
2 work days
2 work days
0 work days
0 work days
2 work days
2 work days
26 work days
From commencement of construction through final acceptance of the project, the
Contractor shall provide a competent, qualified, experienced superintendent at the job site
during all working hours.
Time extensions will be granted when inclement weather, as defined herein, prevents
the Contractor from performing work (critical to the construction schedule at the time the
adverse condition occurs) for more than the number of work days stipulated above.
The Contractor shall coordinate time and location of deliveries of material and
equipment to the project site with the Engineer. The Contractor shall have his own
representative receive all deliveries. The Contractor shall be fully responsible for all items
delivered to the project site and shall provide, at his expense, all necessary protection and
security for same.
(g) Construction Site
The site of the work is located in the vicinity of the East Bank of the Mississippi River
in New Orleans, Louisiana, as shown on the "Vicinity Map" on the Board's drawing.
Req. No. 046129
Special Conditions
Article 50 - Sheet 9
Bidders are required to visit the site, and to investigate operations of the Board and
others at the site, or in the vicinity, and conditions existing and liable to exist during the time
of the work, and their possible effect on receipt and storage of materials, difficulties in
performing the work and rate of progress. Operations of the Board or others shall not be
interfered with or interrupted, except as herein stipulated or as may be necessary and only by
previous arrangement with the Engineer.
In his use of the construction site described above, the Contractor will be responsible
for the safety of his own equipment with reference to all hazards. All personnel who enter
Port terminals in areas with cargo or construction activity, may be denied access if a hard hat
and a safety vest is not worn.
The Contractor shall confine his Construction operation and shall use due care in
placing construction tools, equipment, pipe materials and supplies, so as to cause no
damage to property and interference with Port traffic. Materials may be stored only within
areas designated by Engineer. If material are stored elsewhere, it shall be at the
Contractor's risk, and if interfering with a tenant's operation, shall be relocated promptly
without any cost to the Board. Continuous coordination between Contractor and Board's
tenants shall be maintained and both shall cooperate fully in maintaining operations of both
Contractor and tenants concurrently with as little interference and inconvenience as possible.
Contractor shall make his own arrangements for receiving his materials and shall
assume full responsibility for security of all items stored at the work site, including equipment
and tools. Contractor shall devise his own methods for access.
Refer to SECTION
__________
Contractor shall occupy an area only so long as is necessary, and shall remove all
equipment, temporary construction, scrap material, litter and debris immediately when his
use of that area is no longer needed.
The Contractor is also expected to observe and to be cognizant of the existing
conditions of river and soil, and how these conditions (river and soil) can change during the
time of the work due to a seasonal change, and/or inclement weather, and how these
operations and conditions could effect the receipt and storage of materials, problems of
performing the work in this contract and its rate of progress.
The Contractor shall observe all rules and regulations of the local levee authorities
and of the Federal Government in regard to performing work at his location, particularly those
of the Orleans Levee District, U.S. Coast Guard and U.S. Corps of Engineers. The
Contractor shall also observe all rules and regulations applicable to railroad, highway and
navigation operations, and he shall keep the railroad tracks, roads and river channel clear of
all obstructions. Temporary permits required, if any, for execution of the work will be the
responsibility of the Contractor. Permits for construction of the project will be obtained by the
Board from the Orleans Levee District and U.S. Corps of Engineers.
The Contractor shall be responsible for receipt of his materials and protection thereof
from theft or damage, as well as for his equipment, tools and other items.
Req. No. 046129
Special Conditions
Article 50 – Sheet 10
The physical extension of all utilities, including electric power facilities and piping from
present service locations to points of temporary consumption during construction, the
removal of any and all additions or extensions so made, and restoration to its previous
condition of any and all services into which a tie-in was made, shall be made by Contractor at
his expense. Contractor shall make his own arrangements for such services. He shall be
fully responsible for any and all bills incurred for utilities.
Damage done to structures or equipment of the Board or others shall be repaired by
the Contractor at his cost, to the satisfaction of the Engineer.
Smoking and operations creating a fire or explosion hazard are prohibited, except in
areas where specifically allowed, and only if adequate precautions, approved in advance by
the Engineer, are taken.
Welding and burning on the project site will be permitted only under controlled
conditions approved in advance by the Engineer. When required, non-combustible shields
and manned fire hoses with water instantly available shall be provided. Contractor shall
obtain a welding and burning permit from the U.S. Coast Guard and Harbor Police.
(h) Work on or Adjacent to Railroad
The Contractor shall perform all work on and adjacent to the railroad in accordance
with the requirements shown on the Contract Document. During the progress of such work,
the Contractor shall maintain liaison with the Railroad Company's officers and
representatives as may be designated by the Railroad Company. In the event the Contractor
requires a crossing of the Railroad Company's right-of-way and tracks at other than a public
crossing and outside the limits of work of this contract with its machinery or equipment
incident to the contract, the Contractor shall first enter into an agreement satisfactory to the
Railroad Company setting forth the terms and conditions with respect to the establishment,
use, and removal of such crossing.
The Contractor shall, prior to progress inspections, clear the railroad tracks of any
materials, earth, mud, rocks and other debris.
The Contractor shall keep all equipment, tools and materials stored at least ten (10)
feet from the center line of any usable track.
Any cost for damage to NOPB or ICRR track and/or delays in service caused by the
Contractor shall be borne by the Contractor. Any silting of track adjacent to Contractor's
work areas which is caused by sand or other material blowing or draining into rails shall be
hosed and/or swept clean by the Contractor before the end of the day at no cost to the Board
or the railroad. Any cost for damage to trackage and/or delays in service caused by the
Contractor shall be borne by the Contractor.
(i) Prevention of Environmental Pollution
Direct or indirect discharge of contaminants* into the Mississippi River, the Inner
Harbor-Navigation Canal or the Mississippi River-Gulf Outlet is strictly prohibited by law.
Req. No. 046129
Special Conditions
Article 50 – Sheet 11
Board's Contractor(s) and, if any, respective Sub-Contractor(s) (all hereinafter referred to
collectively as "Contractor") shall be held responsible for any and all such discharges or
pollution of the foregoing mentioned navigable waters resulting from contract work performed
under this contract. Should a contaminant be discharged to any or all of the foregoing
navigable waters, thereby bypassing proper and legal disposal procedures, then immediate
remedial action is required on the part of the responsible Contractor, at his cost, risk and
expense, to recover and properly and legally dispose of any and all such material(s)
constituting the condition of pollution. Contractor must promptly inform Board concerning all
such discharge or release of contaminants.
*The word "contaminants," as used in this Article 50, refers particularly to such petroleum
products commonly identified as oil and grease, but is not limited to petroleum products. The
word includes hazardous wastes and toxic substances. The Federal Water Pollution Act,
appearing in "United States Code Annotated" (USCA) Title 33 provides information
concerning the regulation of discharges of oil and hazardous substances. Discharges of
other "contaminants" are defined by applicable Government regulation(s). For example, the
Clean Water Act of 1977 includes the discharge of toxic substances under Section 307a and
the discharge of conventional pollutants under Sections 301 and 402.
(j) Salvage of Materials
All debris and grubbed materials including vegetation shall become the property of the
Contractor.
Removed concrete, reinforcing and similar materials shall be disposed of by the
Contractor at an off-site location at his expense, beyond Board’s property.
(k) Vehicular Restrictions
All trucks shall be within legal allowable weight limits according to Local, Parish, or
State requirements for truck loads, whichever are more stringent.
Truck routes, within the project areas and through all Board-owned and residential
City streets to be utilized by the Contractor during the construction of the contracted work,
shall be defined and three (3) copies furnished, if so requested, to the Engineer for review
and approval prior to commencing work.
All transportation equipment shall be State inspected, mechanically safe, and
equipped with backup/reverse audio alarm movement devices as required by OSHA
(Occupational Safety and Health Administration).
Any cranes the Contractor proposes to place on any Board wharf to facilitate the work
shall be defined and reviewed by the Engineer prior to placing.
(n) Maintenance of Traffic
The Contractor will be required to provide for and maintain terminal traffic during the
Req. No. 046129
Special Conditions
Article 50 – Sheet 12
construction of this project. It will be the responsibility of the Contractor to conduct his
operations in such a manner as not to block any roads during construction. It is further the
responsibility of the Contractor to provide tenants and their customers with reasonable
access to their properties at all times during construction and to provide access for
emergencies and necessary service vehicles, such as fire fighting equipment and sanitary
refuse collection trucks.
The Contractor will be required to provide and maintain all necessary flagmen, police,
barricades, warning and detour signs in order to properly facilitate the movement of all traffic
at all times when work is in progress that obstructs or is hazardous to traffic safety or
impedes traffic flow.
(o) Underground Installations
Existing underground installations are indicated on the Contract Drawings only to the
extent such information was made available to or discovered by Engineer in preparing the
drawings. There is no guarantee as to the accuracy or completeness of such information,
and all responsibility for the accuracy and completeness thereof is expressly disclaimed.
Generally, service connections are not indicated on the Contract Drawings.
Contractor shall be responsible for discovery of existing underground installations, in
advance of excavating or trenching, by contacting all local utilities, and by prospecting.
(p) Unfavorable Construction Conditions
Contractor shall confine his operations to work which will not be affected adversely by
unfavorable weather, wet ground, or other unsuitable construction conditions. No portion of
the Work shall proceed under conditions which would affect adversely the quality or
efficiency of the Work, unless suitable special precautions or countermeasures are taken by
Contractor.
(q) Materials and Workmanship
Contractor shall be fully responsible for furnishing all of his Subcontractors and
Suppliers with Contract Drawings and Specifications and Addenda.
All permanent and temporary materials, parts and equipment furnished by the
Contractor shall be new high grade, and free from defects and imperfections unless
otherwise hereinafter specified. Workmanship shall be in accordance with the best standard
practices. Both materials and workmanship shall be subject to the approval of the Engineer.
All materials and workmanship not conforming to the requirements of these
specifications shall be considered as defective and will be rejected. Defective material
whether in place or not, shall be removed immediately from the site of the work by the
Contractor at his expense when so directed by the Engineer. No rejected material, the
defects of which have been subsequently corrected, shall be used until approval in writing
has been given by the Engineer.
Req. No. 046129
Special Conditions
Article 50 – Sheet 13
In the event any defect in material or workmanship is of a minor nature and the
Engineer determines that it is not of such consequence as to result in a dangerous or
undesirable condition, or that the removal of such work would create a dangerous or
undesirable condition, the Engineer shall have the right to retain such work and make such
deductions in the payment therefore as they determine reasonable and in the public interest.
Such determination by the Engineer is final.
(r) Cutting and Patching
The Contractor shall perform all cutting and patching required for the Work, and as
may be necessary in connection with uncovering Work for inspection or for the correction of
defective Work.
Contractor shall perform all cutting and patching required for the installation of
improperly timed Work, to remove samples of installed materials for testing, and to provide
for alteration of existing facilities or the installation of new Work in existing construction.
Except when the cutting or removal of existing construction is specified or indicated,
Contractor shall not undertake any cutting or demolition which may affect the structural
stability of the Work or existing facilities without Engineer’s concurrence.
Contractor shall provide all shoring, bracing, supports, and protective devices
necessary to safeguard all Work and existing facilities during cutting and patching operations.
Materials shall be cut and removed to the extent indicated on the drawings or as
required to complete the Work. Materials shall be removed in a careful manner with no
damage to adjacent facilities or materials. Materials which are not salvable shall be removed
from the site by Contractor.
All Work and existing facilities affected by cutting operations shall be restored with
new materials, or with salvaged materials acceptable to Engineer, to obtain a finished
installation with the strength, appearance, and functional capacity required. If necessary,
entire surfaces shall be patched and refinished.
Do not cut and patch operational elements and safety-related components in a
manner resulting in a reduction of capacities to perform in the manner intended or resulting in
decreased operational life, increased maintenance or decreased safety.
Prior approval of cutting and patching is required, submit proposal well in advance of
time work will be performed, and request approval to proceed. Include description of why
cutting and patching cannot reasonably be avoided, how it will be performed, how structural
elements (if any) will be reinforced, products to be used, firms and tradesman to perform the
work, approximate dates of the work and anticipated results in terms of variations from the
Work as originally completed (structural, operational, visual and other qualities of
significance). Where applicable, include suggested alternatives to the cutting and patching
procedure proposed, and a description of the circumstances which lead to the need for
cutting and patching.
Req. No. 046129
Special Conditions
Article 50 – Sheet 14
ARTICLE 51 - VALUE ENGINEERING
(a) General
The Contractor is encouraged to develop, prepare, and submit "Value Engineering
Change Proposals (VECP's)" voluntarily. The Contractor shall share in any instant contract
savings realized from accepted VECP's, in accordance with paragraph (f) below.
(b) Definitions
"Collateral costs," as used in this clause, means Board costs of operation,
maintenance, logistic support, or Board-furnished property.
"Collateral savings," as used in this clause, means those measurable net reductions
resulting from a VECP in the Board's overall projected collateral costs, exclusive of
acquisition savings, whether or not the acquisition cost changes.
"Contractor's development and implementation costs," as used in this clause, means
those costs the Contractor incurs on a VECP specifically in developing, testing, preparing,
and submitting the VECP, as well as those costs the Contractor incurs to make the
contractual changes required by Board acceptance of a VECP.
"Board costs," as used in this clause, means those Board costs that result directly from
developing and implementing the VECP, such as any net increases in the cost of testing,
operations, maintenance, and logistic support. The term does not include the normal
administrative costs of processing the VECP.
"Instant contract savings," as used in this clause, means the estimated reduction in
Contractor cost of performance resulting from acceptance of the VECP, minus allowable
Contractor's development and implementation costs, including subcontractors' development
and implementation costs (see paragraph (h) below).
"Value engineering change proposal (VECP)" means a proposal that-(1)
Requires a change to the contract to implement; and
(2)
Results in reducing the contract price or estimated cost without impairing
essential functions or characteristics; provided, that it does not involve a
structural integral change--
(i)
In deliverable end item quantities only; or
(ii)
To the contract type only.
(c) VECP Preparation
As a minimum, the Contractor shall include in each VECP the information described in
subparagraphs (1) through (7) below. If the proposed change is affected by contractually
Special Conditions
Article
51 - Sheet 1
Req. No. 041629
required configuration management or similar procedures, the instructions in those
procedures relating to format, identification, and priority assignment shall govern VECP
preparation. The VECP shall include the following:
(1)
A description of the difference between the existing contract requirement and
that proposed, the comparative advantages and disadvantages of each, a
justification when an item's function or characteristics are being altered, and the
effect of the change on the end item's performance.
(2)
A list and analysis of the contract requirements that must be changed if the
VECP is accepted, including any suggested specification revisions.
(3)
A separate, detailed cost estimate for (i) the affected portions of the existing
contract requirement and (ii) the VECP. The cost reduction associated with the
VECP shall take into account the Contractor's allowable development and
implementation costs, including any amount attributable to subcontracts under
paragraph (h) below.
(4)
A description and estimate of costs the Board may incur in implementing the
VECP, such as test and evaluation and operating and support costs.
(5)
A prediction of any effects the proposed change would have on collateral costs
to the Board.
(6)
A statement of the time by which a contract modification accepting the VECP
must be issued in order to achieve the maximum cost reduction, noting any
effect on the contract completion time or delivery schedule.
(7)
Identification of any previous submissions of the VECP, including the dates
submitted, the owner's names and contract numbers involved, and previous
actions, if known.
(d) Submission
The Contractor shall submit VECP's to the Engineer.
(e) Board Action
(1)
(2)
The Engineer shall notify the Contractor of the status of the VECP within fortyfive (45) calendar days after the Board receives it. If additional time is required,
the Engineer shall notify the Contractor within the forty-five (45) day period and
provide the reason for the delay and the expected date of the decision. The
Engineer will process VECP's as expeditiously as practical; however, he shall
not be liable for any delay in acting upon a VECP.
If the VECP is not accepted, the Engineer shall notify the Contractor in writing,
explaining the reasons for rejection. The Contractor may withdraw any VECP,
in whole or in part, at any time before it is accepted by the Board. The Engineer
may require that the Contractor provide written notification before undertaking
Special Conditions
Article
51 - Sheet 2
Req. No. 041629
significant expenditures for VECP effort.
(3)
Any VECP may be accepted, in whole or in part, by the Engineer's award of a
modification to this contract citing this clause. The Engineer may accept the
VECP, even though an agreement on price reduction has not been reached, by
issuing the Contractor an executed change order. Until a change order is
issued or a contract modification applies a VECP to this contract, the Contractor
shall perform in accordance with the existing contract. The Engineer's decision
to accept or reject all or part of any VECP shall be final.
(f) Sharing
(1)
Rates. The Contractor's share of savings is determined by subtracting Board
costs from instant contract savings and multiplying the result by fifty-five percent
(55%).
(2)
Payment. Payment of any share due the Contractor for use of a VECP on this
contract shall be authorized by a modification to the contract to--
(i)
Accept the VECP;
(ii)
Reduce the contract price or estimated cost by the amount of instant contract
savings; and
(iii)
Provide the Contractor's share of savings by adding the amount calculated
under subparagraph (1) above to the contract price.
(g) Subcontracts
The Contractor shall include an appropriate value engineering clause in any
subcontract of $50,000 or more and may include one in subcontracts of lesser value. In
computing any adjustment in this contract's price under paragraph (f) above, the Contractor's
allowable development and implementation costs shall include any subcontractor's allowable
development and implementation costs clearly resulting from a VECP accepted by the Board
under this contract, but shall exclude any value engineering incentive payments to a
subcontractor. The Contractor may choose any arrangement for subcontractor value
engineering incentive payments; provided, that these payments shall not reduce the Board's
share of the savings resulting from the VECP.
(h) Data
The Contractor may restrict the Board's right to use any part of a VECP or the
supporting data by marking the following legend on the affected parts:
"These data, furnished under the Value Engineering-Article 51 of Requisition REQF
000179, shall not be disclosed outside the Board or duplicated, used, or disclosed, in whole
or in part, for any purpose other than to evaluate a value engineering change proposal
submitted under the clause. This restriction does not limit the Board's right to use information
contained in these data if it has been obtained or is otherwise available from the Contractor
Special Conditions
Article
51 - Sheet 3
Req. No. 041629
or from another source without limitations."
If a VECP is accepted, the Contractor hereby grants the Board unlimited rights in the
VECP and supporting data, except that, with respect to data qualifying and submitted as
limited rights technical data, the Board shall have the rights specified in the contract
modification implementing the VECP and shall appropriately mark the data. (The terms
"unlimited rights" and "limited rights" are defined in Part 27 of the Federal Acquisition
Regulation).
Req. No. 041629
Special Conditions
Article 51 - Sheet 4
INDEX
SECTION 1000 - GENERAL REQUIREMENTS
__________________________________________________________________________
PARA.
PAGE
NO.
PARAGRAPH TITLE
NO.
__________________________________________________________________________
1. PRE-BID INSPECTION
1000-1
2. CLEAN UP
1000-1
3. CONSTRUCTION PHOTOGRAPHS
1000-1
4. EMPLOYEE IDENTIFICATION CARDS
1000-2
5. SAFETY ATTIRE
1000-2
6. MEASUREMENT AND PAYMENT
1000-2
Req. REQ 046129
1000-a
SECTION 1000 - GENERAL REQUIREMENTS
1. PRE-BID INSPECTION
The Contractor is obligated to visit the site and study existing conditions. The Board
assumes no responsibility for discrepancies or differences between existing conditions and
conditions indicated on drawings or combination of original construction plans (available for
review at the Board's office) and recent surveys conducted by the Board. Every reasonable
effort has been made by the Board to indicate and describe existing conditions at the project
site with an acceptable degree of accuracy, but the Contractor is held responsible for
performing his work under existing conditions as he finds them at time of performing work,
and payment for extra work will not be allowed because of reasonable discrepancies or
differences, which are encountered at time the work is performed.
2. CLEAN UP
All debris and material removed shall become the property of the Contractor and shall be
removed from the job site by him and legally disposed of beyond Board’s property.
3. CONSTRUCTION PHOTOGRAPHS
Contractor shall be responsible for the production of monthly construction progress
photographs as provided herein. Engineer reserves the right to designate the subject of each
photograph.
A minimum of five (5) views shall be taken prior to commencement of work and thereafter biweekly throughout the construction period and shall be submitted prior to the release of
monthly progress payments.
Pre- construction photos shall be bound separately and submitted to Engineer within ten (10)
days from date of work commencement. Photographs shall be taken, bound separately and
submitted to Engineer before release of progress payment.
Contractor shall use a digital camera only.
All photographs shall be color photographs of commercial quality. The Engineer reserves the
right to reject photographs due to unacceptable quality. One (1)- 8" x 10" photograph of each
view shall be submitted enclosed in clear plastic binders, and marked with the Board's name
and requisition number of the contract, name of Contractor, description and location of view,
and date photographed along with a CD containing said photos.
Contractor shall provide a CD disk(s) at end of project containing all photos taken along with
a directory with a description of each view and date each photo was taken.
Failure to submit the monthly progress photographs will be cause for the Board to withhold
approval of progress payment until such time that the Contractor submits the required
photographs.
Req. REQ 046129
1000-1
4. EMPLOYEE IDENTIFICATION CARDS
As a result of heightened Port security measures, all contractors, consultants, testing
laboratory representatives, survey representatives and any other service providers seeking
access to Port property must first submit on their company’s letterhead a list of all employees
authorized to be on Port property. This list shall include the respective project/location for
which the employee is assigned to perform work, prior to beginning work. Workers must have
an employer issued, pictured ID card and current valid photo credentials to validate
identification. In the event any immigrant workers are on site, they must carry dual
identification/immigration status credentials. Please provide copies of these employee lists
via FAX to Construction Services at 504-528-3278 ; and Harbor Police, Sergeant Dedra
Trevigne at 504-528-3384. These lists must be updated and forwarded immediately to both
offices prior to any new workers mobilizing to the job site.
5. SAFETY ATTIRE
All personnel who enter Port terminals in areas may be denied access if a hard hat and a
safety vest is not worn.
6. MEASUREMENT AND PAYMENT
No separate measurement for payment will be made for work performed and for materials
furnished under this section of the specifications for clean-up or construction photographs.
No pay item will be available for clean up or construction photos.
Req. REQ 046129
1000-2
INDEX
SECTION 1500 - TEMPORARY FACILITIES, UTILITIES AND OPERATIONS
___________________________________________________________________________
PARA.
PAGE
NO.
PARAGRAPH TITLE
NO.
___________________________________________________________________________
1.
APPLICABLE STANDARDS
1500-1
2.
REGULATORY AGENCIES
1500-1
3.
TEMPORARY FACILITIES
1500-1
4.
TRUCKING
1500-3
5.
CLEAN-UP
1500-4
6.
MEASUREMENT AND PAYMENT
1500-4
Req. REQ 046129
1500-a
SECTION 1500 - TEMPORARY FACILITIES, UTILITIES AND OPERATIONS
1. APPLICABLE STANDARDS
Comply with the requirements of the Manual of Accident Prevention in Construction by
Association of General Contractors and/or the current U. S. Occupational Safety and Health
Act, whichever is the more stringent.
2. REGULATORY AGENCIES
Comply with Federal, State and local codes and regulations and with utility company
requirements. Comply with National Electric Code. Comply where applicable to the latest
editions of the Manual on Uniform Traffic Control Devices (MUTCD) and the Louisiana
Standard Specifications for Roads and Bridges (LDOTD "Blue Book").
3. TEMPORARY FACILITIES
3.01 Safety Signs and Lighting
Install signs and warning lights as necessary for safety and as necessary to meet
insurance, MUTCD, LDOTD and OSHA requirements. Colors shall meet test specified
in Section 3 - Color Definitions, ANSI Z 53.1 1988 "Safety Color Code for Working
Physical Hazards".
3.02 Fencing, Barricading and Safety Equipment
Furnish, install and maintain until construction is completed and accepted, fences,
barricades and other necessary construction required to prevent injury to persons on
or about Project Site, including damage to property, and intrusion of unauthorized
persons. Barricades and temporary signing shall conform to the latest editions of the
Manual on Uniform Traffic Control Devices and LDOTD "Blue Book, Sec. 713."
3.03 Safety Equipment
Provide personal safety equipment for authorized visitors. Provide and maintain
warning lights burning from dusk to dawn at barricades.
3.04 Temporary Toilets
Toilet accommodations for use by all workmen shall be furnished and maintained by
the Contractor. Keep these facilities clean and sanitary at all times. Provide sewer
and water connections, or use approved chemical toilets. Provide toilet tissue holders
and tissue. Installation shall be of a type approved by local Health Department
authorities. Remove toilets upon completion of work.
At his option, Contractor may furnish, for his exclusive use, a temporary trailer to be
utilized as a field office within an area approved by the Engineer.
Req. REQ 046129
1500-1
3.05 Construction Utilities
Arrange for and pay the cost of water, fuel, electrical energy and operating personnel
required for temporary water, light, and power during the entire period of construction.
Arrange and pay for electrical service as required to provide light and power during the
construction period, including any light deemed necessary at storage areas. Provide
adequate artificial light wherever sufficient natural light is lacking to properly execute
the work including under the wharf deck. Contractor shall be invoiced and shall pay
Entergy directly for all electricity charges.
The Board’s Facility Services must approve of electrical connections and will notify
Entergy to install and release the electrical service meter in the Contractor’s name.
METERED TEMPORARY WATER SERVICE CHARGES
There are two types of allowable temporary water service metered connections:
a)
Contractor Furnished Meter: For the Contractor’s trailers, (and Engineer’s trailer if
required to be furnished by the contractor in the contract documents), the contractor
shall furnish and install his own water meter(s), size 1 inch diameter, maximum. If
water service is not needed for a construction trailer, or if not required in the contract
documents, the contractor is not required to furnish a meter. The contractor shall not
connect his water meter to trailers unless Facility Services is present to record the
meter size, meter number, and record the initial reading.
b)
Board Remote Meter: For all other remote water meters on the work site, the
contractor shall use only the Board’s meter, furnished and connected/disconnected by
Facility Services, only. NO EXCEPTIONS.
Each meter will be read monthly by the Board with the water usage unit cost being
$4.00 per 1000 gallons. The rate is subject to change as the N.O. Sewerage & Water Board
adjusts its rates to the Board, or as in the best interest of the Board.
A monthly service fee of $35.00 will be charged for each trailer and remote water
meter used by the Board’s prime contractors. The connection fee for a Board remote meter
is $150.00 per meter. The disconnect fee for a Board remote meter is $150.00 per meter.
The charge for a damaged or lost Board remote meter will be $700 per meter. In the event a
meter is missing, the monthly usage charge to be assigned to the missing monthly reading
will be the largest of all previous monthly readings.
Prior to a Contractor’s request for water utility services, the Contractor must complete
and execute a “Water Utility Request” form and submit it directly to the Board’s Construction
Services. A copy of this form is available from Construction Services at 504-528-3288. The
Board’s Facility Services will not provide these forms, nor will they begin service until the form
has been completed and processed.
The Board will not provide a remote water meter or water utilities to subcontractors or
to any entity except the prime Contractor. All meters and water usage must be in the name
Req. REQ 046129
1500-2
of the prime Contractor. The exchange or sharing of water meters between Contractors is
prohibited, as is the sharing of water with Board tenants.
Should the Contractor disconnect the construction trailer (and Engineer’s trailer)
meter(s) prior to the Board taking a final reading, he shall be assessed an estimated usage
for the water used since the time of the last reading.
DAMAGE TO EXISTING WATER SUPPLY NETWORK
The Contractor is responsible for reporting all water supply system (piping, valves,
etc.) damage due to his activities to the Board’s Facility Services at 504-528-3500 between
the hours of 7:00am and 2:00pm, Monday thru Friday. During other hours, report damages
to the designated Field Project Representative as designated by the Engineer. This will
result in the quickest response time for the Board’s water crew to shut-off water service to the
damaged line.
Damage to the Board’s water supply network by the Contractor or his subcontractor’s
work force is a Contractor liability, provided the line is reasonably indicated on Board contract
drawings. The Contractor is required to make the repairs to the line and have the repairs
inspected by representatives of the Board’s Construction Services Department and the
Facility Services Department prior to requesting the water service restored. The Contractor
will be charged for Board labor and material expenses associated with the damaged line, as
well as the estimated water loss resulting from the damage, as given in the following table.
Water loss will be estimated from the size of the line and the duration of open flow as follows:
LINE SIZE
DIAMETER
COST PER MINUTE
FOR WATER LOSS*
4" and Smaller
$10.00
Between 4" and 12"
$30.00
12" and Greater
$60.00
* Based on the Board’s cost of water as of November 5, 2003.
If the line is not reasonably shown on the contract drawings, the Board will be
responsible for the Contractor’s costs associated with repairs and water loss, and will inspect
the line prior to returning the line to service.
All water usage charges will be invoiced monthly to the Contractor with back-up
documentation attached.
4. TRUCKING
Load all trucks bringing materials to site or removing debris from site in a manner to prevent
dropping materials, earth or debris on public and Port streets, roads and highways.
Maintain an installation at all points where and when trucks enter or leave site to remove
materials, mud or debris immediately from public and Port streets, roads and highways.
Req. REQ 046129
1500-3
Conform to all local regulations regarding load limits and City truck routes and comply with
truck traffic requirements as stated herein and shown on the Contract Drawings.
5. CLEAN-UP
Remove temporary work when the need for its use has passed. Clean space that was
occupied by temporary work. Contractor shall regularly remove debris, rubbish and excess
materials from site and legally dispose of beyond Board’s property so as not to cause a public
safety hazard of nuisance.
Repair damages caused by installation or use of temporary facilities.
6. MEASUREMENT AND PAYMENT
No separate measurement for payment will be made for work performed and for materials
furnished under this section of the specifications.
No pay item will be available for temporary facilities, field offices, utilities and operations.
Req. REQ 046129
1500-4
INDEX
SECTION 2000 - ENVIRONMENT PROTECTION
____________________________________________________________________________
PARA.
PAGE
NO.
PARAGRAPH TITLE
NO.
____________________________________________________________________________
1.
SCOPE
2000-1
2.
QUALITY CONTROL
2000-1
3.
PROTECTION OF LAND RESOURCES
2000-2
4.
PROTECTION OF WATER RESOURCES
2000-2
5.
DISPOSAL
2000-2
6.
MEASUREMENT AND PAYMENT
2000-4
Req. REQ 046129
2000-a
SECTION 2000 - ENVIRONMENT PROTECTION
PART 1 - GENERAL
1. SCOPE
The work covered by this section consists of furnishing all labor, materials and equipment
and performing all work required for the prevention of environmental pollution during and as
the result of construction operations under this contract except for those measures set forth in
other provisions of these Technical Specifications. For the purpose of this specification,
environmental pollution is defined as the presence of chemical, physical, or biological
elements or agents which adversely affect human health or welfare; unfavorably alter
ecological balances or importance to human life; affect other species of importance to man;
or degrade the utility of the environment for esthetic and recreational purposes. The control
of environmental pollution requires consideration of air, water, and land, and involves noise,
solid waste-management and management of radiant energy and radioactive materials, as
well as other pollutants.
2. QUALITY CONTROL
2.01 General
The Contractor shall establish and maintain quality control for environmental protection
to assure compliance with contract specifications and applicable environmental
regulations.
2.02 Applicable Regulations
In order to prevent, and to provide for abatement and control of any environmental
pollution arising from construction activities in the performance of this contract, the
Contractor and his subcontractors shall comply with all applicable Federal, State, and
Local laws, and regulations concerning environmental pollution control and abatement.
The Board will obtain letters of no objection from the Corps of Engineers, LADOTD,
and a permit from the Orleans Levee Board for the work, if required.
Contractor shall be in compliance with all applicable Federal, State, and Local
environmental laws. Industrial discharge permits if any are required, shall be obtained
by the Contractor from the Louisiana Department of Environmental Quality (LDEQ)
and/or U. S. Environmental Protection Agency (EPA). Contractor shall file for any
permits which may be required regarding National Pollutant Discharge Elemination
System. The Clean Water Act requires industrial and construction activities to obtain a
National Pollutant Discharge Elimination System (NPDES) permit. Included as part of
this permit's requirements is a storm water pollution prevention plan. This plan must
accompany the permit application for construction and/or demolition project and store
these documents on site, as well as comply with all requirements of the storm water
pollution prevention plan.
Further information and the complete final rule of the Clean Water Act NPDES
Program concerning construction and/or demolition activities can be found in the
September 9, 1992, Federal Register.
2.03 Notification
The Engineer will notify the Contractor in writing of any non-compliance with the
Req. REQ 046129
2000-1
foregoing provisions and the action to be taken. The Contractor shall, after receipt of
such notice, immediately take corrective action. Such notice, when delivered to the
Contractor or his authorized representative at the site of the work, shall be deemed
sufficient for the purpose. If the Contractor fails or refuses to comply promptly, the
Engineer may issue an order stopping all or part of the work until satisfactory
corrective action has been taken. No part of time lost due to any such stop order shall
be made the subject of a claim for extension of time or for excess costs or damages by
the Contractor. Any fines/penalties that are levied against the contractor or any
subcontractor as a result of failure to comply with the applicable federal, state or local
laws regarding environmental pollution control and abatement shall be the
responsibility of the contractor and/or applicable subcontractor.
2.04 Sub-Contractors
Compliance with the provisions of the section by subcontractors will be the
responsibility of the Contractor.
3. PROTECTION OF LAND RESOURCES
3.01 General
The land resources within the project boundaries and outside the limits of permanent
work performed under this contract shall be preserved in their present condition or be
restored to a condition after completion of construction that will not detract from the
appearance of the project. The Contractor shall confine his construction activities to
areas defined by the plans or specifications.
3.02 Post-Construction Cleanup Obligations
The Contractor shall obliterate all signs of temporary construction facilities such as
work areas, structures, foundation of temporary structures, stockpiles of excess or
waste materials upon completion of construction.
3.03 Recording and Preserving Historical and Archeological Finds
All items having any apparent historical or archeological interest which are discovered
in the course of any construction activities shall be carefully preserved. The
Contractor shall leave the archeological find undisturbed and shall immediately report
the find to the Engineer so that the proper authorities may be notified.
4. PROTECTION OF WATER RESOURCES
4.01 Contamination of Water
The Contractor shall not pollute lakes, ditches, rivers, bayous, canals, waterways,
ground water, or reservoirs with fuels, oils, bitumens, calcium chloride, insecticides,
herbicides, or other similar materials harmful to fish, shellfish, or wildlife, or materials
which may be detrimental to outdoor recreation.
5. DISPOSAL
5.01 Disposal of Materials
The methods and locations of disposal of materials, wastes, effluents, trash, garbage,
oil, grease, chemicals, etc., shall be such that harmful debris will not enter lakes,
Req. REQ 046129
2000-2
ditches, rivers, bayous, canals, waterways, or reservoirs by erosion, and thus prevent
the use of the area for recreation or present a hazard to wildlife. Storage and disposal
methods should be in accordance with applicable Federal, State and Local regulation.
Due to a knowledge of process creosote treated timber are assumed to be "nonhazardous" materials, but are considered solid waste, disposal of which can only be
done at an industrial landfill. All treated timber and piling that is not recycled shall be
disposed of at an industrial landfill according to LADEQ regulatory requirements and
Contractor shall provide manifest and disposal records to Engineer as proof. On all
treated timber and pilings that are recyclable by a State approved recycler, the
Contractor shall also provide manifest and transportation records to the Engineer as
proof for transfer of ownership. All costs for testing, if required for disposal or
recycling of demolished materials, shall be provided by the Contractor at his expense.
5.02 Disposal of Non-Hazardous Debris
All debris resulting from operations on this contract shall be legally disposed of at an
off-site location. Documentation as to the landfill’s name, copy of the landfill’s permit,
the last five years of the landfill’s compliance history, insurance certificate for the
landfill, and product being disposed of shall be provided to the engineer.
5.03 Disposal of Hazardous and/or Regulated Solid Wastes
If any hazardous or solid wastes will be generated as a result of the Contractor’s
operations, the Contractor shall submit a plan that details the proper handling,
removal, transportation and disposal of such wastes. The plan shall identify what
types of hazardous and/or solid wastes will be generated and shall list the hazards
involved with each waste. The plan must also include the name of the disposal facility
to be utilized a copy of the disposal facility’s operating permit, the last five years of the
disposal facility’s compliance history, and the insurance certificate for the disposal
facility. In addition, the Contractor is to provide documentation regarding the
transporter of any wastes to the Port for approval of the transporter. This must
include the name of the transporter, EPA/DOT license of the transporter, and
insurance certificate for the transporter. All waste generated on-site by the Contractor
will be properly identified within 30 days of generation and disposed of within 90 days,
and the Contractor will sign all disposal manifests as the generator. All disposal
manifests will be provided to the Port for recordkeeping within fourteen (14) days after
disposal. The Contractor shall be responsible for any sampling and analyses that
may be required by the disposal facility(ies) for characterization purposes. Regulated
solid and hazardous wastes are these listed in the Louisiana Administrative Code
(LAC), Title 33, Environmental Quality, Part V and Part VII.
Regulated Solid Wastes: For the handling, removal, transportation and disposal of any
generated regulated solid wastes, the plan shall conform to the requirements of
Louisiana Administrative Code (LAC), Title 33, Environmental Quality, Part V, Solid
Waste Regulation. Solid wastes shall be transported to a Federal and State approved
oil recycler, Industrial Type I Landfill, or Construction/Demolition Debris Type III
Landfill. The Contractor shall identify in the plan how he/she intends to dispose of
each solid waste. The plan shall include the name, address, licenses, five year
compliance history, and certifications of each disposal facility that will be used. If
disposal manifests are required, the Contractor shall sign them as the generator. The
Contractor shall be responsible for any sampling and analyses that may be required by
the disposal facility(ies) for characterization purposes. Licenses and certifications, as
well as the certificates of insurance of the transporter and disposal facilities shall be
included in the plan. The Contractor shall submit to the Engineer a completed copy of
any waste disposal manifests within fourteen (14) days after ultimate disposal.
Req. REQ 046129
2000-3
6. MEASUREMENT AND PAYMENT
No separate measurement for payment will be made for work performed and for materials
furnished under this section of the specifications.
No pay item will be available for environmental protection.
Req. REQ 046129
2000-4
INDEX
SECTION 02200 – EARTHWORK
PARA.
NO.
PARAGRAPH TITLE
PAGE
NO.
1.
RELATED DOCUMENTS
02200-1
2.
SUMMARY
02200-1
3.
DEFINITIONS
02200-1
4.
SUBMITTALS
02200-2
5.
QUALITY ASSURANCE
02200-2
6.
PROJECT CONDITIONS
02200-3
7.
SOIL MATERIALS
02200-4
8.
OTHER MATERIALS
02200-4
9.
EXCAVATION
02200-5
10.
STABILITY OF EXCAVATIONS
02200-5
11.
DEWATERING
02200-5
12.
STORAGE OF EXCAVATED MATERIALS
02200-6
13.
EXCAVATION FOR STRUCTURES
02200-6
14.
EXCAVATION FOR WALKWAYS AND PAVEMENTS
02200-6
15.
TRENCH EXCAVATION FOR PIPES AND CONDUIT
02200-6
16.
COLD WEATHER PROTECTION
02200-7
17.
BACKFILL AND FILL
02200-7
18.
PLACEMENT AND COMPACTION
02200-8
19.
GRADING
02200-9
Req. REQ. 046129
02200-a
20.
PAVEMENT BASE COURSE
02200-9
21.
FIELD QUALITY CONTROL
02200-10
22.
EROSION CONTROL
02200-10
23.
MAINTENANCE
02200-10
24.
DISPOSAL OF EXCESS AND WASTE MATERIALS
02200-11
25.
MEASUREMENTS AND PAYMENT
02200-11
Req. REQ. 046129
02200-b
SECTION 02200―EARTHWORK
PART 1―GENERAL
1.
RELATED DOCUMENTS
Drawings and general provisions of Contract, including other Division 1 Specification
Sections, apply to this Section.
2.
SUMMARY
This Section includes the following:
Preparing of sub-grade for walkways, and pavements, or sidewalks.
Excavating and backfilling for underground mechanical and electrical utilities and buried
mechanical and electrical appurtenances.
Pavement base course.
Placement and compaction of general backfill and site fill (sub-base).
3.
DEFINITIONS
Excavation consists of removal of material encountered to subgrade elevations indicated
and subsequent disposal of materials removed.
Unauthorized excavation consists of removal of materials beyond indicated subgrade
elevations or dimensions without specific direction of Engineer. Unauthorized excavation,
as well as remedial work directed by Engineer, shall be at Contractor's expense.
Under footings, foundation bases, or retaining walls, fill unauthorized excavation by
extending indicated bottom elevation of footing or base to excavation bottom, without
altering required top elevation. Lean concrete fill may be used to bring elevations to
proper position, when acceptable to Engineer.
In locations other than those above, backfill and compact unauthorized excavations as
specified for authorized excavations of same classification, unless otherwise directed by
Engineer.
Additional Excavation: When excavation has reached required sub-grade elevations,
notify Engineer, who will make an inspection of conditions. If Engineer determines that
bearing materials at required subgrade elevations are unsuitable, continue excavation
until suitable bearing materials are encountered and replace excavated material as
directed by Engineer. The Contract Sum may be adjusted by an appropriate Contract
Modification.
Removal of unsuitable material and its replacement as directed will be paid on basis of
Conditions of the Contract relative to changes in work.
02200-1
Req. REQ 046129
Subgrade: The undisturbed earth or the compacted soil layer immediately below granular
sub-base, drainage fill, or topsoil materials.
Base: The compacted soil layer immediately above the subgrade and below the
pavement.
Structure: Foundations, slabs, tanks, curbs, or other man-made stationary features
occurring above or below ground surface.
4.
SUBMITTALS
Test Reports: Submit the following reports directly to Engineer from the testing services,
with copy to Contractor:
Test reports on all material.
Verification of suitability of each footing subgrade material, in accordance with specified
requirements.
Field reports; in-place soil density tests.
One optimum moisture-maximum density curve for each type of soil encountered.
Report of actual unconfined compressive strength and/or results of bearing tests of each
strata tested.
5.
QUALITY ASSURANCE
Codes and Standards: Perform excavation work in compliance with applicable
requirements of authorities having jurisdiction, such as:
Louisiana Standard Specifications: Comply with applicable requirements of "Louisiana
Standard Specifications for Roads and Bridges," 2000 Edition, of the Department of
Transportation and Development, Office of Highways, unless requirements specified in
this Section are more restrictive.
City of New Orleans / Sewerage and Water Board: Comply with applicable standards of
the City of New Orleans Sewerage and Water Board, New Orleans Department of Public
Works, unless requirements specified in this Section are more restrictive.
Testing and Inspection Service: Owner will employ and pay for a qualified independent
geotechnical testing and inspection laboratory to perform soil testing and inspection
service during earthwork operations.
Testing Laboratory Qualifications: To qualify for acceptance, the geotechnical testing
laboratory must demonstrate to Engineer's satisfaction, based on evaluation of
laboratory-submitted criteria conforming to ASTM E 699, that it has the experience and
capability to conduct required field and laboratory geo-technical testing without delaying
the progress of the Work.
02200-2
Req. REQ 046129
6.
PROJECT CONDITIONS
Site Information: Data in subsurface investigation reports was used for the basis of the
design and are available to the Contractor for information only. Conditions are not
intended as representations or warranties of accuracy or continuity between soil borings.
The Owner will not be responsible for interpretations or conclusions drawn from this data
by Contractor.
Additional test borings and other exploratory operations may be performed by Contractor,
at the Contractor's option; however, no change in the Contract Sum will be authorized for
such additional exploration.
Existing Utilities: Locate existing underground utilities in areas of excavation work. If
utilities are indicated to remain in place, provide adequate means of support and
protection during earthwork operations.
Should uncharted, or incorrectly charted, piping or other utilities be encountered during
excavation, consult utility owner immediately for directions. Cooperate with Owner and
utility companies in keeping respective services and facilities in operation. Repair
damaged utilities to satisfaction of utility owner.
Do not interrupt existing utilities serving facilities occupied by Owner or others, during
occupied hours, except when permitted in writing by Engineer and then only after
acceptable temporary utility services have been provided.
Provide minimum of 48-hour notice to Engineer and Utility Owner, and receive written
notice to proceed before interrupting any utility.
Demolish and completely remove from site existing underground utilities indicated to be
removed. Coordinate with utility companies for shutoff of services if lines are active.
Use of Explosives: Use of explosives is not permitted.
Protection of Persons and Property: Barricade open excavations occurring as part of this
work and post with warning lights.
Operate warning lights as recommended by authorities having jurisdiction.
Protect structures, utilities, sidewalks, driveways, pavements, and other facilities from
damage caused by settlement, lateral movement, undermining, washout, and other
hazards created by earthwork operations.
Perform excavation by hand within drip-line of large trees to remain. Protect root systems
from damage or dry out to the greatest extent possible. Maintain moist condition for root
system and cover exposed roots with moistened burlap.
Protect job site from localized ponding by grading site so as to route runoff to the closest
operational catch basin.
02200-3
Req. REQ 046129
PART 2―MATERIALS
7.
SOIL MATERIALS
Backfill and Fill Materials: Non-plastic clayey sand free of all roots, wood and other
deleterious materials with a maximum liquid limit of 25 and a plasticity index of no more
than 6.
Drainage Structure and Pavement Base Material: Crushed stone conforming to the
latest requirements of the LSSRB for Class II Base Course Section 1003.03 (D).
Graduation shall be as follows:
U.S. SIEVE
PERCENT PASSING
1-½”
¾”
No. 4
No. 40
No. 200
100
50 - 100
35 - 65
10 - 32
5 - 12
Maximum Liquid Limit, 25, and Maximum plastic Index, 4, for material passing No. 40
sieve.
Sodding: "Spillway" sand shall be used only as planting mix. A minimum of 6” thick
spillway sand shall be mixed with minimum 3” thick topsoil layer and placed as a planting
layer over compacted riversand backfill on all green areas identified in the plans. Sodding
shall be planted over the topsoil/spillway sand mix.
Unacceptable Materials:
"Spillway" sand shall not be used for any other purpose.
Materials from on-site excavations shall not be used for any purpose, unless approved by
Architect.
8.
OTHER MATERIALS
Geotextile Fabric: Geotextile fabric shall be in accordance with Section 1019 of the
Louisiana Standard Specifications for Roads and Bridges, 2000 edition and latest
revisions, or as amended herein. Geotextile fabric shall be a woven high strength fabric
with high burst and puncture strength. It shall have woven fabric composed of at least
85% by weight, polyester or polypropylene.
The geotextile rolls shall be furnished with suitable wrapping for protection against
moisture and extended ultraviolet exposure prior to placement. Each roll shall be
labeled or tagged to provide product identification sufficient for field identification, as
well as inventory and quality control purposes. Rolls shall be stored in a manner which
02200-4
Req. REQ 046129
protects them from the elements.
protected with a waterproof cover.
If stored outdoors, they shall be elevated and
PART 3―EXECUTION
9.
EXCAVATION
Excavation is unclassified and includes excavation to subgrade elevations indicated,
regardless of character of materials and obstructions encountered.
10.
STABILITY OF EXCAVATIONS
General: Comply with local codes, ordinances, and requirements of agencies having
jurisdiction.
Slope sides of excavations to comply with local codes, ordinances, and requirements of
agencies having jurisdiction. Shore and brace where sloping is not possible because of
space restrictions or stability of material excavated. Maintain sides and slopes of
excavations in safe condition until completion of backfilling.
Shoring and Bracing: Provide materials for shoring and bracing, such as sheet piling,
uprights, stringers, and cross braces, in good serviceable condition. Maintain shoring and
bracing in excavations regardless of time period excavations will be open. Extend shoring
and bracing as excavation progresses.
Provide permanent steel sheet piling or pressure- creosoted timber sheet piling wherever
subsequent removal of sheet piling might permit lateral movement of soil under adjacent
structures. Cut off tops a minimum of 2'-6" below final grade and leave permanently in
place.
11.
DEWATERING
Prevent surface water and subsurface or ground water from flowing into excavations and
from flooding project site and surrounding area.
Do not allow water to accumulate in excavations. Remove water to prevent softening of
foundation bottoms, undercutting footings, and soil changes detrimental to stability of
subgrades and foundations. Provide and maintain pumps, well points, sumps, suction
and discharge lines, and other dewatering system components necessary to convey
water away from excavations.
Establish and maintain temporary drainage ditches and other diversions outside
excavation limits to convey rainwater and water removed from excavations to collecting or
runoff areas. Do not use trench excavations as temporary drainage ditches.
02200-5
Req. REQ 046129
12.
STORAGE OF EXCAVATED MATERIALS
Stockpile excavated materials acceptable for backfill and fill where directed. Place, grade,
and shape stockpiles for proper drainage.
Locate and retain soil materials away from edge of excavations. Do not store within drip
line of trees indicated to remain.
Dispose of excess excavated soil material and materials not acceptable for use as backfill
or fill.
13.
EXCAVATION FOR STRUCTURES
Conform to elevations and dimensions shown within a tolerance of plus or minus 0.10
foot, and extending a sufficient distance from footings and foundations to permit placing
and removal of concrete formwork, installation of services, and other construction and for
inspection.
Excavations for footings and foundations: Do not disturb bottom of excavation. Excavate
by hand to final grade just before concrete reinforcement is placed. Trim bottoms to
required lines and grades to leave solid base to receive other work.
14.
EXCAVATION FOR WALKWAYS AND PAVEMENTS
Cut surface under pavements to comply with cross-sections, elevations and grades as
indicated.
15.
TRENCH EXCAVATION FOR PIPES AND CONDUIT
Excavate trenches to uniform width, sufficiently wide to provide ample working room and
a minimum of 12 inches of clearance on both sides of pipe or conduit.
Excavate trenches and conduit to depth indicated or required to establish indicated slope
and invert elevations and to support bottom of pipe or conduit on undisturbed soil.
Beyond building perimeter, excavate trenches to allow installation of top of pipe below
frost line.
For pipes and equipment 6 inches or larger in nominal size, shape bottom of trench to fit
bottom of pipe for 90 degrees (bottom 1/4 of the circumference). Fill depressions with
tamped, crushed limestone backfill. At each pipe joint, dig bell holes to relieve pipe bell of
loads and to ensure continuous bearing of pipe barrel on bearing surface.
16.
COLD WEATHER PROTECTION
Protect excavation bottoms against freezing when atmospheric temperature is less than
35 degrees F.
02200-6
Req. REQ 046129
17.
BACKFILL AND FILL
General: Place soil material in layers to required subgrade elevations, for each area
classification listed below, using materials specified in Part 2 of this Section.
On grassed areas, use topsoil (min. 6” thick).
Under pavements, use base material.
Under piping and conduit and equipment, use crushed stone where required over natural
subgrade and for correction of unauthorized excavation. Shape excavation bottom to fit
bottom 90 degrees of cylinder.
Backfill trenches with concrete where trench excavations pass within 18 inches of column
or wall footings and that are carried below bottom of such footings or that pass under wall
footings. Place concrete to level of bottom of adjacent footing.
Concrete is specified in Division 3.
Do not backfill trenches until tests and inspections have been made and backfilling is
authorized by Engineer. Use care in backfilling to avoid damage or displacement of pipe
systems.
Provide minimum 8-inch thick concrete base slab support for all drop inlets, manholes,
and catch basins. After installation and testing of piping or conduit, provide minimum
4-inch-thick encasement (sides and top) of concrete for piping or conduit less than 2'-6"
below surface of roadway prior to backfilling or placement of roadway subbase.
Backfill excavations as promptly as work permits, but not until completion of the following:
Acceptance of construction below finish grade including, where applicable, damp
proofing, waterproofing, and perimeter insulation.
Inspection, testing, approval, and recording locations of underground utilities have been
performed and recorded.
Removal of concrete formwork.
Removal of shoring and bracing, and backfilling of voids with satisfactory materials. Cut
off temporary sheet piling driven below bottom of structures and remove in manner to
prevent settlement of the structure or utilities, or leave in place if required.
Removal of trash and debris from excavation.
Permanent or temporary horizontal bracing is in place on horizontally supported walls.
02200-7
Req. REQ 046129
18.
PLACEMENT AND COMPACTION
Ground Surface Preparation: Remove vegetation, debris, unsatisfactory soil materials,
obstructions, and deleterious materials from ground surface prior to placement of fills.
Plow strip, or break up sloped surfaces steeper than 1 vertical to 4 horizontal so that fill
material will bond with existing surface.
Place backfill and fill materials in layers not more than 6 inches in loose depth for
material compacted by heavy compaction equipment, and not more than 4 inches in
loose depth for material compacted by hand-operated tampers.
Before compaction, moisten or aerate each layer as necessary to provide optimum
moisture content. Compact each layer to required percentage of maximum dry density or
relative dry density for each area classification. Do not place backfill or fill material on
surfaces that are muddy, frozen, or contain frost or ice.
Place backfill and fill materials evenly adjacent to structures, piping, or conduit to required
elevations. Prevent wedging action of backfill against structures or displacement of piping
or conduit by carrying material uniformly around structure, piping, or conduit to
approximately same elevation in each lift.
Control soil and fill compaction, providing minimum percentage of density specified for
each area classification indicated below. Correct improperly compacted areas or lifts as
directed by Engineer if soil density tests indicate inadequate compaction.
Percentage of Maximum Density Requirements: Compact soil to not less than the
following percentages of maximum density:
Under building foundation, lawn or unpaved areas, compact each layer of backfill or fill
material at 90 percent maximum density, per ASTM D-698.
Under concrete walkways, handicap ramps, driveways, and sidewalks, proof-roll natural
subgrade and compact each successive layer of riversand base course material to 95
percent of maximum density @ optimum moisture per ASTM D-1557.
Under all pavements using crushed limestone or crushed concrete base, compact to 95
percent of maximum density @ optimum moisture per ASTM D-1557.
Under driveways, compact riversand base to minimum 95 percent of maximum density @
optimum moisture per ASTM D-1557.
Moisture Control: Where subgrade or layer of soil material must be moisture conditioned
before compaction, uniformly apply water to surface of subgrade or layer of soil material.
Apply water in minimum quantity as necessary to prevent free water from appearing on
surface during or subsequent to compaction operations.
Remove and replace, or scarify and air dry, soil material that is too wet to permit
compaction to specified density.
02200-8
Req. REQ 046129
Stockpile or spread soil material that has been removed because it is too wet to permit
compaction. Assist drying by discing, harrowing, or pulverizing until moisture content is
reduced to a satisfactory value.
19.
GRADING
General: Uniformly grade areas within limits of grading under this section, including
adjacent transition areas. Smooth finished surface within specified tolerances, compact
with uniform levels or slopes between points where elevations are indicated or between
such points and existing grades.
Grading Outside Retaining Walls: Grade areas adjacent to retaining walls to drain away
from structure and to prevent ponding. Finish surfaces free from irregular surface
changes and as follows:
Lawn or Unpaved Areas: Finish areas to receive topsoil to within not more than 0.10 foot
above or below required subgrade elevations.
Ramps, Sidewalks and Walkways: Shape surface of areas under walks to line, grade,
and cross-section, with finish surface not more than 0.10 foot above or below required
subgrade elevation.
Pavements: Shape surface of areas under pavement to line, grade, and cross-section,
with finish surface not more than 1/2 inch above or below required subgrade elevation.
Compaction: After grading, compact subgrade surfaces to the depth and indicated
percentage of maximum or relative density for each area classification.
20.
PAVEMENT BASE COURSE
General: base course consists of placing subbase material, in layers of specified
thickness, over subgrade surface to support a pavement.
Refer to other Division 2 sections for paving specifications.
Grade Control: During construction, maintain lines and grades including crown and
cross-slope of subbase course.
Shoulders: Place shoulders along edges of base course to prevent lateral movement.
Construct shoulders of acceptable soil materials, placed in such quantity to compact to
thickness of each subbase course layer. Compact and roll at least a 12-inch width of
shoulder simultaneous with the compaction and rolling of each layer of subbase course.
Placing: Place base course material on prepared subgrade in layers of uniform thickness,
conforming to indicated cross-section and thickness. Maintain optimum moisture content
for compacting subbase material during placement operations.
02200-9
Req. REQ 046129
When a compacted subbase course is indicated to be 6 inches thick or less, place
material in a single layer. When indicated to be more than 6 inches thick, place material in
equal layers, except no single layer more than 6 inches or less than 3 inches in thickness
when compacted.
21.
FIELD QUALITY CONTROL
Quality Control Testing During Construction: Allow testing service to inspect and approve
each subgrade and fill layer before further backfill or construction work is performed.
Perform field density tests in accordance with ASTM D-1556 (sand cone method) or
ASTM D-2167 (rubber balloon method), as applicable.
Field density tests may also be performed by the nuclear method in accordance with
ASTM D-2922, providing that calibration curves are periodically checked and adjusted to
correlate to tests performed using ASTM D-1556. In conjunction with each density
calibration check, check the calibration curves furnished with the moisture gages in
accordance with ASTM D-3017.
If field tests are performed using nuclear methods, make calibration checks of both
density and moisture gages at beginning of work, on each different type of material
encountered, and at intervals as directed by the Engineer.
Trench Excavation: Perform at least one field density test of sub-grade for every 100
linear feet of trench area. In each compacted fill layer, perform one field density test for
every 50 linear feet of overlaying backfill, but in no case fewer than 1 test per installation.
If in opinion of Engineer, based on testing service reports and inspection, sub-grade or
fills that have been placed are below specified density, perform additional compaction
and testing until specified density is obtained.
22.
EROSION CONTROL
Provide erosion control methods in accordance with requirements of authorities having
jurisdiction.
23.
MAINTENANCE
Protection of Graded Areas: Protect newly graded areas from traffic, erosion, and
localized ponding. Keep free of trash and debris.
Repair and re-establish grades in settled, eroded, ponded, and rutted areas to specified
tolerances.
Reconditioning Compacted Areas: Where completed compacted areas are disturbed by
subsequent construction operations or adverse weather, scarify surface, reshape, and
compact to required density prior to further construction.
02200-10
Req. REQ 046129
Settling: Where settling is measurable or observable at excavated areas during
general project warranty period, remove surface (pavement, lawn, or other finish),
add backfill material, compact, and replace surface treatment. Restore
appearance, quality, and condition of surface or finish to match adjacent work, and
eliminate evidence of restoration to greatest extent possible.
24.
DISPOSAL OF EXCESS AND WASTE MATERIALS
Removal from Owner’s Property:
Remove excess excavated material, trash, debris, and waste materials and dispose of it
off of Owner’s property at a legal landfill.
25.
MEASUREMENTS AND PAYMENT
All work shall be measured for payment based upon each location, as described on The
Bid Form. Include all elements as required for each location. No separate
measurement for payment will be made for any work described under this section of the
specifications.
02200-11
Req. REQ 046129
INDEX
SECTION 02520 – PORTLAND CEMENT CONCRETE PAVING
PARA.
NO.
PARAGRAPH TITLE
PAGE
NO.
1.
RELATED DOCUMENTS
02520-1
2.
SUMMARY
02520-1
3.
SUBMITTALS
02520-1
4.
QUALITY ASSURANCE
02520-1
5.
JOB CONDITIONS
02520-1
6.
MATERIAL
02520-1
7.
CONCRETE MIX, DESIGN, AND TESTING
02520-3
8.
SURFACE PREPARATION
02520-3
9.
FORM CONSTRUCTION
02520-3
10.
REINFORCEMENT
02520-4
11.
CONCRETE PLACEMENT
02520-4
12.
JOINTS
02520-4
13.
CONCRETE FINISHING
02520-6
14.
CURING
02520-6
15.
REPAIRS AND PROTECTIONS
02520-6
16.
MEASUREMENTS AND PAYMENT
02520-7
Req. REQ 046129
02520-a
SECTION 02520―PORTLAND CEMENT CONCRETE PAVING
PART 1―GENERAL
1.
RELATED DOCUMENTS
Drawings and general provisions of the Contract, including other Division 1 Specification
Sections, apply to this Section.
2.
SUMMARY
Extent of portland cement concrete paving is shown on drawings, including curbs, gutters,
walkways, sidewalks, and driveways.
Procedures and materials for construction of aggregate surfaced parking lots are
specified in section 02200, Earthwork.
Prepared sub-base is specified in section 02200, Earthwork.
Concrete and related materials are specified in Division 3.
Joint fillers and sealers as indicated in Division 2 and on Sheet C-6:00 and LS-2.01
through LS-2.03.
3.
SUBMITTALS
Provide samples, manufacturer's product data, test reports, and materials' certifications
as required in referenced sections for concrete and joint fillers and sealers.
4.
QUALITY ASSURANCE
Codes and Standards: Comply with local governing regulations if more stringent than
herein specified.
5.
JOB CONDITIONS
Traffic Control: Maintain access for vehicular and pedestrian traffic as required for other
construction activities.
Coordinate with requirements for "Temporary Facilities" specified in Division 1.
PART 2―PRODUCTS
6.
MATERIALS
Forms: Steel, wood, or other suitable material of size and strength to resist movement
02520-1
Req. REQ 046129
during concrete placement and to retain horizontal and vertical alignment until removal.
Use straight forms, free of distortion and defects.
Use flexible spring steel forms or laminated boards to form radius bends as required.
Coat forms with a non-staining form release agent that will not discolor or deface
surface of concrete.
Welded Wire Mesh: Welded plain cold-drawn steel wire fabric, ASTM A 185.
Furnish in flat sheets, not rolls, unless otherwise acceptable to Engineer.
Reinforcing Bars: Deformed steel bars, ASTM A 615, Grade 60.
Joint Dowel Bars: Plain steel bars, ASTM A 615, Grade 60. Cut bars true to length with
ends square and free of burrs.
Concrete Materials: Comply with requirements of applicable Division 3 sections for
concrete materials, admixtures, bonding materials, curing materials, and others as
required.
Expansion Joint Materials: Comply with requirements of applicable Division 2 sections for
preformed expansion joint fillers and sealers.
Anti-spalling Compound: Combination of boiled linseed oil and mineral spirits, complying
with AASHTO M-233.
Liquid-Membrane Forming and Sealing Curing Compound: Comply with ASTM C 309,
Type I, Class A unless other type acceptable to Engineer. Moisture loss no more than
0.055 gr./sq. cm. when applied at 200 sq. ft. / gal.
Products: Subject to compliance with requirements, provide one of the following:
"A-H 3 Way Sealer"; Anti-Hydro Waterproofing Co.
"Ecocure"; Euclid Chemical Co.
"Kure-N-Seal"; Sonneborn-Contech.
"L&M Cure"; L & M Construction Chemicals.
Bonding Compound: Polyvinyl acetate or acrylic base, rewettable type.
Products: Subject to compliance with requirements, provide one of the following:
"Everbond"; L & M Construction Chemicals.
"Hornweld"; A. C. Horn.
"Sonocrete"; Sonneborn-Contech.
Epoxy Adhesive: ASTM C 881, 2-component material suitable for use on dry or damp
surfaces. Provide material "Type", "Grade", and "Class" to suit project requirements.
02520-2
Req. REQ 046129
Products: Subject to compliance with requirements, provide one of the following:
"Epoxtite"; A. C. Horn.
"Sikadur Hi-Mod"; Sika Chemical Corp.
"Euco Epoxy 463 or 615"; Euclid Chemical Co.
7.
CONCRETE MIX, DESIGN, AND TESTING
Comply with requirements of applicable Division 3 sections for concrete mix design,
sampling and testing, and quality control and as herein specified.
Design mix to produce normal-weight concrete consisting of portland cement, aggregate,
water-reducing or high-range water-reducing admixture (superplasticizer), air-entraining
admixture, and water to produce the following properties:
Compressive Strength: 4000 psi, minimum at 28 days, unless otherwise indicated.
Slump Limits: 8 inches minimum for concrete containing high-range water-reducing
admixture (superplasticizer); 3 inches for other concrete.
Air Content: 5 to 8 percent.
Flexured Strength: 650 psi, minimum at 28 days.
PART 3―EXECUTION
8.
SURFACE PREPARATION
Remove loose material from compacted subbase surface immediately before placing
concrete.
Compact prepared subbase surface to check for unstable areas and need for additional
compaction, per requirements of Section 02200 - Earthwork. Do not begin paving work
until such conditions have been corrected and are ready to receive paving.
9.
FORM CONSTRUCTION
Set forms to required grades and lines, braced and secured. Install forms to allow
continuous progress of work and so that forms can remain in place at least 24 hours after
concrete placement.
Check completed formwork for grade and alignment to following tolerances:
Top of forms not more than 1/8 inch in 10 feet.
Vertical face on longitudinal axis, not more than 1/4 inch in 10 feet.
02520-3
Req. REQ 046129
Clean forms after each use and coat with form release agent as required to ensure
separation from concrete without damage.
Slope step treads at 1/4 inch per foot to drain.
10.
REINFORCEMENT
Locate, place and support reinforcement as specified in Division 3 sections, unless
otherwise indicated.
11.
CONCRETE PLACEMENT
General: Comply with requirements of Division 3 sections for mixing and placing concrete,
and as herein specified.
Do not place concrete until subbase and forms have been checked for line and grade.
Moisten subbase if required to provide a uniform dampened condition at time concrete is
placed. Do not place concrete around manholes or other structures until they are at
required finish elevation and alignment.
Place concrete by methods that prevent segregation of mix. Consolidate concrete along
face of forms and adjacent to transverse joints with internal vibrator. Keep vibrator away
from joint assemblies, reinforcement, or side forms. Use only square-faced shovels for
hand-spreading and consolidation. Consolidate with care to prevent dislocation of
reinforcing, dowels, and joint devices.
Use bonding agent at locations where fresh concrete is placed against hardened or
partially hardened concrete surfaces.
Deposit and spread concrete in a continuous operation between transverse joints as far
as possible. If interrupted for more than 1/2 hour, place a construction joint.
When adjacent pavement lanes are placed in separate pours, do not operate equipment
on concrete until pavement has attained sufficient strength to carry loads without injury.
Curbs and Gutters: Automatic machine may be used for curb and gutter placement at
Contractor's option. If machine placement is to be used, submit revised mix design and
laboratory test results that meet or exceed minimums specified. Machine placement must
produce curbs and gutters to required cross-section, lines, grades, finish, and jointing as
specified for formed concrete. If results are not acceptable, remove and replace with
formed concrete as specified.
12.
JOINTS
General: Construct butt, expansion, weakened-plane (contraction), longitudinal,
longitudinal construction, and construction joints true to line with face perpendicular to
surface of concrete. Construct transverse joints at right angles to the centerline, unless
otherwise indicated.
02520-4
Req. REQ 046129
When joining existing structures, place transverse joints to align with previously placed
joints, unless otherwise indicated.
Weakened-Plane (Contraction) Joints: Provide weakened-plane (contraction) joints,
sectioning concrete into areas as shown on drawings. Construct weakened-plane joints
for a depth equal to at least 1/4 concrete thickness, as follows:
Tooled Joints: Form weakened-plane joints in fresh concrete by grooving top portion with
a recommended cutting tool and finishing edges with a jointer.
Sawed Joints: Form weakened-plane joints with powered saws equipped with
shatterproof abrasive or diamond-rimmed blades. Cut joints into hardened concrete as
soon as surface will not be torn, abraded, or otherwise damaged by cutting action.
Inserts: Use embedded strips of metal or sealed wood to form weakened-plane joints. Set
strips into plastic concrete and carefully remove strips after concrete has hardened.
Construction Joints: Place construction joints at end of placements and at locations where
placement operations are stopped for more than 1/2 hour, except where such placements
terminate at expansion joints.
Construct joints as shown or, if not shown, use standard metal keyway-section forms.
Where load transfer-slip dowel devices are used, install so that one end of each dowel
bar is free to move.
Expansion Joints: Provide pre-moulded joint filler for expansion joints abutting concrete
curbs, catch basins, manholes, inlets, structures, walks, and other fixed objects, unless
otherwise indicated.
Locate expansion joints at maximum 20 feet o.c. for each pavement lane, unless
otherwise indicated.
Extend joint fillers full width and depth of joint, not less than 1/2 inch or more than 1 inch
below finished surface where joint sealer is indicated. If no joint sealer, place top of joint
filler flush with finished concrete surface.
Furnish joint fillers in one-piece lengths for full width being placed wherever possible.
Where more than one length is required, lace or clip joint filler sections together.
Protect top edge of joint filler during concrete placement with a metal cap or other
temporary material. Remove protection after concrete has been placed on both sides of
joint.
Fillers and Sealants: Comply with requirements of applicable Division 7 sections for
preparation of joints, materials, installation, and performance.
02520-5
Req. REQ 046129
13.
CONCRETE FINISHING
After striking-off and consolidating concrete, smooth surface by screeding and floating.
Use hand methods only where mechanical floating is not possible. Adjust floating to
compact surface and produce uniform texture.
After floating, test surface for trueness with a 10-ft. straightedge. Distribute concrete as
required to remove surface irregularities, and refloat repaired areas to provide a
continuous smooth finish.
Work edges of slabs, gutters, back top edge of curb, and formed joints with an edging
tool, and round to 1/2-inch radius, unless otherwise indicated. Eliminate tool marks on
concrete surface.
After completion of floating and when excess moisture or surface sheen has disappeared,
complete troweling and finish surface as follows:
Broom finish by drawing a fine-hair broom across concrete surface perpendicular to line
of traffic. Repeat operation if required to provide a fine line texture acceptable to
Engineer.
On inclined slab surfaces, provide a coarse, non-slip finish by scoring surface with a
stiff-bristled broom, perpendicular to line of traffic.
Do not remove forms for 24 hours after concrete has been placed. After form removal,
clean ends of joints and point-up any minor honeycombed areas. Remove and replace
areas or sections with major defects, as directed by Engineer.
14.
CURING
Protect and cure finished concrete paving in compliance with applicable requirements of
Division 3 sections. Use membrane-forming curing and sealing compound or approved
moist-curing methods.
Anti-spalling Treatment: Apply treatment to concrete surfaces no sooner than 28 days
after placement, to clean, dry concrete free of oil, dirt, and other foreign material. Apply
curing and sealing compound at a maximum coverage rate of 300 s.f. per gallon. Apply
anti-spalling compound in 2 sprayed applications. First application at rate of 40 sq. yds.
per gal.; second application, 60 sq. yds. per gallon. Allow complete drying between
applications.
15.
REPAIRS AND PROTECTIONS
Repair or replace broken or defective concrete, as directed by Engineer.
Drill test cores where directed by Engineer when necessary to determine magnitude of
cracks or defective areas. Fill drilled core holes in satisfactory pavement areas with
portland cement concrete bonded to pavement with epoxy adhesive.
02520-6
Req. REQ 046129
Protect concrete from damage until acceptance of work. Exclude traffic from pavement
for at least 14 days after placement. When construction traffic is permitted, maintain
pavement as clean as possible by removing surface stains and spillage of materials as
they occur.
Sweep concrete pavement and wash free of stains, discolorations, dirt, and other foreign
material just before final inspection.
16.
MEASUREMENTS AND PAYMENT
All work shall be measured for payment based upon each location, as described on The
Bid Form. Include all elements as required for each location. No separate
measurement for payment will be made for any work described under this section of the
specifications.
02520-7
Req. REQ 046129
INDEX
SECTION 02588 – CONCRETE POLES
PARA.
NO.
PARAGRAPH TITLE
PAGE
NO.
1.
REFERENCES
02588-1
2.
SUBMITTALS
02588-2
3.
QUALITY ASSURANCE
02588-2
4.
DESIGN REQUIREMENT
02588-3
5.
CONCRETE
02588-3
6.
CEMENT
02588-3
7.
WATER
02588-4
8.
AGGREGATES
02588-4
9.
ADMIXTURES
02588-4
10.
REINFORCEMENT
02588-4
11.
HARDWARE
02588-4
12.
ELECTRICAL GROUND
02588-4
13.
GENERAL
02588-4
14.
INSTALLATION
02588-6
15.
MEASUREMENT AND PAYMENT
02588-6
Req. REQ. 046129
02588-a
SECTION 02588 – CONCRETE POLES
PART 1 - GENERAL
1.
REFERENCES
The publications listed below form a part of this specification to the extent referenced.
The publications are referred to within the text by the basic designation only.
ACI INTERNATIONAL (ACI)
ACI 211.1
(1991; R 2002) Standard Practice
for Selecting Proportions for Normal,
Heavyweight, and Mass Concrete
ACT 318
Building Code Requirements for
Structural Concrete and Commentary
ASTM INTERNATIONAL (ASTM)
ASTM A 416/A 416M
(2006) Standard Specification for
Steel Strand, Uncoated Seven-Wire for
Prestressed Concrete
ASTM A 421/A 421M
(2005) Standard Specification for
Uncoated Stress-Relieved Wire for
Prestressed Concrete
ASTM A 615/A 615M
(2006a) Standard Specification for
Deformed and Plain Carbon-Steel Bars
for Concrete Reinforcement
ASTM A 706/A 706M
(2006a) Standard Specification for
Low-Alloy Steel Deformed and Plain
Bars For Concrete Reinforcement
ASTM A 82/A 82M
(2005a) Standard Specification for Steel
Wire, Plain, for Concrete Reinforcement
ASTM C 150
(2005) Standard Specification for
Portland Cement
ASTM C 260
(2006) Standard Specification for
Air-Entraining Admixtures for Concrete
02588 - 1
Req. REQ 046129
ASTM C 33
(2003) Standard Specification for
Concrete Aggregates
ASTM C 494/C 494M
(2005a) Standard Specification for
Chemical Admixtures for Concrete
ASTM C 595
(2006) Standard Specification for
Blended Hydraulic Cements
ASTM C 618
(2005) Standard Specification for Coal
Fly Ash and Raw or Calcined Natural
Pozzolan For Use in Concrete
ASTM C 989
(2006) Standard Specification for
Ground Granulated Blast-Furnace Slag
for Use in Concrete and Mortars
PRECAST/PRESTRESSED CONCRETE INSTITUTE (PCI)
2.
PCI MNL-116
(1999) Manual for Quality Control for
Plants and Production of Structural
Precast Concrete Products
PCI MNL-120
(2004) Design Handbook – Precast and
Prestressed Concrete
SUBMITTALS
Design Data
Concrete Mix Design
Calculations
Submit calculations for the design of the Prestressed concrete poles
Prepared and sealed by a registered engineer in the State of Louisiana.
3.
QUALITY ASSURANCE
Concrete Poles
Provide precast prestressed poles for support of components for the wireless security
system. Precast prestressed concrete poles shall be the product of a manufacturer
specializing in the production of precast concrete members with at least 5 years of
experience in the manufacture of prestressed concrete poles. Prestressed concrete
poles shall be designed in accordance with PCI MNL-120. Produce poles in one piece,
and in accordance with PCI MNL-116.
02588 - 2
Req. REQ 046129
Modification of References
In the ACI publications, consider the advisory provisions to be mandatory, as though
the word “shall” had been substituted for “should” wherever it appears.
4.
DESIGN REQUIREMENT
At least 30 calendar days prior to concrete placement, submit a mix design approved
by certified testing lab for each strength and type of concrete. Submit a complete list
of materials including type; brand; source and amount of cement, fly ash, Pozzolan,
ground slag, and admixtures; and applicable reference specification. Submit copies of
test reports showing that the mix has been successfully tested to produce concrete
with the properties specified and is suitable for the job conditions. Furnish fly ash and
Pozzolan test results performed within 6 months of submittal date. Obtain approval
before concrete placement. Submit additional data regarding concrete aggregates if
the source of aggregate changes.
Certificates: Procedure Requirement
Submit the precasting manufacturer’s quality control procedures
accordance with PCI MNL-116.
established in
PART 2 - PRODUCTS
5.
CONCRETE
ACI 211.1 or ACI 318 for Contractor furnished mix design. The minimum compressive
strength of concrete at 28 days shall be 5000 psi unless otherwise indicated. Add airentraining admixtures to produce between 4 and 6 percent air by volume.
6.
CEMENT
ASTM C 150, Type I, II, or III, or ASTM C 595, Type IP or IS blended cement, except as
modified herein. The blended cement shall consist of a mixture of ASTM C 150 cement
and one of the following materials: ASTM C 618 pozzolan or fly ash, or ASTM C 989
ground iron blast-furnace slag. The pozzolan or fly ash content shall not exceed 25
percent by weight of the total cementitious material and the ground iron blast-furnace
slag shall not exceed 50 percent by weight of total cementitious material.
Fly Ash and Pozzolan
ASTM C 618, Type N, F, or C, except that the maximum allowable loss on
ignition shall be 6 percent for Types N and F.
Ground Iron Blast-Furnace Slag
ASTM C 989, Grade 100 or 120.
02588 - 3
Req. REQ 046129
7.
WATER
Provide fresh, clean and potable water.
8.
AGGREGATES
ASTM C 33, Size 57, 67, or 7. Aggregates shall not contain any substance which may
be deleteriously reactive with the alkalies in the cement.
9.
ADMIXTURES
ASTM C 494/C 494M, except that air entraining shall conform to ASTM C 260.
10.
REINFORCEMENT
Reinforcing Bars
ASTM A 615 Grade 60.
Ties and Spirals
Steel, ASTM A 82
Prestressing Steel
Seven-wire stress-relieved strand conforming to ASTM A 416 or stress-relieved wire
conforming to ASTM A 421, Type WA. The minimum ultimate strength shall be
250,000 psi. Prestressing steel shall be free from grease, oil, wax, paint, soil, dirt,
loose rust, kinks, bends, or other defects.
11.
HARDWARE
All structural steel shall conform to ASTM A 36 and zinc alloy AC41A shall conform to
ASTM B 240. The finish shall be hot dipped galvanized in accordance with ASTM A
153.
12.
ELECTRICAL GROUND
All sports lighting poles will be supplied with a #6 stranded copper ground wire cast into
the wall of the pole.
13.
GENERAL
Prior to installation of poles, check for damage, such as cracking, spalling, and
honeycombing. Structurally impaired prestressed members will be rejected.
02588 - 4
Req. REQ 046129
Design poles to support equipment to be placed on poles, wind loading on
equipment and wind loading on pole in accordance with ASCE 7 02. Wind
criteria is 150 MPH, 3 second gust, importance factor 1.15. Submit calculations
prepared and sealed by a registered civil engineer in the State of Louisiana for review.
Poles shall be Prestressed and the concrete placed in steel molds by the centrifugal
spinning process.
Poles shall have a smooth natural form finish, soft gray in color.
Poles shall be designed and constructed so that all wiring and grounding facilities are
concealed within the pole. All handholes, couplings, inserts for step bolts, thru-bolt
holes and ground wire shall be cast into the pole during the manufacturing process.
Poles shall be round in cross section and provide a continuous taper of .18” per foot of
length and provide a minimum ¾” of concrete coverage over the longitudinal steel.
All cable entry holes shall be in accordance with the location and sizes as required by
the buyer and shall be free from sharp edges for passages of electrical wiring. All
handhole frames shall be composed of a non-metallic, non-conductive injection molded
material or a rugged high density cast zinc.
A.
B.
C.
D.
E.
A 3” x 12” or 4” x 10” conduit entrance opening centered 18”
below grade (depending on size of pole).
A 3.5” x 10.5” handhole frame with flush cover centered 3’ 6”
above grade (or as specified).
A 2.5” x 8.5” handhole frame with flush cover located 180
degrees from dis-connect switches.
Top wiring will be through a 2” or 1 ½” threaded coupling
which ever is suitable for the diameter of the pole with
access by way of a 2 ½” x 8” handhold frame with flush
cover located at platform/crossarm level for use during
installation and maintenance of electrical wiring. A “J” hook
wire hanger will be provided at top coupling location for use
with kellems grip. Or as needed by specifier.
All poles shall be provided with a fish wire to facilitate cable
installation.
An aluminum nameplate cast into the wall of the pole approximately 4’5” above the
groundline identifying the manufacturer, manufacture date, length, weight, class and
fabrication number.
Provide lightning protection system. Approved by Engineer.
14.
INSTALLATION
Handling and Erection, pole placement
02588 - 5
Req. REQ 046129
Augering
Poles shall be set in augered holes with permanent casings with a minimum diameter
12 inches larger than the concrete pole and a minimum of 36” in diameter. Each pole
shall be installed in a straight-sided casing. The casing shall be installed by driving or
vibratory methods. The casing is to be designed to have sufficient strength to withstand
handling stresses, concrete placement, and surrounding earth and water pressures.
One the casing has been installed, soils within the casing may be removed by augering.
The inside of the casing shall be cleaned to be free of mud to the maximum depth which
may be practically achieved, but a minimum depth of at least 75% of the casing
embedment. The casing shall be cleaned by mechanically scraping and hydrologicly
scouring the inside of the casing adequately to allow bonding of the concrete to the
casing. Concrete used to fill the annular space between the poles and casings should
be placed with a tremie pipe or pump from the bottom of the hole upward. The concrete
shall be placed so that any drilling fluids or mud will be displaced to maintain the
integrity of the concrete. Cure concrete a minimum of 72 hours before performing
further work on the poles. Fill augered hole around pole with air-entrained concrete
having a minimum compressive strength of 3000 psi at 28 days and finish in a dome.
Cure concrete a minimum of 72 hours before performing further work on poles.
15.
MEASUREMENT AND PAYMENT
All work shall be measured for payment based upon each location, as described on The
Bid Form. Include all elements as required for each location. No separate
measurement for payment will be made for any work described under this section of the
specifications.
02588 - 6
Req. REQ 046129
INDEX
SECTION 02821 – CHAIN-LINK FENCES AND GATES
PARA.
NO.
PARAGRAPH TITLE
PAGE
NO.
1.
SUMMARY
02821-1
2.
PERFORMANCE REQUIREMENTS
02821-1
3.
SUBMITTALS
02821-1
4.
QUALITY ASSURANCE
02821-2
5.
PROJECT CONDITIONS
02821-2
6.
PRODUCTS
02821-2
7.
CHAIN-LINK FENCE FABRIC
02821-2
8.
INDUSTRIAL FENCE FRAMING
02821-3
9.
INDUSTRIAL SWING GATES
02821-4
10.
INDUSTRIAL HORIZONTAL-SLIDE GATES
02821-4
11.
FITTINGS
02821-5
12.
GROUT AND ANCHORING CEMENT
02821-5
13.
POLYMER FINISHES
02821-5
14.
EXECUTION
02821-6
15.
EXAMINATION
02821-6
16.
PREPARATION
02821-6
17.
INSTALLATION, GENERAL
02821-6
18.
CHAIN-LINK FENCE INSTALLATION
02821-6
19.
GATE INSTALLATION
02821-7
Req. REQ. 046129
02821-a
20.
ADJUSTING
02821-7
21
MEASUREMENTS AND PAYMENT
02821-8
Req. REQ. 046129
02821-b
SECTION 02821 - CHAIN-LINK FENCES AND GATES
PART 1 - GENERAL
1.
SUMMARY
This Section includes the following:
Chain-Link Fences
Industrial, galvanized with polymer coating at kennels.
Industrial, galvanized at perimeter fencing.
Gates (as shown on Drawings):
Swing Gates at kennels.
Rolling gates at perimeter fencing as shown on Drawings.
Related Sections include the following:
Division 2 Section "Earthwork" for site excavation, fill, and backfill where chain-link
fences and gates are located.
Division 3 Section "Cast-in-Place Concrete" for concrete.
2.
PERFORMANCE REQUIREMENTS
Structural Performance: Provide chain-link fences and gates capable of withstanding
the effects of gravity loads and the following loads and stresses within limits and under
conditions indicated:
Minimum Post Size and Maximum Spacing for Wind Velocity Pressure: Determine
based on mesh size and pattern specified, and on the following minimum design wind
pressures and according to CLFMI WLG 2445:
Basic wind gust: V = 130 mph
Fence Height: See Drawings.
Line Post Group: IA, ASTM F 1043, Schedule 40 steel pipe.
Wind Exposure Category: B.
3.
SUBMITTALS
Product Data: Include construction details, material descriptions, dimensions of
individual components and profiles, and finishes for chain-link fences and gates.
Fence and gate posts, rails, and fittings.
Chain-link fabric, reinforcements, and attachments.
02821 - 1
Req. REQ 046129
Gates and hardware.
Accessories.
Shop Drawings: Show locations of fences, gates, posts, rails, tension wires, details
of extended posts, extension arms, gate swing, or other operation, hardware, and
accessories.
Indicate materials, dimensions, sizes, weights, and finishes of
components. Include plans, gate elevations, sections, details of post anchorage,
attachment, bracing, and other required installation and operational clearances.
Samples for Initial Selection: Manufacturer's color charts or 6-inch (150-mm) lengths
of actual units showing the full range of colors available for components with factoryapplied color finishes.
Samples for Verification: For each type of chain-link fence and gate indicated.
Polymer-coated galvanized steel wire (for fabric) in 6-inch (150-mm) lengths.
Polymer coating, in 6-inch (150-mm) lengths on shapes for posts, rails, wires, and
gate framing and on full-sized units for accessories.
Maintenance Data: For the following to include in maintenance manuals:
Polymer finishes.
4.
QUALITY ASSURANCE
Installer Qualifications: An experienced installer who has completed chain-link fences
and gates similar in material, design, and extent to those indicated for this Project and
whose work has resulted in construction with a record of successful in-service
performance.
5.
PROJECT CONDITIONS
Field Measurements: Verify layout information for chain-link fences and gates shown
on Drawings in relation to property survey and existing structures. Verify dimensions by
field measurements.
6.
PRODUCTS
7.
CHAIN-LINK FENCE FABRIC
General: Height indicated on Drawings. Provide fabric in one-piece heights measured
between top and bottom of outer edge of selvage knuckle or twist. Comply with
ASTM A 392, CLFMI CLF 2445, and requirements indicated below:
Steel Wire Fabric at kennels: Galvanized Metallic Polymer-coated wire with a diameter
of 0.120 inches (3.05 mm).
Mesh Size: 1 inch (25 mm).
Weight of Metallic (Zinc) Coating: ASTM A 392, Type II, Class 2, 2.0 oz./sq. ft. (610
g/sq. m) with zinc coating applied after weaving.
02821 - 2
Req. REQ 046129
Polymer Coating: ASTM F 668, Class 2b over metallic-coated steel wire.
Color: As selected by Architect from manufacturer's full range, complying with
ASTM F 934.
Steel Wire Fabric at perimeter fencing: Steel Wire Fabric: Galvanized Metallic-coated
wire with a minimum diameter of 0.148 inch (3.76 mm).
Mesh Size: 2 inches (50 mm).
Weight of Metallic (Zinc) Coating: ASTM A 392, Type II, Class 2, 2.0 oz./sq. ft. (610
g/sq. m) with zinc coating applied after weaving.
8.
INDUSTRIAL FENCE FRAMING
Posts and Rails: Comply with ASTM F 1043 for framing, ASTM F 1083 for Group IC
round pipe, and the following:
Group: IA, round steel pipe, hot-dipped galvanized steel pipe conforming to ASTM F
1083, plain ends, standard weight (schedule 40) with not less than 1.8 oz. zinc per sq.
ft. of surface area coated.
Coating for all Steel Framing:
Metallic Coating:
External, Type B, zinc with organic overcoat, consisting of a minimum of 0.9 oz./sq. ft.
(0.27 kg/sq. m) of zinc after welding, a chromate conversion coating, and a clear,
verifiable polymer film. Internal, Type D, consisting of 81 percent, not less than 0.3-mil(0.0076-mm-) thick, zinc pigmented coating.
Polymer coating over metallic coating at kennel area.
Fence Height: See Drawings
Strength Requirement: Light industrial according to ASTM F 1043.
Post Diameter and Thickness: According to ASTM F 1043.
Line Post: 2.375 inches (60 mm) minimum.
End, Corner and Pull Post: 2.875 inches (73 mm) minimum.
Swing Gate Post: According to ASTM F 900.
Top Rail: 1.66-inch OD Type I or II steel pipe. Manufacturer's longest lengths, with
expansion-type couplings, approximately 6 inches long, for each joint. Provide means
for attaching top rail securely to each gate corner, pull, and end post.
02821 - 3
Req. REQ 046129
9.
INDUSTRIAL SWING GATES
General: Comply with ASTM F 900 for single swing gate types.
Metal Pipe and Tubing:
Galvanized steel.
Comply with ASTM F 1043 and
ASTM F 1083 for materials and protective coatings.
Frames and Bracing: Fabricate members from, galvanized steel tubing, shape as
selected by Architect, with outside dimension and weight according to ASTM F 900 and
the following:
Gate Fabric Height: As indicated.
Leaf Width: As indicated.
Frame Members:
Tubular Steel: 1.90 inches (48 mm) round.
Frame Corner Construction:
Welded or assembled with corner fittings.
Hardware: Latches permitting operation from both sides of gate, hinges, center gate
stops and keepers for each gate leaf more than 5 feet (1.52 m) wide. Fabricate latches
with integral eye openings for padlocking; padlock accessible from both sides of gate.
10.
INDUSTRIAL HORIZONTAL-SLIDE GATES
General: Comply with ASTM F 1184 for single slide gate types.
Classification: Type II Cantilever Slide, Class 1 with external roller assemblies.
Metal Pipe and Tubing: Galvanized steel. Comply with ASTM F 1184 for materials and
protective coatings.
Frames and Bracing: Fabricate members from round, galvanized steel tubing with
outside dimension and weight according to ASTM F 1184 and the following:
Gate Fabric Height: 6 feet (1.83 m).
Gate Opening Width: As indicated on Drawings.
Frame Members:
Tubular Steel: 1.90 inches (48 mm) round.
Bracing Members:
Tubular Steel: 1.90 inches (48 mm) round.
Frame Corner Construction:
Welded frame with panels assembled with bolted or riveted corner fittings and 5/16inch- (7.9-mm-) diameter, adjustable truss rods for panels 5 feet (1.52 m) wide or wider.
02821 - 4
Req. REQ 046129
Roller Guards: As required per ASTM F 1184 for Type II, Class 1 gates.
Hardware: Latches permitting operation from both sides of gate, locking devices
hangers roller assemblies and stops fabricated from galvanized steel. Fabricate latches
with integral eye openings for padlocking; padlock accessible from both sides of gate.
11.
FITTINGS
General: Comply with ASTM F 626.
Rail Fittings: Provide the following:
Top Rail Sleeves: Pressed-steel or round-steel tubing not less than 6 inches (152 mm)
long.
Tie Wires, Clips, and Fasteners: According to ASTM F 626.
Standard Round Wire Ties: For attaching chain-link fabric to posts, rails, and frames,
complying with the following:
Hot-Dip Galvanized Steel: 0.148-inch- (3.76-mm-) diameter wire; galvanized coating
thickness matching coating thickness of chain-link fence fabric.
Finish:
Metallic Coating for Pressed Steel or Cast Iron: Not less than 1.2 oz. /sq. ft. (366 g /sq.
m) zinc.
12.
GROUT AND ANCHORING CEMENT
Nonshrink, Nonmetallic Grout: Premixed, factory-packaged, nonstaining, noncorrosive,
nongaseous grout complying with ASTM C 1107. Provide grout, recommended in
writing by manufacturer, for exterior applications.
Erosion-Resistant Anchoring Cement:
Factory-packaged, nonshrink, nonstaining,
hydraulic-controlled expansion cement formulation for mixing with potable water at
Project site to create pourable anchoring, patching, and grouting compound. Provide
formulation that is resistant to erosion from water exposure without needing protection
by a sealer or waterproof coating and that is recommended in writing by manufacturer,
for exterior applications.
13.
POLYMER FINISHES
Supplemental Color Coating: In addition to specified metallic coatings for steel, provide
fence components with polymer coating.
Metallic-Coated Steel Tension Wire: PVC-coated wire complying with ASTM F 1664,
Class 2b.
Metallic-Coated Steel Framing and Fittings:
Comply with ASTM F 626 and
ASTM F 1043 for polymer coating applied to exterior surfaces and, except inside cap
shapes, to exposed interior surfaces.
02821 - 5
Req. REQ 046129
Polymer Coating: Not less than 10-mil- (0.254-mm-) thick PVC or 3-mil- (0.076-mm-)
thick polyester finish.
Color: As selected by Architect from manufacturer's full range, complying with
ASTM F 934.
14.
EXECUTION
15.
EXAMINATION
Examine areas and conditions, with Installer present, for compliance with requirements
for a verified survey of property lines and legal boundaries, site clearing, earthwork,
pavement work, and other conditions affecting performance.
Do not begin installation before final grading is completed, unless otherwise permitted
by Architect.
Proceed with installation only after unsatisfactory conditions have been corrected.
16.
PREPARATION
Stake locations of fence lines, gates, and terminal posts. Do not exceed intervals of
500 feet (152.5 m) or line of sight between stakes. Indicate locations of utilities, lawn
sprinkler system, underground structures, benchmarks, and property monuments.
17.
INSTALLATION, GENERAL
Install chain-link fencing to comply with ASTM F 567 and more stringent requirements
specified.
18.
CHAIN-LINK FENCE INSTALLATION
Post Excavation: Drill or hand-excavate holes for posts to diameters and spacings
indicated, in firm, undisturbed soil.
Post Setting: Set posts in concrete at indicated spacing into firm, undisturbed soil.
Verify that posts are set plumb, aligned, and at correct height and spacing, and hold in
position during setting with concrete or mechanical devices.
Concrete Fill: Place concrete around posts to dimensions indicated and vibrate or tamp
for consolidation. Protect aboveground portion of posts from concrete splatter.
Exposed Concrete: Extend 2 inches (50 mm) above grade; shape and smooth to shed
water.
Posts Set into Concrete in Sleeves: Use steel pipe sleeves preset and anchored into
concrete for installing posts. After posts have been inserted into sleeves, fill annular
space between post and sleeve with nonshrink, nonmetallic grout, mixed and placed to
02821 - 6
Req. REQ 046129
comply with anchoring material manufacturer's written instructions, and finished sloped
to drain water away from post.
Terminal Posts: Locate terminal end, corner, and gate posts per ASTM F 567 and
terminal pull posts at changes in horizontal or vertical alignment of as indicated on
Drawings.
Line Posts: Space line posts uniformly at 8 feet (2.44 m) o.c.
Post Bracing and Intermediate Rails: Install according to ASTM F 567, maintaining
plumb position and alignment of fencing. Install braces at end and gate posts and at
both sides of corner and pull posts.
Locate horizontal braces at midheight of fabric 6 feet (1.83 m) or higher, on fences with
top rail and at 2/3 fabric height on fences without top rail. Install so posts are plumb
when diagonal rod is under proper tension.
Top Rail: Install according to ASTM F 567, maintaining plumb position and alignment of
fencing. Run rail continuously through line post caps, bending to radius for curved runs
and terminating into rail end attached to posts or post caps fabricated to receive rail at
terminal posts. Provide expansion couplings as recommended in writing by fencing
manufacturer.
Bottom Rails: Install, spanning between posts.
Chain-Link Fabric: Apply fabric to outside of enclosing framework. Leave 2 inches (50
mm) between finish grade or surface and bottom selvage, unless otherwise indicated.
Pull fabric taut and tie to posts, rails, and tension wires. Anchor to framework so fabric
remains under tension after pulling force is released.
Tension or Stretcher Bars: Thread through fabric and secure to end, corner, pull, and
gate posts with tension bands spaced not more than 15 inches (380 mm) o.c.
Tie Wires: Use wire of proper length to firmly secure fabric to line posts and rails.
Attach wire at 1 end to chain-link fabric, wrap wire around post a minimum of 180
degrees, and attach other end to chain-link fabric per ASTM F 626. Bend ends of wire
to minimize hazard to individuals and clothing.
Maximum Spacing: Tie fabric to line posts at 12 inches (300 mm) o.c. and to braces at
24 inches (610 mm) o.c.
19.
GATE INSTALLATION
Install gates according to manufacturer's written instructions, level, plumb, and secure
for full opening without interference. Attach fabric as for fencing. Attach hardware
using tamper-resistant or concealed means. Install ground-set items in concrete for
anchorage. Adjust hardware for smooth operation and lubricate where necessary.
20.
ADJUSTING
Gate: Adjust gate to operate smoothly, easily, and quietly, free of binding, warp,
excessive deflection, distortion, nonalignment, misplacement, disruption, or malfunction,
02821 - 7
Req. REQ 046129
throughout entire operational range. Confirm that latches and locks engage accurately
and securely without forcing or binding.
Lubricate hardware and other moving parts.
21.
MEASUREMENTS AND PAYMENT
All work shall be measured for payment based upon each location, as described on The
Bid Form. Include all elements as required for each location. No separate
measurement for payment will be made for any work described under this section of the
specifications.
02821 - 8
Req. REQ 046129
INDEX
SECTION 16010 – BASIC ELECTRICAL REQUIREMENTS
PARA.
NO.
PARAGRAPH TITLE
PAGE
NO.
1.
RELATED DOCUMENTS
16010-1
2.
DESCRIPTION OF WORK
16010-1
3.
DRAWINGS AND SPECIFICATIONS
16010-1
4.
LAWS, CODES, AND PERMITS
16010-2
5.
JOB SITE
16010-2
6.
TEMPORARY POWER
16010-3
7.
SERVICE INTERRUPTIONS
16010-3
8.
WARRANTY
16010-3
9.
MATERIALS
16010-3
10.
SUBSTITUTIONS
16010-3
11.
SUBMITTALS
16010-4
12.
INSTALLATION
16010-4
13.
AS-BUILT DRAWINGS & OPERATING INSTRUCTIONS
16010-4
14.
CUTTING AND PATCHING
16010-4
15.
EXCAVATING AND BACKFILLING
16010-5
16.
PAINTING
16010-5
17.
EXISTING EQUIPMENT
16010-5
18.
MEASUREMENT AND PAYMENT
16010-5
Req. REQ. 046129
16010 - a
SECTION 16010 – BASIC ELECTRICAL REQUIREMENTS
PART 1 - GENERAL
1.
RELATED DOCUMENTS
All drawings and general provisions of the contract, including General Conditions,
Supplementary Conditions, and other Division 1 Specifications, apply to this section.
Separation of Specifications into Sections is for convenience only and is not intended to
establish limits of work or liability. The following sections apply to this project:
16010 – Basic Electrical Requirements
16100 – Basic Electrical Materials and Methods
16300 – Overhead Support Structures and Cabling
16400 – Panelboards
16500 – Lighting Fixtures
16600 – RF Radio and Networking Equipment
16700 – Workstation Console
2.
DESCRIPTION OF WORK
Furnish all labor, tools, materials, fixtures, equipment, accessories, transportation, etc.,
required for a complete electrical lighting and power systems, and a fully functioning
wireless broadband network, complete with necessary auxiliaries as indicated on the
drawings and specifications.
Reference the civil/structural documents for installation details of the concrete poles
required for the wireless radio transmitters. Coordinate with supplier of concrete poles
for the provision of handholes, threaded inserts, lightning arrestors, etc., as needed for
the complete and proper installation of obstruction lights, lightning arrestors and
downleads, power wiring, and networking equipment and wiring.
Also included in the work is the installation of wood ferry poles to provide power and
network connections to the concrete poles, and two monitor stations inside Harbor
Police Department Building, complete with furniture and network connections.
3.
DRAWINGS AND SPECIFICATIONS
The drawings showing the layout of electrical work indicate the approximate location of
electrical and network equipment. The contractor shall refer to structural drawings as
well as equipment manufacturer’s shop drawings and rough-in drawings, and adjust
work accordingly to provide a coordinated installation. All adjustments and minor
deviations necessary shall be made without additional cost to the owner. It shall be the
electrical contractor’s responsibility to see that all equipment such as pull boxes,
16010-1
Req. REQ 046129
junction boxes, panelboards, and other apparatus, that may require maintenance from
time to time, are made accessible. Any condition that may occur during construction
which conflicts with accessibility to the proposed installation of the electrical equipment,
shall be brought to the Engineer’s attention prior to the point at which a change in
location would require additional cost and delays to construction.
The drawings and specifications are complementary and what is shown and/or called
for on one shall be furnished and installed the same as if shown and/or called for on the
other.
Where the Contractor is not certain about the method of installation, he shall ask the
Engineer for further installation details. Lack of details, not requested, will not be an
excuse for improper installation.
When a color or other condition for a product is specified to be determined by the
Engineer, the submittal for that item shall be clearly marked with the available options.
(Do not select a color or other condition in the submittal) The Engineer shall be
specifically asked by the contractor to provide the required information, and that product
shall not be manufactured prior to obtaining such information.
4.
LAWS, CODES, AND PERMITS
The latest accepted edition of the National Electrical Code (NFPA 70), National
Electrical Safety Code (IEEE-C2), and all applicable FCC, and FAA requirements shall
be considered a part of these specifications, and pertinent articles will not be repeated
herein. These codes establish the minimum acceptable criteria where more stringent
requirements have not been defined in these specifications and/or drawings.
The Contractor shall submit all information associated with installations near and over
the existing Public Belt railroad tracks electrical work, and receive approval prior to
commencement. This Contractor shall give notice to the proper authorities in ample
time for the work to be inspected and approved as it progresses, and no work shall be
concealed until inspected and approved by authorized inspectors. If the plans or these
specifications in any way conflict with the adopted codes, the Engineer shall be notified
of this condition and approval secured before changes are made.
5.
JOB SITE
Prior to submitting quotation for electrical work, Contractor shall attend the pre-bid walk
through, as scheduled in other sections of the specifications, and examine the job site
with all authorities concerned in order to become familiar with all existing conditions
pertinent to the work to be performed thereon. No additional compensation will be
allowed for failure to be so informed.
Where existing equipment/overhead installations, including wireless lines-of-sight,
conflict with work of this project, the contractor shall notify the Engineer of the conflict.
16010-2
Req. REQ 046129
6.
TEMPORARY POWER
The Contractor shall be responsible for providing temporary light and power to the
construction site as necessary to meet all of the OSHA requirements for construction,
and as required by the general contractor and various sub-contractors.
7.
SERVICE INTERRUPTIONS
Services to the buildings shall be kept in operation at all times during construction. If a
situation occurs that the service needs to be interrupted, the Contractor shall be
responsible for contacting the proper authorities to schedule the outage at a time that is
convenient to the occupants. It shall be understood that this outage may have to be
scheduled after regular working hours or on the weekends. Allowances shall be added
to the Contractors bid to cover the cost of any overtime work. This shall come at no
additional cost to the Owner after the bid date.
8.
WARRANTY
The contractor shall guarantee all labor and materials for a period of twelve (12) months
from the date of final acceptance. All defective materials and work shall be replaced
with new materials or equipment. This shall come at no additional cost to the Owner.
PART 2 – PRODUCTS
9.
MATERIALS
Equipment and materials shall be new and shall be listed by Underwriters Laboratories
for the purpose for which they are being used.
Substitutions to materials listed on the drawings and specifications can be made as long
as they are approved as acceptable by the Engineer, in accordance with all prior
approval requirements as detailed in other sections of the specifications.
All termination lugs shall be rated 75 degree C minimum and shall be compatible with
the number and size of wires to be terminated.
10.
SUBSTITUTIONS
Names of manufacturers or catalog numbers are mentioned herein in order to establish
a standard as to design quality. Other products similar in design and of equal quality
may be used if submitted to the Engineer and found acceptable by him. Refer to the
general conditions for additional information on prior approval requirements.
When the contractor elects to use an acceptable alternate manufacturer’s equipment,
the contractor shall be responsible to coordinate the change with all trades affected and
pay for any additional work required under this or any other division affected by the
substitution.
16010-3
Req. REQ 046129
11.
SUBMITTALS
Within thirty days of the award of the contract, the Contractor shall be responsible for
submitting eight (8) copies of submittals containing catalog cuts and performance data
for all material and equipment proposed for use. These submittals shall be reviewed by
the Engineer for general compliance to the contract documents. The Engineer’s review
of these submittals in no way modifies the contract or relieves the Contractor from
compliance with the contract unless a difference is clearly stated in the submission and
specific acceptance is given by the Engineer as a change to the contract.
Submittals shall be identified with the project name and the contractors name and have
the contractor’s stamp showing that he has reviewed the submittal and found it to be in
accordance with the plans and specifications.
Submittals that do not comply with the above will be returned, without review, for
resubmission.
All shop drawings must be reviewed before the various factories start fabrication.
PART 3 – EXECUTION
12.
INSTALLATION
Ask for details whenever uncertain about installation method. Lack of details requested
shall not excuse proper installation and corrections shall be the responsibility of the
contractor.
13.
AS-BUILT DRAWINGS & OPERATING INSTRUCTIONS
The Contractor shall be responsible for providing As-Built drawings to the Engineer at
the completion of the project. The Contractor shall be provided with the AutoCad bid
document files (2007 release) for use in preparing as-built documents. Contractor hsall
deliver as-built documents as follows: 2 copies printed on bond paper (full size), and 1
compact disc containing AutoCad files (2007 release), PDF files of all drawings, and
PDF files of all equipment cut sheets. As-built drawings shall contain all information on
equipment installations, including locations, and all manufacturer model numbers,
including cable types and quantities. Final payment shall be withheld until these
drawings are accepted by the Engineer.
The Contractor shall also furnish two bound sets of any operating instructions and
maintenance manuals to the Engineer upon completion of the project.
14.
CUTTING AND PATCHING
The Contractor shall be responsible for all cutting and patching that is required to
complete the installation of the electrical systems. All work shall be coordinated
16010-4
Req. REQ 046129
between trades with strict accordance with the requirements of the General Conditions.
Structural members shall not be cut or modified without the approval of the Engineer.
All concrete patching shall be performed in accordance with requirements of the
Structural Engineer.
The Contractor shall be responsible for covering, caulking, or otherwise to make
weatherproof all openings created in the exterior walls of buildings for electrical work
performed herein. This includes openings around conduit penetrations. Contractor
shall seal all penetrations through interior walls, and shall provide painting touch-up in
any unconcealed areas.
15.
EXCAVATING AND BACKFILLING
The Contractor shall be responsible for all excavating and backfilling required to
complete the installation of the electrical systems. All excess material and debris shall
be removed. All backfilling shall be with sand. Backfilling shall be thoroughly tamped
and compacted, in accordance with requirements of Structural Engineer.
It shall be the Contractor’s responsibility to locate all underground utilities before
trenching and excavating. In all instances, Contractor shall mark locations of proposed
underground installations, and provide necessary documentation to owner for review.
Contractor shall receive approval form owner prior to commencement. Contractor shall
be responsible for any repairs to existing utilities where approval from owner is not
obtained.
16.
PAINTING
Any damaged surfaces of factory items shall be repaired by the Contractor to an
acceptable level determined by the Engineer.
17.
EXISTING EQUIPMENT
The Contractor shall be responsible for the removal and reinstallation of any electrical
equipment, such as light fixtures, that shall be reused. Any existing electrical equipment
that is removed and not reused shall be returned to the Owner. Any material that the
Owner does not wish to keep shall be removed from the site by the Contractor.
18.
MEASUREMENT AND PAYMENT
All work shall be measured for payment based upon each location, as described on The
Bid Form. Include all elements as required for each location. No separate
measurement for payment will be made for any work described under this section of the
specifications.
16010-5
Req. REQ 046129
INDEX
SECTION 16100 – BASIC ELECTRICAL MATERIALS AND METHODS
PARA.
PAGE
NO.
PARAGRAPH TITLE
NO.
1.
SUMMARY
16100-1
2.
QUALITY ASSURANCE
16100-1
3.
COORDINATION
16100-1
4.
RACEWAYS
16100-2
5.
WIRES, CABLES, AND CONNECTIONS
16100-2
6.
WIRING DEVICES
16100-2
7.
GROUNDING
16100-3
8.
SAFETY SWITCHES AND FUSES
16100-3
9.
SUPPORTING DEVICES
16100-3
10.
EQUIPMENT FOR UTILITY COMPANY’S ELECTRICITY
METERING
16100-4
11.
ELECTRICAL EQUIPMENT INSTALLATION
16100-4
12.
RACEWAY APPLICATION
16100-4
13.
RACEWAY AND CABLE INSTALLATION
16100-5
14.
WIRING INSTALLATION
16100-5
15.
SUPPORT INSTALLATION
16100-6
16.
IDENTIFICATION MATERIALS AND DEVICES
16100-6
17.
ELECTRICITY-METERING EQUIPMENT
16100-7
18.
FIRESTOPPING
16100-7
Req. REQ. 046129
16100 - a
19.
MOUNTING HEIGHTS
16100-7
20.
MEASUREMENT AND PAYMENT
16100-7
Req. REQ. 046129
16100 - b
SECTION 16100 - BASIC ELECTRICAL MATERIALS AND METHODS
PART 1 – GENERAL
1.
SUMMARY
This Section includes the following:
Raceways
Wires, cables, and connections
Wiring devices
Grounding
Safety Switches and fuses
Supporting devices for electrical components
Equipment for utility company’s electricity metering
2.
QUALITY ASSURANCE
Electrical Components, Devices, and Accessories shall be listed and labeled as defined
in NFPA 70, Article 100, by a testing agency acceptable to authorities having
jurisdiction, and marked for intended use.
Devices for Utility Company Electricity Metering shall comply with utility company
published standards.
3.
COORDINATION
Coordinate chases, slots, inserts, sleeves, and openings for electrical supports,
raceways, and cable with general construction work. Prior to release of concrete poles
for fabrication, Contractor shall coordinate all provisions for the installation of lightning
arrestors, handholes, and any threaded inserts for mounting of obstruction lights,
antennas, conduit, etc.
Sequence, coordinate, and integrate installing electrical materials and equipment for
efficient flow of the Work.
Coordinate electrical service connections to components furnished by utility companies.
16100-1
Req. REQ 046129
Coordinate installation and connection of exterior underground and overhead utilities
and services, including provision for service entrances and electricity-metering
components.
Where electrical identification devices are applied to field-finished surfaces, coordinate
installation of identification devices with completion of finished surface.
PART 2 – PRODUCTS
4.
RACEWAYS
EMT: Electrical metallic tubing; ANSI C80.3, zinc-coated steel.
FMC: Flexible metal conduit; zinc-coated steel.
IMC: Intermediate metal conduit; ANSI C80.6, zinc-coated steel, with threaded fittings.
LFMC: Liquidtight flexible metal conduit; zinc-coated steel with sunlight-resistant and
mineral-oil-resistant plastic jacket.
RMC: Rigid metal conduit; galvanized rigid steel; ANSI C80.1.
RNC: Rigid nonmetallic conduit; NEMA TC 2, Schedule 40 or 80 PVC, with NEMA TC3
fittings.
Raceway Fittings: Specifically designed for raceway type with which used.
5.
WIRES, CABLES, AND CONNECTIONS
All power conductors shall be copper.
Conductors, No. 10 AWG and Smaller: Solid or stranded copper.
Conductors, Larger Than No. 10 AWG: Stranded copper.
No wire shall be smaller than #12 AWG unless noted otherwise.
Insulation: Thermoplastic, rated 600 V, 90 deg C minimum, Type THHN-THWN, or
USE depending on application.
Wire Connectors and Splices: Units of size, ampacity rating, material, type, and class
suitable for service indicated.
6.
WIRING DEVICES
Wall Switches shall be 20A, 120/277V, AC type designed for quiet operation.
Duplex receptacles shall be 20A/2 pole, 3-wire, 125V, grounding type.
16100-2
Req. REQ 046129
All devices shall be specification grade as manufactured by Hubbell, Leviton, or
approved equal.
All device plates shall be brushed stainless steel with matching counter sunk screws
unless noted otherwise.
Use multigang plates where devices are grouped together.
Boxes and fittings shall comply with article 314 of the NEC. Particular attention shall be
paid to the number of conductors allowed in an outlet box or junction box. Contractor
shall make provisions to prevent overcrowding outlet and junction boxes regardless of
the number of conductors shown on the plans at the outlets.
In locations where power, combination, and tele/data outlets are mounted together, care
shall be taken to minimize the overall spacing along the wall. Consult with the Engineer
for specific details.
7.
GROUNDING
The grounding system shall be in accordance with N.E.C. Article 250.
A grounding conductor shall be provided in all conduit.
8.
SAFETY SWITCHES AND FUSES
Safety switches shall be of the quick-make, quick-break, heavy-duty, fusible or nonfusible type with cover interlock to prevent opening of the door when the switch is in the
“ON” position. Use NEMA 3R enclosures outdoors and NEMA 1 enclosures indoors,
unless otherwise noted.
Provide a complete set of dual-element, class RK-1 or class J fuses of ampere rating
shown on the drawings. Furnish the owner with 20% spare fuses with at least one set
for every rating.
All fuses shall have a minimum interrupting rating of 200,000 A.
9.
SUPPORTING DEVICES
Exterior equipment frames: Minimum 2” angle iron, hot-dipped galvanized after
fabrication.
Equipment mounting supports: Pre-galvanized C-channel with manufacturer provided
mounting accessories, Unistrut or equal.
Raceway and Cable Supports: Manufactured clevis hangers, ring clamps, riser clamps,
straps, threaded C-clamps with retainers, ceiling trapeze hangers, wall brackets, and
spring-steel clamps or click-type hangers.
16100-3
Req. REQ 046129
Pipe Sleeves: ASTM A 53, Type E, Grade A, Schedule 40, galvanized steel, plain
ends.
Cable Supports for Vertical Conduit: Factory-fabricated assembly consisting of
threaded body and insulating wedging plug for non-armored electrical cables in riser
conduits. Plugs have number and size of conductor gripping holes as required to suit
individual risers. Body constructed of malleable-iron casting with hot-dip galvanized
finish.
Expansion Anchors: Carbon-steel wedge or sleeve type.
Toggle Bolts: All-steel springhead type.
10.
EQUIPMENT FOR UTILITY COMPANY'S ELECTRICITY METERING
Comply with requirements of electrical power utility company for current transformer
cabinets, meter sockets, and modular meter centers.
PART 3 - EXECUTION
11.
ELECTRICAL EQUIPMENT INSTALLATION
Headroom Maintenance: If mounting heights or other location criteria are not indicated,
arrange and install components and equipment to provide maximum possible headroom.
Materials and Components: Install level, plumb, and parallel and perpendicular to other
building systems and components, unless otherwise indicated.
Equipment: Install to facilitate service, maintenance, and repair or replacement of
components. Connect for ease of disconnecting, with minimum interference with other
installations.
12.
RACEWAY APPLICATION
Outdoor Installations:
Exposed: RMC.
Concealed: RNC.
Underground, Single Run: RNC.
Underground, Grouped: RNC.
Connection to Vibrating Equipment: LFMC.
Boxes and Enclosures: NEMA 250, Type 3R or Type 4, unless otherwise indicated.
16100-4
Req. REQ 046129
Indoor Installations:
Exposed: EMT except in wet or damp locations, use IMC.
Concealed in Walls or Ceilings: EMT.
In Concrete Slab: RNC.
Below Slab on Grade or in Crawlspace: RNC.
Connection to Vibrating Equipment: FMC; except in wet or damp locations: LFMC.
Boxes and Enclosures: NEMA 250, Type 1, unless otherwise indicated.
13.
RACEWAY AND CABLE INSTALLATION
Conceal raceways and cables, unless otherwise indicated, within finished walls,
ceilings, and floors.
Exposed conduits shall be installed with runs arranged perpendicular to walls and
ceilings.
Keep legs of raceway bends in the same plane and keep straight legs of offsets parallel.
Install pull wires in empty raceways. Leave at least 12 inches of slack at each end of
pull wires.
Connect motors and equipment subject to vibration, noise transmission, or movement
with a maximum of 72-inches flexible metallic conduit. Install LFMC in wet or damp
locations. Install separate ground conductor across flexible connections.
Unless a larger size is indicated, raceways, troughs, and junction boxes shall be sized
in accordance with the fill requirements of the NEC.
Provide color-coding of wires and mark panels in accordance with NEC article 210.5 (C)
and NEC article 215.12 (C) when more than one voltage is present for branch circuits.
14.
WIRING INSTALLATION
Make splices and taps that are compatible with conductor material and that possess
equivalent or better mechanical strength and insulation ratings than unspliced
conductors.
No wires shall be pulled in until the conduit system is complete. Ideal “Yellow 77” or
other approved pulling lubricant shall be used.
16100-5
Req. REQ 046129
15.
SUPPORT INSTALLATION
Support parallel runs of horizontal raceways together on trapeze or bracket-type
hangers.
Size supports for multiple raceways or cable runs so capacity can be increased by a 25
percent minimum in the future.
Support individual horizontal single raceways with separate, malleable-iron pipe
hangers or clamps except use spring-steel fasteners for 1-1/2-inch and smaller single
raceways above suspended ceilings and for fastening raceways to slotted channel and
angle supports.
Install sleeves for cable and raceway penetrations of concrete slabs and walls unless
core-drilled holes are used. Install sleeves for cable and raceway penetrations of
masonry and fire-rated gypsum walls and of all other fire-rated floor and wall
assemblies. Install sleeves during erection of concrete and masonry walls.
Secure electrical items and their supports to building structure, using the following
methods unless other fastening methods are indicated:
Wood: Wood screws or screw-type nails.
Gypsum Board: Toggle bolts. Seal around sleeves with joint compound, both sides
of wall.
Masonry: Toggle bolts on hollow block and expansion bolts on solid block. Seal
around sleeves with mortar, both sides of wall.
New Concrete: Concrete inserts with machine screws and bolts.
Existing Concrete: Expansion bolts.
Structural Steel: Spring-tension clamps.
Light Steel Framing: Sheet metal screws.
Fasteners for Damp, Wet, or Weather-Exposed Locations: Stainless steel.
Light Steel: Sheet-metal screws.
Fasteners: Select so load applied to each fastener does not exceed 25 percent of
its proof-test load.
16100-6
Req. REQ 046129
16.
IDENTIFICATION MATERIALS AND DEVICES
Install at locations for most convenient viewing without interference with operation and
maintenance of equipment.
Coordinate names, abbreviations, colors, and other designations used for electrical
identification with corresponding designations indicated in the Contract Documents or
required by codes and standards. Use consistent designations throughout Project.
Install continuous underground plastic markers during trench backfilling, for exterior
underground power, control, signal, and communication lines.
17.
ELECTRICITY-METERING EQUIPMENT
Install utility company metering equipment according to utility company's written
requirements. Provide grounding and empty conduits as required by utility company.
18.
FIRESTOPPING
Penetrations through interior walls shall be sealed with a material capable of preventing
the passage of flames and hot gases when tested in accordance with ASTM-EB14.
Notify the Engineer for inspection of all completed fire and/or smoke barrier walls before
any construction is installed that would conceal construction and prevent a proper
inspection. Access to random selected areas may be required by the Engineer at the
time of final inspection if this notification is not given.
Provide detailed instructive cut sheets of the fire penetration sealing system used to the
Engineer at the time of inspection. Random selective sampling by the Contractor will be
observed by the Engineer and the Fire Marshall’s inspector.
19.
MOUNTING HEIGHTS
Unless otherwise noted on the drawings or required by the Engineer, the following
mounting heights shall apply. Unless noted otherwise, mounting heights are to the
centerline of the device:
Receptacles
18” above floor
Toggle Switches
48” above floor
Panelboards
72” to top
Telephone Outlets 18” above floor
Data Outlets
18” above floor
Meter Can
60”-72” to centerline
16100-7
Req. REQ 046129
20.
MEASUREMENT AND PAYMENT
All work shall be measured for payment based upon each location, as described on The
Bid Form. Include all elements as required for each location. No separate
measurement for payment will be made for any work described under this section of the
specifications.
16100-8
Req. REQ 046129
INDEX
SECTION 16300 – OVERHEAD SUPPORTING STRUCTURES AND CABLING
PARA.
PAGE
NO.
PARAGRAPH TITLE
NO.
1.
SUMMARY
16300-1
2.
QUALITY ASSURANCE
16300-1
3.
STANDARDS
16300-1
4.
TREATED WOOD POLES AND ANCHORS
16300-1
5.
AERIAL POWER CABLE
16300-2
6.
AERIAL FIBER OPTIC CABLE
16300-2
7.
POLES
16300-2
8.
MEASUREMENT AND PAYMENT
16300-2
Req. REQ. 046129
16300 - a
SECTION 16300 – OVERHEAD SUPPORTING STRUCTURES AND CABLING
PART 1 - GENERAL
1.
SUMMARY
This Section includes the following:
Treated wood poles
Guy wires and anchors
Grounding
Cabling
Cable dead end terminations
2.
QUALITY ASSURANCE
Electrical Components, Devices, and Accessories shall be listed and labeled as defined
in NFPA 70, Article 100, by a testing agency acceptable to authorities having
jurisdiction, and marked for intended use, and shall meet the requirements of
ANSI/IEEE standards as applicable.
3.
STANDARDS
Materials and installation shall meet all requirements of the National Electrical Safety
Code, and in particular:
NESC 21: Grounding
NESC 23: Clearances
NESC 24: Grades of Construction
PART 2 - PRODUCTS
4.
TREATED WOOD POLES AND ANCHORS
Wood poles shall be class 2, Penta or CCA treated, meeting the requirements of ANSI
05.1 for strength, sweep and crook.
Guy wires shall be minimum 1/4” diameter. Guy wire and all accessories (eyebolts,
turnbuckles, terminations/clamps, etc.) shall be hot-dipped galvanized.
16300-1
Req. REQ 046129
Anchors shall be screw-type, minimum 5 feet long, with a minimum 6 inch helix, yielding
a pulling force of 4000 pounds or greater in a weak soil application. At contractor
option, an expanding anchor may be substituted, providing the minimum pulling force of
4000 pounds is achieved.
5.
AERIAL POWER CABLE
Aerial power cable shall be aluminum quadruplex with XLPE 600V insulation.
Messenger shall be ACSR. Insulated conductor size shall be #6 AWG.
6.
AERIAL FIBER OPTIC CABLE
Aerial fiber optic cable shall be messenger stranded, loose tube, armored, outside plant,
singlemode, fiber optic cable. Provide quantity 12 singlemode, non-zero dispersionshifted fibers. Commscope M-012-LA-8T-F12NS, or prior-approved equal.
PART 3 – EXECUTION
7.
POLES
Poles shall be installed plumb, with a minimum burial depth of 8 feet, or as required by
installation conditions to achieve 120 MPH nominal wind loading with a 3-second gust
factor. All poles shall be provided with a 24” lightning arrestor mounted at the tip, and a
bare #6 AWG solid ground wire routed down pole to a 3/4” x 10’ copperbonded driven
ground rod. Use listed grounding clamp installed above grade. Install guy wires and
anchors in accordance with NESC requirements and industry standards. Guy wires
shall be grounded, and protected at base with colored plastic sheaths. Install overhead
cables as shown on the drawings and described herein. Cable messengers shall be
dead-ended in accordance with NESC and manufacturer’s recommendations.
Provide minimum 30-inch clearance between supply and communications cables per
NESC. Provide minimum clearance of 24 feet where aerial cables are routed over
existing railroad tracks. Measurements are taken from the top of rail to the lowest point
of the aerial cable within a 20-foot wide servitude centered on each set of tracks.
Provide minimum clearance of 16 feet where aerial cables are routed over existing
roadways. Measurements are taken from the top of roadway crest to the lowest point of
the aerial cable within the roadway and shoulder. Pole locations as shown on the
drawings are approximate. Adjust locations as necessary to achieve appropriate line of
sight, and required clearances from existing overhead utilities and buildings.
8.
MEASUREMENT AND PAYMENT
All work shall be measured for payment based upon each location, as described on The
Bid Form. Include all elements as required for each location. No separate
measurement for payment will be made for any work described under this section of the
specifications.
16300-2
Req. REQ 046129
16300-3
Req. REQ 046129
INDEX
SECTION 16400 – PANELBOARDS
PARA.
NO.
PARAGRAPH TITLE
PAGE
NO.
1.
SUMMARY
16400-1
2.
SUBMITTALS
16400-1
3.
QUALITY ASSURANCE
16400-1
4.
MANUFACTURERS
16400-1
5.
FABRICATION AND FEATURES
16400-2
6.
LIGHTING AND APPLIANCE BRANCH-CIRCUIT
PANELBOARDS
16400-2
7.
DISTRIBUTION PANELBOARDS
16400-2
8.
INTEGRATED TRANSIENT VOLTAGE SURGE SUPPRESSION 16400-2
9.
OVERCURRENT PROTECTIVE DEVICES
16400-3
10.
INSTALLATION
16400-4
11.
IDENTIFICATION
16400-4
12.
MEASUREMENT AND PAYMENT
16400-5
Req. REQ. 046129
16400 - a
SECTION 16400 – PANELBOARDS
PART 1 - GENERAL
1.
SUMMARY
This Section includes branch-circuit panelboards.
2.
SUBMITTALS
Product Data: For each type of panelboard, overcurrent protective device, accessory,
and component indicated. Include dimensions and manufacturers' technical data on
features, performance, electrical characteristics, ratings, and finishes.
Operation and maintenance data.
3.
QUALITY ASSURANCE
Electrical Components, Devices, and Accessories: Listed and labeled as defined in
NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction,
and marked for intended use.
Comply with NEMA PB 1.
Comply with NFPA 70.
PART 2 – PRODUCTS
4.
MANUFACTURERS
Available Manufacturers: Subject to compliance with requirements, manufacturers
offering products that may be incorporated into the Work include, but are not limited to,
the following:
Eaton Corp.; Cutler-Hammer Products.
Siemens Energy & Automation, Inc.
Square D Co.
General Electric.
5.
FABRICATION AND FEATURES
Enclosures: Flush- and surface-mounted cabinets. NEMA PB 1, Type 1, suitable for
environmental conditions at installed location.
16400 -1
Req. REQ 046129
Outdoor Locations: NEMA 250, Type 3R.
Other Wet or Damp Indoor Locations: NEMA 250, Type 4.
Hazardous Areas Indicated on Drawings: NEMA 250, Type 7C.
Front: For surface-mounted fronts, match box dimensions; for flush- mounted fronts,
overlap box.
Finish: Manufacturer's standard enamel finish over corrosion-resistant treatment or
primer coat.
Directory Card: A clear plastic directory holder shall be mounted inside panelboard
door.
Bus: Hard-drawn copper, 98 percent conductivity.
Equipment Ground Bus: Adequate for feeder and branch-circuit equipment ground
conductors; bonded to box.
Panelboard Short-Circuit Rating: Fully rated to interrupt symmetrical short- circuit
current as scheduled on drawings.
Panelboards with Main Service Disconnect: Listed for use as service equipment.
Spaces for Future Devices: Mounting brackets, bus connections, and necessary
appurtenances required for future installation of devices.
Feed-through Lugs: Where scheduled, locate at opposite end of bus from incoming
lugs or main device.
6.
LIGHTING AND APPLIANCE BRANCH-CIRCUIT PANELBOARDS
Branch Overcurrent Protective Devices: Bolt-on circuit breakers, replaceable without
disturbing adjacent units.
Doors: Front mounted with concealed hinges; secured with flush latch with tumbler
lock; keyed alike.
7.
DISTRIBUTION PANELBOARDS
Doors: Front mounted, and secured with vault-type latch with tumbler lock; keyed
alike.
Branch overcurrent protective devices shall be Bolt-on circuit breakers.
8.
INTEGRATED TRANSIENT VOLTAGE SURGE SUPPRESSION
16400 -2
Req. REQ 046129
DEVICES
Surge Protective Device (SPD)
SPD shall be Listed and Component Recognized in accordance with UL 1449 Second
Edition to include Section 37.3 highest fault current category. SPD shall be UL1283
listed.
SPD shall be installed by and shipped from the electrical distribution equipment
manufacturer’s factory.
The TVSS devices in lighting and appliance panelboards shall be bus mounted between
the main and branch devices. TVSS devices bussed off the end of the panelboard are
not allowed.
SPD shall provide surge current diversion paths for all modes of protection; L-N, LG, N-G.
SPD shall be modular in design, with each mode protection module individually
replaceable. Each mode including N-G shall be fused with a 200kAIR UL recognized
surge rated fuse and incorporate a thermal cutout device. TVSS shall safely reach an
end-of-life condition when subjected to fault current levels between 0 and 200 kA,
including low level fault currents from 5 to 5000 amperes.
SPD shall meet or exceed the following criteria:
Minimum surge current capability (single pulse rated) per phase shall be
160 kA:
UL 1449 Suppression Voltage Ratings:
VOLTAGE
208Y/120V
240/120V
LOCATION
Distribution:
Distribution:
L-N
L-G N-G
400V 400V 400V
400V 400V 400V
SPD shall have a minimum EMI/RFI filtering of up to –30 dB over the range of 100 kHz
to 100 MHz.
SPD shall be provided with one set of NO/NC dry contacts.
The manufacturer of the electrical equipment in which the TVSS is installed shall
warrant the integrated TVSS device to be free from defects in material and
workmanship for a period of five (5) years from the date of invoice the manufacturer or
its authorized sales channel.
9.
OVERCURRENT PROTECTIVE DEVICES
Molded-Case Circuit Breaker: NEMA AB 1, with interrupting capacity to meet available
fault currents.
16400 -3
Req. REQ 046129
Thermal-Magnetic Circuit Breakers: Inverse time-current element for low- level
overloads, and instantaneous magnetic trip element for short circuits. Adjustable
magnetic trip setting for circuit-breaker frame sizes 250 A and larger.
GFCI Circuit Breakers: Single- and two-pole configurations with 5mA trip sensitivity.
Application Listing: Appropriate for application; Type SWD for switching fluorescent
lighting loads; Type HACR for heating, air-conditioning, and refrigerating equipment.
Shunt Trip: 120-V trip coil energized from separate circuit, set to trip at 55
percent of rated voltage. Verify exact voltage of shunt trip with fire alarm vendor.
Fused Switch: NEMA KS 1, Type HD; clips to accommodate indicated fuses;
lockable handle.
PART 3 - EXECUTION
10.
INSTALLATION
Install panelboards and accessories according to NEMA PB 1.1.
Mounting Heights: Top of trim 86 inches above finished floor, unless otherwise
indicated. Highest switch or breaker at 72” max above finished floor.
Mounting: Plumb and rigid without distortion of box. Mount recessed panelboards with
fronts uniformly flush with wall finish.
Install filler plates in unused protective device spaces.
Wiring in Panelboard Gutters: Arrange conductors into groups and bundle and wrap
with wire ties after completing load balancing.
Locate panelboards so that ratings are not reduced by heat from external sources.
11.
IDENTIFICATION
Identify field-installed conductors, interconnecting wiring, and components;
provide warning signs as specified in Division 16 Section "Basic Electrical Materials
and Methods."
Panelboard Nameplates: Label each panelboard with engraved metal or laminatedplastic nameplate mounted with corrosion-resistant screws.
Circuit Directory: Create a directory to indicate installed circuit loads after balancing
panelboard loads. Obtain approval before installing. Use a computer or typewriter to
create directory; handwritten directories are not acceptable.
16400 -4
Req. REQ 046129
12.
MEASUREMENT AND PAYMENT
All work shall be measured for payment based upon each location, as described on The
Bid Form. Include all elements as required for each location. No separate
measurement for payment will be made for any work described under this section of the
specifications.
16400 -5
Req. REQ 046129
INDEX
SECTION 16500 – LIGHTING FIXTURES
PARA.
NO.
PARAGRAPH TITLE
PAGE
NO.
1.
SUMMARY
16500-1
2.
SUBMITTALS
16500-1
3.
QUALITY ASSURANCE
16500-1
4.
LIGHT FIXTURES
16500-1
5.
INSTALLATION
16500-2
6.
MEASUREMENT AND PAYMENT
16500-2
Req. REQ. 046129
16500 - a
SECTION 16500 – LIGHTING FIXTURES
PART 1 – GENERAL
1.
SUMMARY
This Section describes the provision and installation of obstruction lights atop each
concrete pole.
2.
SUBMITTALS
Product Data: Include data on features, photometric data, accessories, and finishes.
Installation Data: Include all brackets, fittings, fasteners, and accessories.
Provide installation drawing showing all components including wire routing, and all
details associated with connection to concrete pole.
Operation and maintenance data.
3.
QUALITY ASSURANCE
Electrical Components, Devices, and Accessories: Listed and labeled as defined in
NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction,
and marked for intended use.
Comply with NFPA 70, and FAA requirements.
PART 2 - PRODUCTS
4.
LIGHT FIXTURES
Obstruction light shall be a dual unit, steady burning, red light, FAA type 810, certified to
FAA AC No: 150/5345-43E. Unimar 12004-860-1R05-002, or prior-approved equal.
Lamps shall be LED, operating at 24VDC. Housing shall be weather/corrosion
resistant, IP66/NEMA 4X rated, with self-contained wiring compartment.
Dual unit shall be bracket-mounted at top of concrete pole, with lamp assemblies
located above top of pole, but below tip of lightning arrestor.
Bracket and lamp assembly shall be installed so as to achieve 120 MPH wind load
rating. Provide ring clamps or factory installed threaded inserts into concrete pole as
necessary.
Provide 120VAC:24VDC power supply in NEMA 3R/4X enclosure, mounted next to
panelboard at base of pole, sized at minimum 200% of input wattage to lamp assembly.
16500 - 1
Req. REQ 046129
Coordinate with concrete pole manufacturer for provision of handhole/cable access at
base and top of pole. Wiring from obstruction light assembly to power supply shall be
routed through interior of pole.
Wiring between obstruction light assembly and power supply shall be type SO cord,
minimum #10 AWG, or sized as required to maintain voltage drop within LED lamp input
voltage tolerance.
Provide watertight glandular fittings and cable strain relief fittings at all transitions
through pole and power supply enclosure.
PART 3 – EXECUTION
5.
INSTALLATION
Provide #6 AWG ground wire from grounding lug provided on obstruction light, through
lug provided on bracket, to lightning arrestor ground wire. Make connection at lightning
arrestor or at lug in base of pole.
Coordinate with concrete pole manufacturer for provision of handhole/cable access at
base and top of pole. Wiring from obstruction light assembly to power supply shall be
routed through interior of pole.
Wiring between obstruction light assembly and power supply shall be type SO cord,
minimum #10 AWG, or sized as required to maintain voltage drop within LED lamp input
voltage tolerance.
Provide watertight glandular fittings and cable strain relief fittings at all transitions
through pole and power supply enclosure.
6.
MEASUREMENT AND PAYMENT
All work shall be measured for payment based upon each location, as described on The
Bid Form. Include all elements as required for each location. No separate
measurement for payment will be made for any work described under this section of the
specifications.
16500 - 2
Req. REQ 046129
INDEX
SECTION 16510 – LIGHTING
PARA.
NO.
PARAGRAPH TITLE
PAGE
NO.
1.
SCOPE
16510-1
2.
QUALITY ASSURANCE
16510-1
3.
SUBMITTALS
16510-1
4.
LIGHTING FIXTURES
16510-1
5.
LAMPS
16510-3
6.
EMERGENCY LIGHTING
16510-3
7.
INSTALLATION OF LIGHTING FIXTURES
16510-3
8.
LOCATION OF FIXTURES
16510-4
9.
INSTALLATION AFTER PAINTING
16510-4
10.
PROCEDURE
16510-5
11.
CLEARANCE
16510-5
12.
FIXTURE COORDINATION
16510-5
13.
FIXTURE ADJUSTMENT
16510-5
14.
TAMPERPROOF TOOLS
16510-5
15.
ADJUST AND CLEAN
16510-5
16.
FIELD QUALITY CONTROL
16510-5
17.
MEASUREMENT AND PAYMENT
16510-6
Req. REQ. 046129
16510 - a
SECTION 16510 - LIGHTING
PART 1 - GENERAL
1.
SCOPE
Extent of lighting fixture work is indicated by drawings and schedules and/or as
required by project.
2.
QUALITY ASSURANCE
NEC Compliance: Comply with NEC as applicable to installation and construction of
lighting fixtures.
UL Compliance: Provide lighting fixtures which have been UL listed and labeled.
CBM Labels: Provide fluorescent lamp ballasts which comply with Certified Ballast
Manufacturers Association standards and carry the CBM label.
Coordination: Determine the exact type of ceiling to be furnished in each area and
obtain fixtures to suit. Deviate from specified descriptions only where necessary and to
the extent necessary to ensure fixture ceiling compatibility.
3.
SUBMITTALS
Submit manufacturer's data on lighting fixtures and lamps which shall include
complete catalogue data, photometrics and other data necessary to describe the
fixture proposed.
Submit fixture shop drawings in booklet form with separate sheet for each fixture,
assembled in luminaire type alphabetical order, with proposed fixture and accessories
clearly indicated on each sheet.
PART 2 - PRODUCTS
4.
LIGHTING FIXTURES
General: Provide lighting fixtures, of sizes, types and ratings indicated; complete with,
but not necessarily limited to, housings, lamps, lamp holders, reflectors, ballasts,
starters and wiring. All ballasts shall be low noise, high power factor, low radio
interference type and shall be provided with an automatic thermal cutout device.
Fluorescent Lamp Ballasts: Provide fluorescent lamp ballasts, capable of operating
lamp types indicated; with high power factor, and low noise features; and with internal
thermal protection; Ballasts shall be completely electronic type with minimum ballast
factor of 85% and less than 20% total harmonic distortion (THD)
Electronic ballasts
shall meet FCC Rules/Regulations Part 18, 15J for ENI/RFI Emissions, and shall meet
Req. REQ 028786
16510 - 1
1988 Federal Efficiency Standard (Law 100-357) where applicable. Ballasts shall be
manufactured by Advance, Universal, Valmont, or approved equal.
High Intensity Discharge Lamp Ballasts: Provide HID lamp ballasts, of ratings, types
and makes as recommended by lamp manufacturer, which properly matches lamps to
power line by providing appropriate voltages and impedances for which lamps are
designed. Ballasts shall limit inrush current to an amount less than operating current.
Ballasts for HID lamps shall be high power factor, constant wattage or constant wattage
autotransformer, low noise level, and shall be furnished by the manufacturer of each
type of particular lighting fixture specified.
Emergency Fluorescent Power Packs (Battery backup ballasts) shall be
manufactured to provide a minimum of 1100 lumens per fixture for 1 1/2 hours
operation during the emergency mode.
Comply with additional fixture requirements contained by Lighting Fixture Schedule
shown on drawings.
Catalogue numbers scheduled for lighting fixtures may indicate fixture compatibility with
certain types of ceiling construction. The Contractor shall determine exact type of
ceiling actually to be furnished in each area and shall obtain fixtures to suit.
Additionally, ceiling space requirements shall be verified and fixtures compatible for
operation within the confines present shall be used. This would include any special
mounting due to temperature, space limiting or above ceiling access requirement
factors. Provide for heat resisting shielding or spacers and access panels as required.
Submit any deviation to the Architect for review.
Any fixture specifically to be furnished by others, shall unless noted otherwise, be
roughed-in, installed, connected and lamped by the Contractor. Do not perform any
work on such fixtures unless any damage noted is called to the attention of the
Engineer.
Fluorescent fixtures with multiple lamps shall have lamp sockets arranged so that
lamps are equally spaced to produce uniform lamp appearance. Fixtures to be
installed in damp or wet locations shall be labeled by Underwriters Laboratory for
that purpose.
Fixtures shall be finished (painted or other finish as specified) after fabrication.
Where the lamp manufacturer indicates possible hazardous conditions caused by
lamp breakage, fixtures shall contain protective lenses and/or screens to contain
parts of broken lamps.
Req. REQ 028786
16510 - 2
5.
LAMPS
Unless noted otherwise on the drawings, lamps installed in each fixture shall be of the
type specifically recommended by the manufacturer of the fixture for use in the fixture:
incandescent lamps shall be inside frosted type and fluorescent lamps shall be reduced
wattage, energy efficient type.
Lamps shall be General Electric, Philips, or Sylvania. Unless otherwise indicated in
fixture schedule, fluorescent lamps for outdoor applications and for dimming or other
reduced current/reduced light output applications shall be standard warm white, rapid
start. All other fluorescent lamps shall be General Electric Watt-Miser standard warm
white, rapid start or equal.
Where existing fixtures are to be removed and/or removed and reinstalled, each
shall be completely cleaned and relamped using new lamps.
Lamps shall be furnished and installed for all fixtures as work of this Section,
including fixtures furnished as work of other Divisions.
All lamps of the different types (incandescent, fluorescent or HID) must be by the
same manufacturer. Any lamp as judged by the Engineer as having a different
apparent color or apparent color rendering shall be replaced by the Electrical
Subcontractor without any additional cost.
6.
EMERGENCY LIGHTING
Where battery fixtures are used with switched branch circuits, the sensor circuit
of each fixture shall be connected ahead of any local switching. This will permit
“switching-off” fixture without signaling to sensor circuit that a power failure has
occurred and “turning-on” of lamps on battery circuit.
PART 3 - EXECUTION
7.
INSTALLATION OF LIGHTING FIXTURES
Install lighting fixtures at locations and heights as indicated, in accordance with fixture
manufacturer's written instructions, applicable requirements of NEC, NECA's "Standard
of Installation", NEMA standards, and with recognized industry practices to ensure that
lighting fixtures fulfill requirements.
Coordinate with other electrical work as appropriate to properly interface installation of
lighting fixtures with other work.
The Contractor shall support each fixture directly from building structural members
independent of any ceilings or other installed item. Provide supplemental angle or
channel trapeze supports required to span across piping, ductwork or other objects
where direct above the fixture support is not possible. Do not attach to the ductwork. All
support and weight of the fixture must be borne by the structure. These supports shall
Req. REQ 028786
16510 - 3
be installed by the Contractor as required by field conditions without additional cost.
Ceiling framing members shall not be used to support fixtures except in specific areas
where ceiling supports for this purpose have been specified elsewhere in this
specification. Unless noted otherwise, lighting fixtures shall be permanently installed
and connected to the wiring system.
Provide a minimum of 4 feet, but not more than 6 feet, of steel constructed flexible metal
conduit between the last branch wiring junction box and the junction box at the fixture.
Do not loop from fixture to fixture with flexible conduit. Refer to "Flexible Metal Conduit"
as hereinbefore specified.
Fixtures and accessories requiring above the ceiling access in inaccessible ceilings
shall be provided with an approved access panel of type and configuration and finish as
approved by the Engineer. This access panel is to be located by the Engineer and
provided for by the Contractor.
Suspended fluorescent fixtures in continuous rows shall have one stem at the
beginning of the row, one stem at each channel joint, and one stem at the end of
the row.
Fluorescent fixtures mounted individually on stems shall each have two single stem
hangers. Fluorescent fixtures individually surface mounted shall be supported at both
ends.
8.
LOCATION OF FIXTURES
Work of this Section includes advising other trades of exact location of all recessed
fixtures so that ceiling construction and/or spacing may be coordinated as necessary to
permit symmetrical positioning of fixtures in room.
For acoustical tile ceiling surface and/or suspended fixtures shall be centered on
a tile a tile joint, unless indicated otherwise.
The locations of fixtures in mechanical equipment rooms, electrical equipment
rooms and boiler rooms are approximate. The Contractor shall determine exact
locations based on exact locations of mechanical, electric and boiler equipment.
9.
INSTALLATION AFTER PAINTING
Fixtures to be installed in or on painted ceilings and/or walls shall not be installed until
painting is completed. Fixtures installed with paint applied over factory finishes will be
rejected.
Req. REQ 028786
16510 - 4
10.
PROCEDURE
The Contractor shall demonstrate to the Owner at his convenience the proper
procedure for relamping each type of fixture.
11.
CLEARANCE
Thermal or acoustic insulation shall not be installed over the top or within 3 inches
of the sides of a recessed (incandescent, HID, or compact fluorescent) fixture
enclosure, wiring compartment, or ballast unless the equipment is labeled for the
purpose. Work of this Section includes advising other trades of this requirement,
so that proper clearances are maintained.
12.
FIXTURE COORDINATION
Lighting fixture submittal shall include data on each type of ceiling suspension
system and associated acoustical tile. Information on the ceiling suspension
systems shall include types of recessed fluorescent fixture suitable for use with
each type as well as recommended installation details.
13.
FIXTURE ADJUSTMENT
The Contractor shall aim all adjustable fixtures at night as directed by Engineer or his
designated representative. The Contractor shall furnish all equipment necessary for
aiming fixtures. Equipment shall include but not be limited to bucket trucks, aerial
booms, ladders, tools, meters and personnel. The Contractor shall use a factory
prepared aiming diagram.
14.
TAMPERPROOF TOOLS
The Contractor shall provide to the Owner two tools for each type of tamperproof
hardware.
15.
ADJUST AND CLEAN
Clean lighting fixtures of dirt and debris upon completion of installation.
Protect installed fixtures from damage during remainder of construction period.
16.
FIELD QUALITY CONTROL
After completion of installation of lighting fixtures, and after circuitry has been
energized, apply electrical energy to demonstrate capability and compliance with
requirements. Where possible, correct malfunctioning units at site, then retest to
demonstrate compliance; otherwise, remove and replace with new units, and
proceed with retesting.
Req. REQ 028786
16510 - 5
At the time of Substantial Completion, replace lamps in lighting fixtures which are
observed to be noticeably dimmed after Contractor’s use and testing, as judged
by Engineer.
17.
MEASUREMENT AND PAYMENT
Exterior light poles with fixtures shall be measured for payment per each pole. The
fixtures on the poles will not be measured separately and the price of the fixtures will be
included in the price for the pole. Payment for exterior light poles shall be made at the
contract unit price per each bid under “Item No. 55 - Exterior Light Poles”, which price
and payment will constitute full compensation for furnishing all plant, labor, materials,
equipment and all other incidentals necessary to install the exterior light poles and
fixtures.
Relocation of existing light poles shall be measured for payment per each pole.
Payment for relocation of existing light poles shall be at the contract unit price per each
bid under “Item No. 56 - Relocated Existing Light Poles”, which price and payment will
constitute full compensation for furnishing all plant, labor, materials, equipment and all
other incidentals necessary to relocate the existing light poles as indicated on the
drawings.
No separate measurement for payment will be made for other work performed and for
materials furnished under this section of the specifications. Payment for all other work
required by this section of the specifications shall be included in other items of work
specified elsewhere.
Req. REQ 028786
16510 - 6
INDEX
SECTION 16600 – RF RADIO AND NETWORKING EQUIPMENT
PARA.
NO.
PARAGRAPH TITLE
PAGE
NO.
1.
SUMMARY
16600-1
2.
SUBMITTALS
16600-1
3.
RF RADIO PRODUCT SPECIFICATIONS
16600-4
4.
RF RADIO SOFTWARE PLATFORM REQUIREMENTS
16600-4
5.
INSTALLATION
16600-14
6.
IDENTIFICATION
16600-16
7.
FIELD QUALITY CONTROL
16600-16
8.
QUALITY ASSURANCE
16600-17
9.
MEASUREMENTS AND PAYMENTS
16600-18
Req. REQ. 046129
16600-a
SECTION 16600 – RF RADIO AND NETWORKING EQUIPMENT
PART 1 – GENERAL
1.
SUMMARY
This Section includes the wireless networking radio equipment, associated operational
software, networking equipment, uninterruptible power supplies, and cabling for all. This
is a RF Ethernet radio system design utilizing 23Ghz licenses and/or 24Ghz unlicensed
frequency bands for the RF section and Gigabit Ethernet switches for the wired
components (see drawings). LOA (Laser over Air) systems are not acceptable, due to
severely degraded reliability in foggy conditions.
2.
SUBMITTALS
Submit eight (8) copies of submittal data as listed herein. Submittal shall be bound, and
submitted separately from all other sections of the Division 16 specifications.
Product Data: For each type of radio, transmitter/receiver device, power injector or
power insertion accessory, and any mounting equipment indicated. Include dimensions
and manufacturers' technical data on data transfer speeds, radio duplex capabilities,
QOS (quality of service) features, software upgradeability, IP protocol features,
environmental performance, electrical characteristics, FCC and other ratings, and
installation (and subsequent calibration/alignment) requirements.
Product Data: For each type of dish antennae and mounting equipment required,
include dimensions and manufacturers' technical data on mounting requirements, radio
integration features, environmental performance showing tolerance for 125 mph winds
or better (wind loading and force tolerances to be at least those illustrated in drawing
400.D2), and installation (and subsequent calibration/alignment) requirements.
Product Data: For each type of cable and associated retaining (clamps, stress relief or
other form of physical attachment) equipment required, include weights, terminations,
dimensions, and manufacturers' technical data on data capacity, termination
requirements, maximum allowable length for self support of weight, mounting
requirements, environmental tolerances, and installation requirements.
Product Data: For each type of network switch, show rack mounting
mechanism/brackets dimensions, weight, any clearances required, power requirements,
and environmental specifications.
Product Data: For each type of uninterruptible power supply (UPS), show rack mounting
mechanism/brackets dimensions, weight, any clearances required, power requirements,
and environmental specifications.
16600 - 1
Req. REQ 046129
Product Data: For each type of external rack cabinet with air conditioner, show rack
mounting mechanism/brackets dimensions, weight, pole mounting
templates/requirements, any clearances required, power requirements or air
conditioner, and environmental specifications of enclosure and air conditioning unit.
Drawings: For each radio system, including the following:
Dimensioned drawings of radio unit, mounting requirements of radio units, dish antenna
integration with radio, and wiring details for data and power. Show any required and
installed devices, equipment features, and ratings. Include the following data:
Radio installation drawings.
Radio to dish installation drawings.
Radio to cable installation drawings.
Radio protective devices drawings.
Drawings to illustrate features, characteristics, use, and requirements of any additional
devices required for radio installations (if any).
Drawings: For each antennae and mounting system, including the following:
Dimensioned drawings of dish, mounting requirements of dish, dish integration with
radio, and mounting bracket specifications to match towers contained in this RFP. Show
any required brackets, equipment, and wind force ratings. Include the following data:
Dish mounting installation drawings (see drawing 400D1).
Dish environmental tolerance drawing (see drawing 400.D2).
Dish to radio installation drawing.
Dish to radio alignment and tuning procedure drawings.
Features, characteristics, and ratings of any individual devices required for correct dish
to radio and/or dish to tower installations (a custom bracket may be required to attach
the dish mounting hardware to the towers, due to tower diameter).
Drawings: For each radio to power source wiring design, include the following:
Dimensioned drawings of wiring equipment, mounting requirements, radio integration,
and mounting bracket specifications to match towers contained in this RFP. Show any
additional required brackets or other equipment. Include the following data:
Radio to cable mounting installation drawings.
Cable to power injector installation drawings
16600 - 2
Req. REQ 046129
Wiring Diagrams: Power requirements, data cable, signaling cables, and any control
wiring
Wiring to meet the power requirements.
Wiring to meet the data transfer requirements.
Wiring to meet the other control signaling requirements, if applicable.
Drawings: For each network switch, include the following:
Dimensioned drawings of equipment, mounting requirements, cabling clearance
requirements to match enclosures located on the lower portion of the towers contained
in this RFP. Include the following data:
Cable clearance and ventilation clearance drawing.
Simple physical installation drawings.
Drawings: For each UPS, include the following:
Dimensioned drawings of equipment, mounting requirements, cabling clearance
requirements to match enclosures located at the base of each tower as shown on the
drawings (except Port of New Orleans Administration Building). Include the following
data:
Rack installation with respect to weight distribution.
Cable clearance and ventilation clearance drawing.
Simple physical installation drawings.
Drawings: For each External Equipment Cabinet, include the following:
Dimensioned drawings of cabinets, mounting requirements, cabling clearance
requirements, internal equipment mounting guidelines, and power connection locations.
The enclosures will be located on steel frames located at the base of each tower as
shown on the drawings (except Port of New Orleans Administration Building). Include
the following data:
Rack installation equipment templates.
Power cable connections, air flow clearance, ventilation clearance, and conduit entry
point drawings.
Cabinet structural sizing and material drawings.
Support documentation: For each component, supply documentation to verify
support/compliance for requirements listed in PART-2.
16600 - 3
Req. REQ 046129
PART 2 - PRODUCTS
3.
RF RADIO PRODUCT SPECIFICATIONS
RF Radio Hardware platform requirements:
Native Ethernet Interface to be provided (100/1000 BaseT auto sensing)
Copper and Optical Options for the interface are required
Adaptable to support TDM (T1/E1) services delivery
Compliant with all 802.3 Fast Ethernet Standards
Availability in 11, 18 and 23 Ghz Licensed Bands
Availability in 24 Ghz Unlicensed Band
The minimum initial speed per radio is 50MB per second full duplex over the air CIR
(committed information rate).
The required maximum speed per radio is at least 370MB per second full duplex over
the air CIR (committed information rate).
Deliver up to 740 mbps full duplex over the air CIR (Committed Information Rate) with
end to end latency of less than 250 usec in a dual Mount Configuration using
polarization multiplexing and a single antenna.
Full Wire speed two way bandwidth
4.
RF RADIO SOFTWARE PLATFORM REQUIREMENTS
List of all protocols supported:
Must support TCPIP (including, but not limited to TCP, UDP, ICMP,)
Support static IP routing, forwarding, and ability to forward OSPF routing packets.
Support for CDP protocol forwarding
Data transfer speeds must be upgradeable through software only upgrade paths
(upgrade keys or equal) that do not require any hardware replacements.
The minimum initial speed per radio is 50MB per second full duplex over the air CIR
(committed information rate).
16600 - 4
Req. REQ 046129
The required maximum speed per radio is at least 370MB per second full duplex over
the air CIR (committed information rate).
Deliver up to 740 mbps full duplex over the air CIR (Committed Information Rate) with
end to end latency of less than 250 usec in a dual Mount Configuration using
polarization multiplexing and a single antenna.
Full Wire speed two way bandwidth
Management Capability requirements:
Basic Management requirements
Alarm, Event, and Parameter Logging (15 minute intervals, >24 hour memory)
SNTP Support
Backup MIB Memory
Integrated RF Loopback Supported
100 msec Adaptive Modulation Supported
Remote Network Management requirements
Standards based SNMP v2C support with integration into existing SNMP based NMS
solutions
SSL HTTP-Web Based management access allowing GUI based configuration and
status monitoring
Network delivered FTP upgrade availability
In band management
Separate 10 BT port for out of band management functions
Network Recovery for MESH/Ring Configurations (not used in initial implementation, but
support for this is required).
Support for metro Ethernet rapid-self-healing operation requested
802.1w (RSTP) protocol or proprietary protocol to achieve mesh-fail-switchover of less
than 60msec.
Traffic Differentiation
16600 - 5
Req. REQ 046129
Support 802.1p QoS and 802.1q VLAN.
Support high value traffic types such as voice and video services
Enables queue management and prioritization
Manage 8 or more priority queues - individual VLANs may be broken into individual
service types (Video/Voice/Management/Data)
Allows the ability to over provision based on service type
Jumbo Frame Support
ATPC (Automatic Transmit Power Control) Fully Supported
Outdoor mounting requirements and operational specifications:
All radio equipment mounted outdoors with no enclosed rack space required
AC powered (120/240v, 45-65 Hz)
Power injectors can be mounted in the enclosures at base of each tower or in each
applicable building.
Full environmental range specification (–40° C to +50°)
This is the minimum acceptable rating, however greater tolerances are acceptable.
Power Over Ethernet Capable is required to support design.
Manufacturers:
Subject to compliance with requirements, manufacturers offering products that may be
incorporated into the Work include, but are not limited to, the following:
Dragonwave Incorporated – Horizon Compact models
Radio Dish Product Specifications
The .6 m diameter dish antennae equipment and mounting hardware specifications.
This is a RF system design utilizing 23Ghz licensed and 24Ghz unlicensed frequency
bands.
16600 - 6
Req. REQ 046129
The dish and associated mounting hardware, alignment flanges, etc. should be able to
withstand up to 125 MPH winds.
The dish specifications are required to meet or exceed those shown in drawing 400.D2
Alignment procedure instructions: How dish to radio alignment is to be accomplished
following installation to tower. This is physical alignment only, since the RF signal
alignment is covered in PART 3.
Product to ship with instructions/illustrations of procedure.
Product to ship with and special tools or software needed for this procedure.
Manufacturers:
Subject to compliance with requirements, manufacturers offering products that may be
incorporated into the Work include, but are not limited to, the following:
Dragonwave Incorporated – .6 meter dish for Horizon Compact models
Wiring External Radio Package to Ethernet Switch
Product supplied to be external grade shielded four pair Category 5E or greater wiring
to connect the external radio package, located on the upper part of the towers to the
power injector (or other power insertion device).
Cable selected must be able to support its own weight when installed through the hollow
sections of the concrete poles specified in other sections of the specifications.
Cable must meet or exceed the following specifications:
Temperature Range: -40 to 75 degrees C
Insulation Material: Polyolefin or equal
Jacket Material (Black): PVC
Max. Pulling Tension: 25 lbs.
Min. Bend Radius: 1.0"
Manufacturers:
Subject to compliance with requirements, manufacturers offering products that may be
incorporated into the Work include, but are not limited to, the following:
16600 - 7
Req. REQ 046129
Commscope
Belden
Network Switches – Gigabit Ethernet Switch
Product supplied to be an Ethernet switch, having 24 or more 100BASE-TX ports (RJ45 connectors, two-pair Category 5 UTP cabling) and have 2 or more 1000 Base-X
ports (dual function with 1000BaseT four pair Category 5 UTP cabling and small fiber
package (SFP) ports supporting LC fiber connectors (single/multimode fiber) in each).
Hardware must be able to be rack mounted in the enclosures specified in this RFP and
must meet or exceed the following requirements:
Dissipated power: should net exceed 450 BTUs per hour
100-240 VAC (autoranging), 500mA, 50-60 Hz
Internal-Power-Supply Connector
Have the following LEDs:
Per-port status LEDs: Link integrity, disabled, activity, speed, full-duplex indications
System-status LEDs: System, link status, link duplex, link speed
Mean time between failure (MTBF) of at least 320,000 hours
Hardware must meet or exceed the following environmental requirements:
Operating temperature: 32 to 113ºF (0 to 45ºC)
Storage temperature: -13 to 158ºF (-25 to 70ºC)
Operating relative humidity: 10 to 85% (noncondensing)
Operating altitude: Up to 10,000 ft (3049m)
Storage altitude: Up to 15,000 ft (4573m)
Hardware must meet FCC requirements as defined in FCC Part 15 Class A.
Hardware must be able to be accessed, configured, and diagnosed through a physical
console port supporting at least 9600 baud.
Software, and hardware where applicable, must support the following standards:
16600 - 8
Req. REQ 046129
IEEE 802.1s
IEEE 802.1w
IEEE 802.1x
IEEE 802.3x full duplex on 10BASE-T, 100BASE-TX, and 1000BASE-T ports
IEEE 802.1D Spanning Tree Protocol
IEEE 802.1p CoS Prioritization
IEEE 802.1Q VLAN
IEEE 802.3 10BASE-T specification
IEEE 802.3u 100BASE-TX specification
IEEE 802.3ab 1000BASE-T specification
IEEE 802.3z 1000BASE-X specification
Software must support the following VLAN specific features:
Support VLAN trunks creation from any port, using either standards-based 802.1Q
tagging.
Support Up to 1024 VLANs per switch or stack and up to 128 spanning-tree instances
per switch.
For entire switching domain, at least 1024 VLAN IDs supported.
Support Voice VLAN for telephony installations by keeping voice traffic on a separate
VLAN.
VLAN ACLs (VACLs) on all VLANs to prevent unauthorized data flows from being
bridged within VLANs.
Private VLAN Edge provides security and isolation between switch ports, helping
ensure that users cannot snoop on other users' traffic.
Private VLANs restrict traffic between hosts in a common segment by segregating traffic
at Layer 2, turning a broadcast segment into a nonbroadcast multi-access-like segment.
Software should have support for the following general features:
16600 - 9
Req. REQ 046129
Native support for OSPF Version 2 routing with support for multiple areas.
Web authentication for non-802.1x clients to allow non-802.1x clients to use an
SSL-based browser for authentication.
Multi-Domain Authentication to allow an IP phone and a PC to authenticate on the same
switch port while placing them on appropriate Voice and Data VLAN.
MAC Auth Bypass (MAB) for voice to allow IP phones without an 802.1x supplicant to
get authenticated using their MAC address.
Standard and extended IP security router ACLs (RACLs).
Port-based ACLs (PACLs) for Layer 2 interfaces allow application of security policies on
individual switch ports.
Unicast MAC filtering to prevent the forwarding of any type of packet with a matching
MAC address.
Unknown unicast and multicast port blocking to allow tight control by filtering packets
that the switch has not already learned how to forward.
SSHv2, Kerberos, and SNMPv3 provide network security by encrypting administrator
traffic during Telnet and SNMP sessions.
Bidirectional data support on the Switched Port Analyzer (SPAN) or equivalent function
port.
RADIUS authentication to enable centralized control of the switch and restrict
unauthorized users from altering the configuration.
MAC address notification to allow administrators to be notified of users added to or
removed from the network.
Dynamic ARP Inspection (DAI) to help ensure user integrity by preventing malicious
users from exploiting the insecure nature of the ARP protocol.
DHCP snooping to allow administrators to ensure consistent mapping of IP to MAC
addresses. This can be used to prevent attacks that attempt to poison the DHCP
binding database, and to rate limit the amount of DHCP traffic that enters a switch port.
IP source guard to prevent a malicious user from spoofing or taking over another user's
IP address by creating a binding table between the client's IP and MAC address, port,
and VLAN.
16600 - 10
Req. REQ 046129
DHCP Interface Tracker (Option 82) to augmentsa host IP address request with the
switch port ID.
Port security to secure the access to an access or trunk port based on MAC address.
Support specific timeframe aging feature to remove the MAC address from the switch to
allow another device to connect to the same port.
Support a Trusted Boundary to provide the ability to trust the QoS priority settings if an
IP phone is present and to disable the trust setting if the IP phone is removed, thereby
preventing a malicious user from overriding prioritization policies in the network.
Multilevel security on console access to prevent unauthorized users from altering the
switch configuration.
The user-selectable address-learning mode to simplify configuration and enhances
security.
BPDU Guard to shut down Spanning Tree Protocol interfaces when BPDUs are
received to avoid accidental topology loops.
Spanning-Tree Root Guard (STRG) to prevent edge devices not in the network
administrator's control from becoming Spanning Tree Protocol root nodes.
Manufacturers:
Subject to compliance with requirements, manufacturers offering products that may be
incorporated into the Work include, but are not limited to, the following:
Cisco Systems
Hewlett Packard Procurve Systems
Wiring Ethernet Switch to Network Node Location
See Specifications Section 16300 for details on messenger stranded, loose tube,
armored, outside plant, singlemode, fiber optic cable.
Uninterruptible Power Supply (UPS)
Product supplied to accept an input voltage of either 208VAC and provide an output
voltage of 208VAC or 240VAC, supply backup power for at least 15 minutes at 600
watts of power load. All inputs/outputs are single phase.
Product supplied to support at least 2200VoltAmps (VA) of power at 208Volts input
current
16600 - 11
Req. REQ 046129
Input cable to be terminated with a NEMA L6-30P connector.
Product to supply at least 4 output IEC C-13 receptacles.
Product to include an Ethernet management port capable of SMTP alerting and SNMP
alerting for conditions requiring attention or maintenance.
Product to be rack mountable in the racks located in both the enclosures specified in the
RFP.
Include any additional hardware required to rack mount as per the manufacturers
recommendations.
Meet or exceed the following environmental requirements:
Operating Environment 32 - 104 °F (0 - 40 °C)
Operating Relative Humidity 0 - 95%
Operating Elevation 0-10000 feet (0-3000 meters)
Storage Temperature 5 - 113 °F (-15 - 45 °C)
Storage Relative Humidity 0 - 95%
Storage Elevation 0-50000 feet (0-15000 meters)
Online Thermal Dissipation 750 BTU/hr or less
Manufacturers:
Subject to compliance with requirements, manufacturers offering products that may be
incorporated into the Work include, but are not limited to, the following:
APC Corporation
Leibert
External Equipment Cabinets with Air Conditioner
Product supplied to accept an input voltage of 208VAC and/or 240VAC, supply a
minimum of 2000BTU of cooling capacity utilizing single phase AC power.
Cabinet to meet or exceed the following requirements:
General:
Two doors
16600 - 12
Req. REQ 046129
Handles to be stainless steel and support padlocks
Doors sealed with aluminum filled gaskets
Non-ferrous RF properties
Removable filter panels
Exterior screws to be stainless with NEMA washers
Usable height of 30” or more
Maximum usable depth of at least 21”
Rails:
Two standard sized rails
Alodine or equivalent coated
Holes tapped to 10 x 32 threads
Each rail supported by at least two R-STRUTS
.125 or thicker material
19" EIA standard spacing
Cooling product supplied to support at least 2000BTU cooling at 208/240VAC input
current.
Power input cable to be terminated directly into the cooling unit.
Cooling unit must drain directly to outside environment.
Cooling unit to be directly integrated onto external cabinet
Product to be rack mountable in the racks located in both the enclosures specified in the
RFP.
Include any additional hardware required to rack mount as per the manufacturers
recommendations.
Meet or exceed the following environmental requirements:
Operating Environment 0 - 145 °F
Operating Relative Humidity 0 - 100%
Operating Elevation 0-10000 feet (0-3000 meters)
Manufacturers:
Subject to compliance with requirements, manufacturers offering products that may be
incorporated into the Work include, but are not limited to, the following:
DDB Unlimited
OD-30DCX
Fiber Termination Cabinets
16600 - 13
Req. REQ 046129
In exterior equipment cabinets: 1U Rack-mount fiber cabinet for combination
patch/splice applications. Provide type LC fiber adapter panel insert, containing 6
duplex ports for termination of singlemode fibers. Provide termination of 2 duplex ports,
totaling four singlemode strands.
In interior building locations: wall-mount fiber cabinet with same specifications as
above. Provide type LC fiber adapter panel insert, containing 6 duplex ports for
termination of singlemode fibers. Provide termination of 2 duplex ports, totaling four
singlemode strands.
Provide duplex fiber jumper cable to connect Ethernet switch to fiber termination panel.
Manufacturers:
Subject to compliance with requirements, manufacturers offering products that may be
incorporated into the Work include, but are not limited to, the following:
Ortronics
Hubbell
PART 3 – EXECUTION
The execution will require complete installation of the RF radio system, including the
radios, power injectors, antennae, cabling from radio to Ethernet switches, Ethernet
switches, uninterruptible power supplies, and configuration and calibration of all
components.
5.
INSTALLATION
Phase 1
Radio preloading:
Preload software and base configuration on the RF radio systems.
Configure the radios to base operational level for testing.
Configure channel and pairs of radios for communication.
Set IP addresses (using schemes provided by Port) and bridging modes on radios.
Update operational software to most current version.
Switch preloading:
Preload software and base configuration on the switches.
16600 - 14
Req. REQ 046129
Configure the switches to base operational level for testing.
Set IP addresses (using schemes provided by Port) and bridging modes on switches.
Configure routing protocols and domains (scheme provided by Port) for OSPF Version 2
operation.
Update operational software to most current version.
Phase 2
Cabinet Installation:
Install external enclosure.
Cable power drops to enclosure
Install power plugs as required by RFP.
Install Air Conditioner wiring and startup air conditioner.
Install UPS in cabinet and power up.
Test UPS for proper battery function
Install network switch and radio power injector, but do not power up.
Ensure cooling system functional and cooling properly on enclosures at base of pole.
Radio/dish package installation:
Install radio/dish package on tower using approved brackets.
Ensure elevations match for each pair.
Visually align with other member of radio pair.
Install cabling for connection from radio to power source.
Secure cabling with tension relievers, etc.
Power up radios in pairs
Radio/dish package calibration:
Install calibration instruments on approved brackets.
16600 - 15
Req. REQ 046129
Ensure correct azimuth and elevation for each communicating pair.
Calibrate each radio/dish to its corresponding next link.
Fine tune each pair to ensure maximum signal strength.
Repeat procedure until optimum reading are observed
Record readings for each radio.
Remove calibration instruments.
Integration with network switches
Power up the network switches
Test upstream and downstream operations and reach ability.
Test OSPF reach ability of neighbors.
Test bandwidth across network from one end to each point by transmitting and
monitoring of 10 files larger than 50MB each. Record and report results at each site.
6.
IDENTIFICATION
All radio and networking devices are to be labeled (information concerning names and
addresses to be supplied by Port) and each label will contain:
Device name
IP addresses and subnets
Serial number, if not visible on each device
A complete inventory, including all the information in section above and referenced to
each serial number, will be required with the final certification documents.
7.
FIELD QUALITY CONTROL
Testing and Inspection:
Test upstream and downstream operations and reach ability by IP.
Test OSPF reach ability of all neighbor devices.
16600 - 16
Req. REQ 046129
Test bandwidth across network from one end to each point by transmitting and
monitoring of 10 files larger than 50MB each. Record and report results at each site.
8.
QUALITY ASSURANCE
All radio hardware shall be designed in compliance with the provision of:
ETSI
CORE (Telcordia)
All Ethernet hardware and software shall be compliant with applicable 802.x
specifications for Fast Ethernet and Gigabit Ethernet and meet the applicable
electrical/safety standards:
UL 60950-1, First Edition
CUL to CAN/CSA 22.2 No. 60950-1, First Edition
TUV/GS to EN 60950-1, First Edition
CB to IEC 60950-1 with all country deviations
AS/NZS 60950-1, First Edition
All UPS hardware shall meet or exceed the applicable regulatory requirements of:
FCC Part 15 Class A
UL 1778
CSA
All External Cabinet Enclosures with Air Conditioner hardware shall meet or exceed the
applicable regulatory requirements of:
FCC Part 15 Class A
UL
NEMA Class 250 Type 4
Painted to withstand 500 hour salt spray/immersion testing
16600 - 17
Req. REQ 046129
9.
MEASUREMENTS AND PAYMENTS
All work shall be measured for payment based upon each location, as described on The
Bid Form. Include all elements as required for each location. No separate
measurement for payment will be made for any work described under this section of the
specifications.
16600 - 18
Req. REQ 046129
Drawing 400-D1
Antenna Dimensions, mm (in)
A 663 (26.10)
B 358 (14.10)
C 72 (2.80)
D 143 (5.60)
E 335 (13.20)
Antenna Fine Adjustment
Fine Azimuth ± 10°
Fine Elevation ± 25°
16600 - 19
Req. REQ 046129
Drawing 400.D2
HIGH PERFORMANCE ANTENNAS –DIAMETER: 0.6 M
WIND FORCES
The axial, side and twisting moment forces provided are maximum loads applied to the tower
by the antenna at a
wind survival speed of 200 km/h (125 mph). In every instance they are the result from the most
critical direction for
each parameter. The individual maximums may not occur simultaneously. All forces are referenced to the antenna mounting pipe.
Axial Force Fa max 682 N
Side Force Fs max 317 N
Moment MT max 244 N
16600 - 20
Req. REQ 046129
Drawing 400.D3
This is an example of an external enclosure that meets the specification. It is a DDB Unlimited
OD-30DXC with AC2400I2
The AC-2400I2 in integrated to the enclosure, as illustrated on the right side photograph
below:
16600 - 21
Req. REQ 046129
16600 - 22
Req. REQ 046129
INDEX
SECTION 16700 – MONITOR STATION CONSOLE
PARA.
NO.
PARAGRAPH TITLE
PAGE
NO.
1.
SUMMARY
16700-1
2.
SUBMITTALS
16700-1
3.
QUALITY ASSURANCE
16700-1
4.
INSTALLATION
16700-5
5.
MEASUREMENTS AND PAYMENT
16700-5
Req. REQ. 046129
16700-a
SECTION 16700 – MONITOR STATION CONSOLE
PART 1 - GENERAL
1.
SUMMARY
Provide a 2-person workstation in the Harbor Police station, as shown on the drawings.
Console shall be designed for information technology applications, and 24-hour
continuous usage. Conventional office furniture systems are not acceptable.
2.
SUBMITTALS
Product Data: Include data on features, components, accessories, and finishes.
Installation Data: Include all brackets, fittings, fasteners, and accessories.
Provide installation drawing showing all components including accessories, and all
standard finish options for selection by owner.
Provide drawings of installation, including plan and isometric views.
3.
QUALITY ASSURANCE
Console shall meet the requirements of ANSI-BIFMA X5.5 – 1998 (American National
Standard for Office Furnishings – Desk Products), as well as all requirements described
herein.
All components described herein shall have a minimum factory provided warranty of
one year.
PART 2 – PRODUCTS
The console shall be manufactured by Write Line, or approved equal, with the following
features. Overall dimensions of the console shall be nominal 13’ 3” x 7’ 2”, with an
overall partition height of 45”.
Core Construction
The core shall serve as the primary structural foundation for the console system with
heavy-duty 14-gauge and 16-gauge steel. Overall construction is an open frame design
with detachable skins, (also referred to as “panels” or “tiles”), to maximize service access to interior of the core and to minimize any barriers to internal cabling and wiring.
The base of the core (area of core parallel to flooring) and the top of the core are permeated with multiple cable ports to permit vertical cable management from core to (optional) attached walls. The sides of the core (perpendicular to floor) are permeated with
16700 - 1
Req. REQ 046129
similar portals to permit lateral cabling among cores. Portals measure 3" and 3.5" in
diameter and are trimmed with a plastic sleeve as necessary to create a smooth, uniform internal surface to reduce the potential for shearing of cables as they are pulled
through the cavities. The base core is available in six (6) nominal sizes: 24”, 30”, 36",
48", 60" and 72" with an overall height of 28"-30" to correlate to standard seated height
applications. The core depth is nominally 6" deep to maximize internal cable management.
The core carries a load rating of 1200-lbs based on a double-sided application and 750lbs for a single-sided configuration. The Profile system is tested in accordance with
ANSI-BIFMA X5.5 – 1998 (American National Standard for Office Furnishings – Desk
Products). The core includes (2) adjustable glides to properly level the unit and integrated ergonomic surfaces to allow for uneven flooring. The face of the core includes
mounting points to accept attached stationary worksurfaces or to mount stabilizing
bracketry for adjustable surfaces. The core is a self-supporting unit with the stabilization of core-mounted uprights or integrated structural CPU/Rackmount docking stations.
The core accepts steel panels or other decorative skins to finish the exposed face of the
core. These panels are easily removed by hand and permit service access to the interior of the core. Steel skins include a vent pattern to permit heat dissipation. Fabric
skins include a vented steel base skirt to permit heat dissipation and resist wear from
routine user contact or service/maintenance equipment.
The core accepts contiguous additional cores to create a linear run without breaks or interruptions. Additional linear-run cores attach mechanically without creating floor creep.
The cores also accept connectors to create angled configurations based on 15°, 45°
and 90° angles through the connection of a bolt-on vertical column that minimizes floor
space consumption and permits continuous lateral cable management among cores.
These connectors are available with concave, convex and multiple full corner shape
building characteristics.
Core finish is epoxy powder-coated with a uniform application over all steel surfaces.
Each core unit is a fully welded frame (no bolt-together construction). No particleboard
or wood substrate is used in wall construction due to the risk of component deflection, environmental emissions, fatigue, chipping or delamination.
Display Walls
A display wall is defined as a vertical surface to create workstation privacy and support
technology integration above the worksurface level. The framework for the display wall
is 14-gauge and 16-gauge steel. These walls mechanically attach directly to the top of
a core to vertically stack and build viewing levels. The display wall shall be 16” in
height, and run continuous atop the core. The wall matches the depth (6") and width
size of cores (24" - 72" wide) for space planning and appearance purposes.
The 16” high wall shall be modular in construction with the ability to accept different finishing panels or skins. Finishing panel options shall include: fabric insert, full slatwall
16700 - 2
Req. REQ 046129
extrusion, writeable (“whiteboard”) panel and/or desktop rack-mount modules. Provide
fabric inserts, with owner to select color/pattern from manufacturer’s standard offerings.
The display wall includes multiple 3" and 3.5" portals to permit lateral and vertical
pathways for cabling and wiring within a Profile unit. The base of wall includes one (1)
to two (2) removable raceway covers at the beltline level for accessibility to the interior
of the display wall (up to four panels on a double-sided wall). These removable covers
are trimmed with soft plastic edging to permit seamless entry of cabling and wiring from
the desktop into the display wall.
A steel top trim shall finish the exposed top portion of a display wall and is removable by
hand. Top trim is constructed of steel with a dome shape to compliment system lines
and includes an integrated vent pattern for heat dissipation.
The display wall gangs laterally to adjacent walls to create a continuous run of walls
without breaks or interruptions. The walls also accept connectors to create angled configurations based on 15°, 45° and 90° standards with a bolt-on vertical column that
minimizes desktop space consumption and permits continuous lateral cable management among walls. These connectors are available with concave, convex and full corner shape building options.
Display wall finish is epoxy powder-coated with a uniform application over all steel surfaces. Slat wall extrusions are black anodized T6 aluminum.
Flat Panel Arms
Provide a total of 4 flat panel display arms. FPD Arms that mechanically attach to display walls that are configured with full slatwall extensions shall have the following attributes:
Arm mounts feature multiple points of rotation for maximum adjustability. Monitors can
fully extend across a 30" deep worksurface to the point of use, or retract out of the way
when not in use. The range of motion afforded by the arm addresses:
•
•
•
•
Vertical adjustment – 6" vertical adjustment easily adjusted with thumbscrew
Side-to-side rotation - 360°. Multiple monitors can be rotated to create a viewing
parabola to increase data visibility, maintain a single focal length for viewer’s
eyes, and utilize space efficiently.
Monitor tilt/pivot - 125°-180° tilt; 180° side-to-side tilt; 360° portrait/landscape
(P/L) adjustment.
Telescoping extension – 0 to 20" (508mm)
Flat panel arms accept most flat monitors up to 25 lbs. with appropriate VESA compliant
standard for 75mm or 100mm mounting. Arm mechanisms utilize an adjustable resistance friction system to provide stabilization of FPD screens and FPD Touch-screens.
Arms have integrated cable management cavities to conceal cables to the point of attachment. Finish is black to match color of corresponding slatwall interface.
16700 - 3
Req. REQ 046129
Worksurfaces, Standard
Worksurfaces shall be stationary tops that anchor directly to a core and are supported
by two (3) engagement points; one (1) on each end of the surface, and one (1) steel
support bracket in the center. End supports may be comprised of dockers, uprights,
cantilever brackets or any combination of the above. The worksurface is mounted approximately 29" from the floor and provide maximum clearance underneath the surface
for optional articulating keyboard platform accessories, personal storage modules, pedestals and optional storage for CPUs and rack-mount hardware. The top is constructed
of 45-lb. particleboard construction with a decorative laminate finish on the top and an
equivalent backer sheet on the underside of the top. Top thickness is 1.2" thick with full
radius .6” thick bullnose T-mold leading edge for comfort. Secondary edges are finished with a 0.1” thick vinyl extrusion flat edgebanding.
The worksurface top is 30" deep and in widths to match core sizes: 24”, 30”, 36", 48",
60" and 72". Worksurfaces are safety rated to a minimum of 300 lbs. (evenly distributed) in accordance to ANSI-BIFMA X.5.5-1998.
In addition to linear shapes, worksurface styles also match concave, convex and full
corner workstation configurations with the same specifications.
Finished surface shall be decorative laminate with armored protection coat, providing
significantly better wear value than the applicable NEMA standard for high-pressure
laminates.
CPU Storage/Rack-Mounts
Provide 2 CPU Caddies. The caddy is a recessed equipment enclosure that retracts
into the core to afford uninhibited free leg swing, or to share space with other storage
units such as mobile pedestals. The caddy attaches to the face of the core and swings
forward up to 90° on a two-point hinge assembly. The caddy closure panel features a
loop-style, easy-pull handle, keyed lock and venting. Max. CPU Size is 20H x 7.5W x
17.5D.
Electrical
Each cable management raceway provides ample internal storage for user-defined
power strips, power transformers for computers and monitors, as well as other electrical
components. Options are available for 15 amp, 20 Amp, 20 Amp NEMA Twist Lock and
Hardwire 20 amp power solutions compatible with core raceway.
Cable Management
Each workstation supports the ability to conceal electrical and communications wiring to
prevent accidental contact or disconnection through both vertical and horizontal cable
routings.
16700 - 4
Req. REQ 046129
Cables to movable worksurfaces are contained in an enclosed cable management
raceway without stretching or chafing. The cable movement device is of metal
construction and has removable covers.
Keyboards
Provide 2 ergonomic keyboards with mouse pads. These ergonomic keyboards are to
be adjustable with a plug and play mouse surface.
Chairs
Provide 2 chairs with adjustable arms, mid back and medium seat and warranty are
required. Chairs shall be Neutral Postures Model SAH2336, or approved equal.
PART 3 – EXECUTION
4.
INSTALLATION
Provide complete installation of console on site, including all accessories. Installation
shall be plumb and level. And scratches shall be touched up with factory provided kits.
Any components damaged during shipping or installation shall be replaced at no cost to
owner.
5.
MEASURMENTS AND PAYMENT
All work shall be measured for payment based upon each location, as described on The Bid
Form. Include all elements as required for each location. No separate measurement
for payment will be made for any work described under this section of the specifications.
16700 - 5
Req. REQ 046129
BOND
TO THESE PRESENTS NOW COMES AND INTERVENES
a Surety Company duly authorized to do and doing business in State of Louisiana, and the City of
New Orleans, (hereinabove and hereinafter sometimes referred to as Surety) and which binds and
obligates itself jointly, severally and solido, with said
Contractor herein, to and
in favor of BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS, in the sum of
Dollars ($
) for the faithful and satisfactory performance by Contractor of all of
the obligations assumed by, or imposed upon, Contractor in this agreement, and the payment by
Contractor for all work done, labor performed and material furnished under this agreement, in
accordance with the Louisiana Revised Statutes of 1950, Title 38, Section 2241, et sequitur, or as
the same may be otherwise supplemented and amended. The condition of this obligation is such
that if Contractor, shall well, truly, faithfully and satisfactorily perform all of the obligations assumed
by, or imposed upon, Contractor by this agreement, as provided for and included within the terms of
said Louisiana Revised Statues of 1950, and Contractor and all sub-contractors shall pay for all
work done, labor performed or materials or supplies furnished under said agreement, or for
transportation and delivery of such materials or supplies to the site of the job by a for hire carrier, or
for furnishing materials or supplies for use in any machines used in connection with said
agreement, then this obligation shall be null and void and of no effect; otherwise, it shall remain in
full force and effect, and no modifications, omissions, or additions, in or to the terms of said
agreement, or in or to the Plans, Specifications and Bid, or in the manner and mode of payment,
shall in any manner affect the obligations of Surety.
Surety hereby consents and yields to the jurisdiction of the Civil District Court in and for the
Parish of Orleans, State of Louisiana, and hereby formally waives any plea to the jurisdiction on
Req. REQ 046129
account of residence of domicile elsewhere, in the event of suit under this agreement and bond,
and Surety herein shall be limited to such defenses only as Contractor could make
IN WITNESS WHEREOF, the parties hereto have executed this agreement in multiple originals in
New Orleans, Louisiana, on the dates hereafter set forth to be effective on the last date executed by
a party hereto.
BOARD OF COMMISSIONERS OF THE
PORT OF NEW ORLEANS
WITNESSES:
BY: ____________________________
GARY P LAGRANGE
PRESIDENT & CEO
DATE: _________________________
________________________________
________________________________
NAME OF CONTRACTOR
WITNESSES:
BY:____________________________
DATE:__________________________
________________________________
________________________________
Req. REQ 046129
ACKNOWLEDGMENTS
STATE OF LOUISIANA
PARISH OF ORLEANS
On this
day of
, 2007, before me personally came and
appeared Gary P. LaGrange, to me known, who being by me duly sworn, did depose and say that he is
the Executive Director of the Board of Commissioners of the Port of New Orleans, the political subdivision
of the State of Louisiana described in and which executed the foregoing contract; and that he signed his
name thereto pursuant to authority granted to him by the Board of Commissioners of Port of New
Orleans; and that said instrument is the full and free act and deed of Board of Commissioners of the Port
New Orleans.
And the said Gary P. LaGrange did further produce to me sufficient proof that he is the Executive
Director of said Board of Commissioners of the Port of New Orleans and that he was duly authorized by
Board of Commissioners of the Port of New Orleans to execute the foregoing instrument, and I, the
Notary Public, hereby certify that the signature of said Gary P. LaGrange on the foregoing instrument is
authentic.
NOTARY PUBLIC
STATE OF LOUISIANA
PARISH OF ORLEANS
On this
day of
, 2007, before me personally came and
appeared (REPRESENTATIVE OF COMPANY), to me known, who, being duly sworn, did depose and
say that he is the (TITLE) of (NAME OF COMPANY), described in and which executed the foregoing
contract; and that he signed his name thereto pursuant to authority granted to him by (NAME OF
COMPANY); and that said instrument is the full and free act and deed of (NAME OF COMPANY).
And the said (REPRESENTATIVE OF COMPANY) did further produce to me sufficient proof that
he is (TITLE) and that he was dully authorized by (NAME OF COMPANY), to execute the foregoing
instrument, and I, the Notary Public, hereby certify that the signature of said (REPRESENTATIVE OF
COMPANY) is authentic.
NOTARY PUBLIC
REQ NO. 046129
BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS
NOTE TO PROSPECTIVE BIDDERS ON
CONTRACT FOR
UPRIVER SECURITY
WIRELESS COMMUNICATION SYSTEM
REQUISITION NO. REQ. 046129
NOVEMBER 16, 2007
FOR BIDS DUE ON
NOVEMBER 28, 2007 AT 2:00 P.M.
Dear Sirs:
Please note the following:
ADDENDUM NO. 1
I.
PERTAINING TO THE SPECIFICATIONS
Item No. 1
Subject project tile is “UPRIVER SECURITY WIRELESS SYSTEM”.
Item No. 2
Delete the TABLE OF CONTENTS, issued with November 1, 2007 Bid
Documents, in it’s entirety and replace with attached TABLE OF
CONTENTS issued with this Addendum No. 1.
Item No. 3
Delete the INSTRUCTIONS TO BIDDER, issued with November 1, 2007
Bid Documents, in it’s entirety and replace with attached
INSTRUCTIONS TO BIDDER issued with this Addendum No. 1.
Item No. 4
Delete Article 45, QUANTITIES AND PRICES, issued with November 1,
2007 Bid Documents, in it’s entirety and replace with attached Article 45,
QUANTITIES AND PRICES issued with this Addendum No. 1.
Item No. 5
Delete Article 49, REQUIRED COORDINATION OF WORK, issued
with November 1, 2007 Bid Documents, in it’s entirety and replace with
attached Article 49, REQUIRED COORDINATION OF WORK issued
with this Addendum No. 1.
Req. No. REQ. 046129
Sheet 1 of 7
Addendum No. 1
Item No. 6
Delete Article 50, GENERAL SPECIFICATIONS, issued with November
1, 2007 Bid Documents, in it’s entirety and replace with attached Article
50, GENERAL SPECIFICATIONS issued with this Addendum No. 1.
Item No. 7
Delete first sentence of the second to last paragraph, Article 51, VALUE
ENGINEERING, issued with November 1, 2007 Bid Documents, in it’s
entirety and replace with “These data, furnished under the Value
Engineering – Article 51 of Requisition REQ No. 041629, shall not be
disclosed outside the Board or duplicated, used, or disclosed, in whole or
in part, for any purpose other than to evaluate a value engineering change
proposal submitted under the clause.”
Item No. 8
Add new Section 02132, UNKOWN INFRASTUCTURE, issued with this
Addendum No. 1.
Item No. 9
Delete Section 02200, EARTHWORK, issued with November 1, 2007 Bid
Documents, in it’s entirety.
Item No. 10
Delete Section 02520, PORTLAND CEMENT CONCRETE PAVING,
issued with November 1, 2007 Bid Documents, in it’s entirety.
Item No. 11
Delete Section 02821, CHAIN-LINK FENCES AND GATES, issued with
November 1, 2007 Bid Documents, in it’s entirety and replace with
attached Section 02821, CHAIN-LINK FENCES AND GATES issued
with this Addendum No. 1.
Item No. 12
Delete first paragraph of Section 16010, Item No. 5-JOB SITE (16010-2),
BASIC ELECTRICAL REQUIREMENTS, and replace with the
following: “Prior to submitting quotation for electrical work, Contractor
shall examine the job site in order to become familiar with all existing
conditions pertinent to the work to be performed thereon. No additional
compensation will be allowed for failure to be so informed”.
Item No. 13
Delete Section 16510, LIGHTING, issued with November 1, 2007 Bid
Documents, in its entirety.
Item No. 14
Delete last sentence of the third paragraph, Section 16600, page 4, RF
RADIO & NETWORKING EQUIPMENT, issued with November 1, 2007
Bid Documents, in it’s entirety and replace with “All radios must be fully
licensed and activated at the data rates specified in the individual site
drawings. It is the responsibility of the contractor to provide any and all
required license keys and/or activation codes to obtain and maintain, at a
minimum, the required data transfer rates specified by the individual site
drawings.”
Req. No. REQ. 046129
Sheet 2 of 7
Addendum No. 1
Item No. 15
II.
Delete fifth and sixth lines from bottom of page 12, of Section 16600, RF
RADIO & NETWORKING EQUIPMENT: and replace with “Cooling
capacity of air-conditioning unit a minimum of 2400 BTU per hour.
Provide minimum ½” rigid insulation on all interior surfaces, with an Rvalue of 3.3 or higher”.
PERTAINING TO THE PLANS
Item No. 16
Delete Drawing No. C3-12019-C0 issued with November 1, 2007 Bid
Documents and replace with attached revised drawing C3-12019-C0
issued with this Addendum No. 1.
Item No. 17
Delete Drawing No. C3-12019-C1 issued with November 1, 2007 Bid
Documents and replace with attached revised drawing C3-12019-C1
issued with this Addendum No. 1.
Item No. 18
Delete Drawing No. C3-12019-C2 issued with November 1, 2007 Bid
Documents and replace with attached revised drawing C3-12019-C2
issued with this Addendum No. 1.
Item No. 19
Delete Drawing No. C3-12019-C3 issued with November 1, 2007 Bid
Documents and replace with attached revised drawing C3-12019-C3
issued with this Addendum No. 1.
Item No. 20
Delete Drawing No. C3-12019-C4 issued with November 1, 2007 Bid
Documents and replace with attached revised drawing C3-12019-C4
issued with this Addendum No. 1.
Item No. 21
Delete Drawing No. C3-12019-C5 issued with November 1, 2007 Bid
Documents and replace with attached revised drawing C3-12019-C5
issued with this Addendum No. 1.
Item No. 22
Delete Drawing No. C3-12019-C6 issued with November 1, 2007 Bid
Documents and replace with attached revised drawing C3-12019-C6
issued with this Addendum No. 1.
Item No. 23
Delete Drawing No. C3-12019-C7 issued with November 1, 2007 Bid
Documents and replace with attached revised drawing C3-12019-C7
issued with this Addendum No. 1.
Item No. 24
Delete Drawing No. C3-12019-C8 issued with November 1, 2007 Bid
Documents and replace with attached revised drawing C3-12019-C8
issued with this Addendum No. 1.
Req. No. REQ. 046129
Sheet 3 of 7
Addendum No. 1
Item No. 25
Delete Drawing No. C3-12019-C9 issued with November 1, 2007 Bid
Documents and replace with attached revised drawing C3-12019-C9
issued with this Addendum No. 1.
Item No. 26
Delete Drawing No. C3-12019-C10 issued with November 1, 2007 Bid
Documents and replace with attached revised drawing C3-12019-C10
issued with this Addendum No. 1.
Item No. 27
Delete Drawing No. C3-12019-C11 issued with November 1, 2007 Bid
Documents and replace with attached revised drawing C3-12019-C11
issued with this Addendum No. 1.
Item No. 28
Sheet E2, specific note 17: Delete equipment rack and provide framing as
required to mount all equipment at towers #1 and #2 directly to concrete
façade of existing wharf. Use maximum 3/8” expansion anchors as
needed.
Item No. 29
Sheet E2, specific note 21: Revise service voltage to 120/208V, 1-phase,
100A.
Item No.30
Sheet E2, specific note 22: Revise meter voltage to 120/208V. Provide
additional clips and accessories as required by Entergy for metering of
120/208V, 1-phase, 3-wire service.
Item No. 31
Sheet E2, L1 and L2 panel schedules: Revise voltage of both panels to
120/208V.
Item No. 32
Sheet E4, specific notes 19 through 23: Delete references to existing light
pole. Existing light pole shall not be used for support of overhead cabling.
Conduit and weather head for overhead power cabling shall be installed on
wall of Felicity Street FAS building. Provide support and height as
required to maintain clearances specified. Provide 1” GRS conduit and
weather head, mounted to wall of Felicity Street FAS building, for
termination of overhead fiber-optic cable. Provide support and height as
required to maintain clearances specified.
III. PRE-BID MEETING – The sign-in sheet for the pre-bid meeting is provided for your
information.
Item No. 33
In response to a question raised at the pre-bid conference regarding
encryption, we offer the following. All data transmission across wireless
links shall be encrypted. Encryption may be proprietary to the radio
manufacturer, and shall meet or exceed the minimum standards of 3DESSHA2.
Req. No. REQ. 046129
Sheet 4 of 7
Addendum No. 1
Item No. 34
In response to a question at the pre-bid conference regarding directional
boring, we offer the following. Due to the extensive underground utilities
and construction grade of the existing concrete roadways, the design
engineers and Port of New Orleans elected to avoid directional boring of
conduits. The contractor may submit value engineering proposals post-bid
in accordance with Article 51 of the Requisition.
Req. No. REQ. 046129
Sheet 5 of 7
Addendum No. 1
ACKNOWLEDGMENT
This notice of addendum No. 1 is sent to you with the last sheet in
duplicate. Upon receipt, please sign and clip one copy to your bid; and
sign the other copy and return promptly by mail or facsimile machine to
the Port of New Orleans. FAX: 504-528-3445.
Very truly yours,
William Cromartie
Engineering Manager
Board of Commissioners of the
Port of New Orleans
New Orleans, Louisiana
NOTICE ACKNOWLEDGED:
_______________________
(Prospective Bidder)
By: ____________________
Date: ___________________
Req. No. REQ. 046129
Sheet 6 of 7
Addendum No. 1
ACKNOWLEDGMENT
This notice of addendum No. 1 is sent to you with the last sheet in
duplicate. Upon receipt, please sign and clip one copy to your bid; and
sign the other copy and return promptly by mail or facsimile machine to
the Port of New Orleans. FAX: 504-528-3445.
Very truly yours,
William Cromartie
Engineering Manager
Board of Commissioners of the
Port of New Orleans
New Orleans, Louisiana
NOTICE ACKNOWLEDGED:
_______________________
(Prospective Bidder)
By: ____________________
Date: ___________________
Req. No. REQ. 046129
Sheet 7 of 7
Addendum No. 1
UPRIVER SECURITY
WIRELESS COMMUNICATION SYSTEM
Requisition No. 046129
Work Order No. 1-845
Addendum No. 1
Prepared by
Engineering Department, Port of New Orleans
1350 Port of New Orleans Place
New Orleans, LA 70130
and
Schrenk & Peterson
Consulting Engineers
4141 Bienville St.
New Orleans, LA 70119
Board of Commissioners of the Port of New Orleans
Post Office Box 60046 New Orleans, Louisiana 70160
Tel: 504-528-3296 Fax: 504-528-3278
BOARD OF COMMISSIONERS
OF THE
PORT OF NEW ORLEANS
UPRIVER SECURITY
WIRELESS COMMUNICATION SYSTEM
Requisition No. 046129
Work Order 1-845
Contract Documents
Prepared by
Engineering Department, Port of New Orleans
1350 Port of New Orleans Place
New Orleans , LA 70130
and
Schrenk & Peterson
Consulting Engineers
4141 Bienville St.
New Orleans, LA 70119
November 1, 2007
New Orleans, Louisiana
ADDENDUM NO. 1
TABLE OF CONTENTS
FOR
WIRELESS COMMUNICATION SYSTEM
REQUISITION NO. 046129
AGREEMENT
TABLE OF CONTENTS
INVITATION TO BID
INSTRUCTIONS TO BIDDERS
BIDDER’S CHECKLIST
BID FORM
MBE AND WBE FORM
CONTRACTOR’S EXPERIENCE
NOTARIAL CONTRACT INFORMATION
MONTHLY REPORT SAMPLE
AFFIDAVIT
GENERAL CONDITIONS
ARTICLE
1.
2.
2A
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
22A
23.
24.
25.
Req. No. 046129
DEFINITIONS
INTENT OF DOCUMENTS
ORDER OF PRECEDENCE
DRAWINGS, SPECIFICATIONS, AND INSTRUCTIONS
TIME LIMITS AND ORDER OF BEGINNING AND COMPLETION
ASCERTAINED AND LIQUIDATED DAMAGES
BONUSES FOR EARLY COMPLETION
NIGHT AND HOLIDAY WORK
DELAYS AND EXTENSION OF TIME
CONTRACTOR'S UNDERSTANDING
MATERIALS, EQUIPMENT, APPLIANCES AND EMPLOYEES
EQUALITY
REMOVAL OF IMPROPER MATERIAL
ROYALTIES AND PATENTS
CONNECTIONS WITH UTILITY SERVICES
INSPECTION OF WORK AND CERTIFICATES OF APPROVAL
PERMITS AND REGULATIONS
PROTECTION OF WORK AND PROPERTY
SUPERINTENDENCE AND SUPERVISION
CHANGES IN THE WORK
SUSPENSION OF WORK
BOARD'S RIGHT TO DO WORK
BOARD'S RIGHT TO TERMINATE CONTRACT
BOARD'S RIGHT TO STOP WORK OR TERMINATE CONTRACT FOR
ITS CONVENIENCE
CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE
CONTRACT
REMOVAL OF EQUIPMENT
USE OF COMPLETED WORK PRIOR TO FINAL ACCEPTANCE
III
Addendum No. 1
26.
27.
28.
28A.
29.
30.
31.
32.
33.
34.
35.
36.
37.
38.
39.
40.
41.
42.
43.
44.
44A.
WARRANTY
INDEMNITY
BOARD'S INSURANCE
FORCE MAJEURE
UNPAID WAGES
PERFORMANCE BOND AND CONTINUING OBLIGATIONS
CLAIMS BY CONTRACTOR FOR ADJUSTMENT; DISPUTES
TEMPORARY WORK AND STORAGE AREAS
ASSIGNMENT
RIGHTS OF VARIOUS INTEREST
WORK UNDER SEPARATE CONTRACTS AND BY BOARD'S FORCES
SUBCONTRACTORS
SURVEYS, ALIGNMENT, BENCH MARKS AND ENGINEER'S CHECKS
ENGINEER'S STATUS
ENGINEER'S DECISIONS
REVIEW OF DECISIONS
FINAL CLEANING UP
PAYMENTS WITHHELD AND DEDUCTIONS
EXTRA WORK AND PAYMENT THEREFORE
ENGINEERS' CERTIFICATES, PAYMENTS AND ACCEPTANCE
MOBILIZATION
SPECIAL CONDITIONS
ARTICLE
45.
QUANTITIES AND PRICES
46.
PERFORMANCE OF WORK BY CONTRACTOR
47.
TAXES
48.
INSURANCE REQUIREMENTS FOR CONTRACTORS
49.
REQUIRED SEQUENCE OF WORK
50.
GENERAL SPECIFICATIONS
51.
VALUE ENGINEERING
52.
RESPONSIBILITY FOR MATERIALS AND EQUIPMENT
SPECIFICATIONS:
SECTION
1000 - GENERAL REQUIREMENTS
SECTION
1500 - TEMPORARY FACILITIES, UTILITIES AND OPERATIONS
SECTION
2000 - ENVIRONMENT PROTECTION
Req. No. 046129
III-a
Addendum No. 1
SECTION
02132 – UNKNOWN INFRASTRUCTURE
SECTION
02588 – CONCRETE POLES
SECTION
02821 – CHAIN LINK FENCES & GATES
SECTION
16010 – BASIC ELECTRICAL REQUIREMENTS
SECTION
16100 – BASIC ELECTRICAL MATERIALS & METHODS
SECTION
16300 – OVERHEAD SUPPORTING STRUCTURES & CABLING
SECTION
16400 – PANELBOARDS
SECTION
16500 – LIGHTING FIXTURES
SECTION
16600 – RF RADIO & NETWORKING EQUIPMENT
SECTION
16700 – MONITOR STATION CONSOLE
Req. No. 046129
III-b
Addendum No. 1
BOND
ACKNOWLEDGEMENT
DRAWINGS BOUND SEPARATELY
DRAWING NOS.
C0
TITLE SHEET
C1
OVERALL SITE PLAN
C2
PARTIAL SITE PLAN SHOWING ADMIN. BLDG. ROOFTOP ANTENNA
C3
PARTIAL SITE PLAN SHOWING WIRELESS POLE #1
C4
PARTIAL SITE PLAN SHOWING WIRELESS POLE #2
C5
PARTIAL SITE PLAN SHOWING WIRELESS POLE #3
C6
PARTIAL SITE PLAN SHOWING WIRELESS POLE #4
C7
PARTIAL SITE PLAN SHOWING WIRELESS POLE #5
C8
PARTIAL SITE PLAN SHOWING WIRELESS POLE #6
C9
WIRELESS POLE PLANS AND DETAILS
C10`
WIRELESS POLE PLANS AND DETAILS AT JACKSON AVENUE
C11
WIRELESS POLE PLANS AND DETAILS–HARBOR POLICE STATION
E1
ADMINISTRATION BUILDING ELECTRICAL
E2
POLES #1 & #2 ELECTRICAL
E3
POLES #1 & #2 ELECTRICAL
E4
POLE 3 ELECTRICAL – FELICITY
E5
POLE 3 ELECTRICAL – FELICITY
E6
POLE 4 ELECTRICAL – HARBOR POLICE
E7
POLE 4 ELECTRICAL – HARBOR POLICE
Req. No. 046129
III-c
Addendum No. 1
E8
POLE 5 ELECTRICAL – LOUISIANA
E9
POLE 5 ELECTRICAL – LOUISIANA
E10
POLE 6 ELECTRICAL – NAPOLEON
E11
POLE 6 ELECTRICAL – NAPOLEON
Req. No. 046129
III-d
Addendum No. 1
INSTRUCTIONS TO BIDDERS
BID FORM. The bid shall be submitted only on the BID FORM provided, fully filled in,
with no blanks, deletions, alterations or qualifications, and shall be signed by a duly
authorized officer of firm submitting bid, the name of which firm appears in the heading of bid
form.
The bid shall be sealed in an envelope, preferably the one furnished by Board.
Bidders' attention is directed to LSA R.S. 37:2163, which provides that on any bid submitted
in the amount of fifty thousand ($50,000) dollars or more the Bidder shall certify in his bid that
he is a licensed Contractor under the provisions of LSA R.S. 37:2163, and that he shall show
his license number on the envelope. For this project the Louisiana contractor must hold a
valid license issued by the Louisiana Licensing Board for Contractors.
SUBMITTAL OF BID. The bid, sealed in an envelope, shall be delivered to the office
of the Board's Purchasing Department, 2nd floor, room 240, 1350 Port of New Orleans Place,
New Orleans, Louisiana, mailing address P.O. Box 60046, Zip 70160. The submittal must be
made prior to the time stipulated in the project advertisement for receipt of sealed bids.
Bidders' attention is also directed to LSA R.S. 38:2212(A) et seq which provides that
all bids for either labor and materials or for materials alone, which are required by law to be
duly advertised, shall be hand delivered to the awarding authority with written receipt for
same given to the deliverer, or sent by registered or certified mail with return receipt
requested.
BID QUANTITIES. For all unit price contracts the quantities appearing in the bid
schedule are to be considered as approximate only, and are prepared for the evaluation of
bids. Payment to the successful Bidder will be made only for the actual quantities of work
performed and accepted by Board in accordance with the contract. The scheduled quantity
under each bid item may be increased, decreased, or deleted after award of contract in
accordance with the provisions of the contract documents.
PRICES QUOTED. Prices quoted shall be complete, so as to cover every cost,
expense, tax or charge incurred by the Contractor in performance of the contract, including
but not limited to any and all sales and use taxes payable by Contractor and which might
otherwise be charged against the Board.
Contractor's bid price shall include provisions for Contractor retaining possession of all
materials and equipment not specified to be salvaged for the Board and such materials and
equipment shall become the property of the Contractor for his use, salvage, disposal or sale.
All removals and disposals of regulated materials and/or materials containing regulated
substances must be in accordance with all local, state, and federal environmental and worker
safety (OSHA) regulations.
Whenever required under BID FORM, the Contractor shall quote the UNIT PRICE or
LUMP SUM by filling in the appropriate blank in the BID FORM. Prior to submission, the
Contractor shall complete the BID FORM by extending the UNIT PRICES using the
respective APPROXIMATE QUANTITIES, and/or by extending the LUMP SUMS. The
Contractor shall add the ITEMS TOTALS and write the sum in the TOTAL AMOUNT OF THE
Req. No. 046129
V
Addendum No. 1
BID blank. Following the opening of bids, the BID FORMS will be checked by the Board for
mathematical errors. In the event a discrepancy is found, the UNIT PRICE and LUMP SUM
shall govern over the ITEM TOTAL and TOTAL AMOUNT OF THE BID as entered on the
submitted BID FORM. In the event of such a discrepancy, the accurate summation of
corrected ITEM TOTALS shall constitute the TOTAL AMOUNT OF THE BID.
DEPOSIT WITH BID. Each bid shall be accompanied by the deposit of a certified
check, a cashier's check, or a bid bond of a corporate surety authorized to do business in the
State of Louisiana, for not less than the amount called for on the bid form, payable to the
Board of Commissioners of the Port of New Orleans as a guarantee that the bidder will, if
awarded the contract, enter into the notarial contract described below. If bid bond is
furnished, it must be accompanied by a Power of Attorney of surety. Requirements governing
current rating of surety company furnishing the bid bond shall be in accordance with the
requirements of LSA R. S. 38:2218. Deposits or bid bonds will be returned to unsuccessful
bidders soon after the award of the contract, and to the successful bidder when he has
signed the contract and has furnished performance bond. Should the successful bidder fail to
furnish the performance bond required, his deposit is to be forfeited to the Board as
ascertained and liquidated damages, or a claim shall be made against the surety on the bid
bond.
WITHDRAWAL OR REVISION OF BID. A Bidder may withdraw or revise a proposal
after it has been deposited with the Board provided the request for such withdrawal or
revision is received by the Board prior to the time set for opening of bids. Revised bid must
be submitted to Board prior to time set for public opening of bids.
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 a
bidder if clear and convincing sworn, written evidence of such errors is furnished to the public
entity within forty-eight 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. Otherwise, the bidder shall forfeit the bid bond or bid deposit.
A Contractor who attempts to withdraw a bid under the provisions stated above shall
not be allowed to resubmit a bid on the project. If the bid withdrawn is the lowest bid, the next
lowest bid may be accepted.
EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF WORK. The Board
prepares and makes available to prospective bidders a complete set of contract documents
which will enable any competent Contractor to properly execute all work required on the
project.
PRE-BID CONFERENCE. A pre-bid conference will be held on Tuesday, November
13, 2007 at 9:00 a.m. local time at the Port of New Orleans Office Building. Bidders are
urged to attend.
Prior to submitting a proposal, bidders are expected to carefully examine these
contract documents in their entirety and to visit the site of the work, and to investigate
operations of the Board and others at the site, or in the vicinity, and conditions existing and
Req. No. 046129
V-a
Addendum No. 1
liable to exist during the time of the work, and their possible effect on receipt and storage of
materials, difficulties in performing the work and rate of progress.
LICENSED CONTRACTORS. In all cases coming under LSA R.S. 37:2163, bids will
be considered only if they meet the requirements thereof, and the loan of the contract
documents or any part thereof to persons, firms or corporations other than those so qualified
under the law is for such general information as is needed by the said parties in relations
which they may have with this project.
Contractor shall certify that he is licensed under the provisions of LSA R.S. 37:2163 for
the classification stated in the Invitation to Bid and show his license number on the bid
envelope. Any bid in the amount of fifty thousand dollars or more that does not contain the
Contractor's certification and shown the Contractor's license number on the bid envelope
shall be automatically rejected, shall be returned to the bidder stamped "Rejected" and shall
not be read aloud.
INFORMALITIES. The bid must be submitted on the form furnished, completely filled
in, and signed by a duly authorized officer of firm submitting bid, the name of which firm
appears in the heading of bid form. The bid form must be furnished as issued, without any
removal, modification, or deletion to the form. Failure to comply with the foregoing
requirements or the introduction of other informalities such as alteration of specified time
schedule or completion dates, may be considered cause for rejection of bid. Failure to sign
the bid as hereinabove provided or failure to submit required bid security, including power of
attorney, with bid bond, will also constitute cause for rejection of bid.
NOTARIAL CONTRACT. The successful bidder shall, within the time stated in the bid,
be required to enter into a notarial contract with the Board, executed before a notary of the
Board's selection, in the City of New Orleans, LA., whose fee will be paid by the Board. The
contract will be on the form attached hereto, and in accordance with terms of the bid and all
other contract documents.
PERFORMANCE BOND. The bidder to whom the contract is awarded shall furnish a
bond in the total amount of the bid. The bond must meet the statutory requirements of LSA
R. S. 38:2219. The cost of any bond furnished by the Contractor shall be included in his bid.
This bond is to guarantee the prompt and proper performance by the Contractor of all
and singular the obligations assumed by the Contractor or imposed upon the Contractor by
this contract or by law. No other form of security may be substituted in lieu of a performance
bond. This bond on its face shall indicate that the person signing the bond on behalf of the
surety company (i) is a licensed agent in the State of Louisiana; (ii) resides in the State of
Louisiana; and (iii) is in good standing with the Louisiana Insurance Commission.
AFFIDAVIT. Pursuant to the provisions of LSA R.S. 38:2224, the successful bidder
will be required to execute an affidavit attesting that the public contract was not and will not
be secured through employment or payment of any solicitor.
ADDITIONAL INFORMATION. The bidder's attention is directed to the information
and requirements set forth in Article 50 of the specifications wherein a general description of
the work, the project site, conditions under which work is to be performed, and which are
expected to exist during the contract period are set forth. If, after studying the plans and
Req. No. 046129
V-b
Addendum No. 1
specifications and visiting the site, more detailed information is needed it may be obtained by
inquiry from the Board's Engineering Dept., 1350 Port of New Orleans Place, New Orleans,
LA., P.O. Box 60046, Zip 70160, phone (504) 528-3300.
Please be advised that with reference to Article 17 of the General Conditions, in those
instances when it is deemed necessary to provide uniformed, armed, fully commissioned
police officers to provide security or traffic control at the work site in the port area, the
members of this Board's Harbor Police Department have full police powers applicable in the
parishes of Orleans, Jefferson and St. Bernard, pursuant to commissions issued by this
Board (LRS 34:26), and are legally permitted, when not on Port duty, to take outside
assignments.
JOINT VENTURE CONTRACTS. In the event that a joint venture bid is submitted and
accepted, the contract shall be executed by authorized representatives of all parties of the
joint venture. One of the parties of the joint venture shall be designated and authorized to
represent all parties in said joint venture in the coordination and scheduling of the work, and
receipt of notices for work to be performed, together with all other correspondence. However,
it shall be specifically understood that such representation will in no manner relieve the other
parties to the joint venture of the responsibilities under all of the terms and conditions of the
contract.
The bid shall be signed by all parties of the joint venture, together with "Title in Firm" of
each.
All payments and billings under the contract will be in the name of the joint venture.
Under LSA R.S. 37:2163 (laws for the licensing of contractors), all parties of the joint
venture shall be properly licensed by the "Louisiana State Licensing Board for Contractors"
whenever the contract bid price is fifty thousand dollars ($50,000) or more.
AWARD OF CONTRACT. The Board will award the contract to the lowest responsible
bidder who has bid according to the contract documents as advertised. The right is reserved
to award contract as hereinabove provided or to reject all bids or to reject any bid or bids not
meeting the foregoing requirements, following a review of bids by the Director, Port
Development, and her recommendation to the Board. In making her recommendation, the
following elements will be considered: whether the bidder involved (a) has a high standing
and long experience in the type of work involved; (b) has adequate plant equipment and
personnel to do the work properly and expeditiously; and (c) has a suitable financial status
and reputation for meeting obligations incident to work of the kind specified. Upon request,
the apparent low bidder shall furnish the American Institute of Architects Documents A 305 Contractor's Qualification Statement within three (3) working days.
PREFERENCE IN LETTING CONTRACTS. Louisiana resident contractors shall be
granted preference over contractors domiciled in another state in accordance with the
provisions and requirements of LSA R.S. 38:2225.
MINORITY AND WOMEN BUSINESS ENTERPRISES. The Board adheres to the bid
laws and procurement regulations of the State of Louisiana. The Board strongly encourages
maximum participation in all bids by qualified Minority Business Enterprises (MBEs) and
Req. No. 046129
V-c
Addendum No. 1
Women Business Enterprises (WBEs) as prime contractors and as subcontractors.
As part of their bid package Bidders are requested to submit on the attached form the
following information regarding MBE/WBE participation.
1.
2.
A plan for use of MBE/WBE subcontractors by task/function and the estimated
dollar value for each subcontract.
A list of MBE/WBE subcontractors, construction-related service providers and
construction materials suppliers contacted and considered for this project.
On the award of the contract, Contractor shall submit to Board a list of all
subcontractors, service providers and suppliers, identifying MBEs/WBEs. Monthly reports on
MBE/WBE utilization shall be submitted during the project. All MBE/WBE subcontractors,
service providers or suppliers contacted shall be noted as part of this list.
Questions regarding MBE/WBE utilization and requests for a list of MBEs/WBEs
should be directed to the Board's Minority & Women's Business Consultants at (504) 8964600.
The appropriate Board Committee may require successful bidders to meet and review
their responsiveness to this policy. Successful bidders may also be required to clarify details
of their proposed plan for the use of MBE/WBE subcontractors during the respective projects.
Lists of potential subcontractors can be attained from the Port's offices and/or the following
sources:
--Mayor's Office of Minority Business Development (New Orleans)
--The Government Office of Minority Affairs (Kenner)
--The Louisiana Department of Economic Development
--The Louisiana Department of Transportation
--The Chamber/New Orleans and the River Region
--The Guide, published by Riverworks (896-4600)
In addition, the Contractor shall maintain sufficient records to complete a monthly
report on minority and women contractors’ participation. During the first week of each month
that a progress payment is to be made, the Contractor shall submit the monthly report form
issued in the Contract Documents. (See sample form following the Bid Forms.)
Req. No. 046129
V-d
Addendum No. 1
BIDDER'S CHECKLIST
A.
B.
THE SEALED ENVELOPE
SHALL CONTAIN:
(PREFERABLY
BOARD-FURNISHED)
1.
Completed Bid Form including signatures and State Contractor's
license number if bid is more than $50,000.
2.
Certified or cashier's check or bid bond (with power of attorney of
surety) in the amount of at least 5% of the total bid (largest bid if
more than a Base Bid is required).
3.
Acknowledge addendum or addenda on Bid Form.
4.
Completed "Information to be Furnished with Bid" - Part I and Part
II.
5.
Completed Board's form indicating Bidder's plan for use of
MBE/WBE subcontractors by task/function and the estimated
dollar value for each subcontract and a list of MBE/WBE
subcontractors, service providers and suppliers contacted and
considered for this project.
6.
Evidence of corporate authority of person who has signed the bid
to bind the legal entity submitting the bid.
THE SEALED BID ENVELOPE SHALL HAVE THE CONTRACTOR'S
LOUISIANA STATE CONTRACTOR'S LICENSE NUMBER FOR ANY
BID AMOUNTING TO $50,000 OR MORE; THE REQUISITION
NUMBER; BIDDER'S NAME; AND BID OPENING DATE WRITTEN ON
THE OUTSIDE OF THE ENVELOPE.
Note: The "Non Collusion Declaration" is not required until the bidder
receives the "Notice of Award." Evidence of the authority of the person
signing the contract is not required until the bidder receives the "Notice of
Award."
Req. No. 046129
V-e
Addendum No. 1
ARTICLE 49 - REQUIRED COORDINATION OF WORK
(a) General
It is the responsibility of the Contractor to coordinate his work to minimize the
inconvenience to the Board’s tenant working adjacent to the Contractor’s work areas.
(b) Coordinate of Work
Contractor shall confine his operations to within the limits of work shown on the
Drawings and he shall restrict his operations to the least amount of area necessary to
perform the work so as to reduce disruption of the tenants operations.
The Contractor shall coordinate his work, well in advance of any construction, with the
Engineer and the tenant.
Req. No. 046129
Special Conditions
Article 49 - Sheet 1
Addendum No. 1
SPECIFICATIONS
FOR
WIRELESS COMMUNICATION SYSTEM
ART. 50 - GENERAL SPECIFICATIONS
(a) Extent of Entire Project
The work consists of furnishing all labor, material and equipment for the Wireless
Communication System by installing six (6) concrete poles at six (6) locations on the east bank
of the Mississippi River and all associated electrical and telecommunications hardware and
software all in accordance with project specifications and drawings. Also included is the
installation of all electrical and telecommunications hardware and software at The Port of New
Orleans Administration Building.
(b) General Requirements
The Contractor shall furnish any and all work and materials incidental to the items listed
above and as may be indicated on the drawings or in these specifications as necessary to
complete the project in full compliance with the contract documents.
In general, the work under this contract consists of furnishing all materials and labor,
and performing all work required (except as otherwise provided in Article 50(d)) for completing
the work shown on the drawings and called for in these Contract Documents. The work
essentially consists of but is not limited to the following:
1.
Mobilization.
2.
Port of New Orleans Administration Building: Installation of rooftop radio, and
electrical/communications equipment and wiring.
3.
Pole #1 & #2 locations: Installation of concrete pole and foundation. Installation
of civil/structural/electrical/communications materials, equipment and wiring.
4.
Pole #3 location: Installation of concrete pole and foundation. Installation of
civil/structural/electrical/communications materials, equipment and wiring.
5.
Pole #4 location: Installation of concrete pole and foundation. Installation of
civil/structural/electrical/communications materials, equipment and wiring.
Installation of monitoring console station inside Harbor Police Building.
6.
Furnish and install four (4) Treated wooden poles, Class 2 (48 ft. x 12” dia. at
base to 8”+/- at tip) 8 ft. in ground with all accessories.
.
7.
Unknown Infrastructure.
Req. No. 046129
Addendum No. 1
Special Conditions
Article 50 – Sheet 1
8.
Pole #5 location (Alt #1):
Installation of concrete pole and foundation.
Installation of civil/structural/electrical/communications materials, equipment and
wiring.
9.
Pole #6 location (Alt #2):
Installation of concrete pole and foundation.
Installation of civil/structural/electrical/communications materials, equipment and
wiring.
In addition to the work and material listed above, Contractor shall furnish any and all
work and material incidental to the items listed above and as may be indicated on the drawings
or in these specifications as necessary to complete the project in full compliance with the
Contract Documents.
Contractor shall accept the work site as found at commencement of “on-site” work, and
he shall verify the scope of all work and all dimensions and details in the field and report any
discrepancies noted to the Engineer.
All work shall be done as described in the specifications and shown on the drawings,
and in strict accordance therewith, to the satisfaction of the Engineer.
The Contractor shall lay out all work, check overall dimensions against intermediate
dimensions, check and verify existing measurements and refer discrepancies, if any, to the
Engineer for direction.
The Contractor shall install, maintain and remove all construction equipment and
auxiliary devices, and shall be responsible for the safe, proper, and lawful maintenance of
same. The Contractor will be held responsible for any loss of materials on the site or
incorporated in the construction and site including vandalism, theft and malicious mischief
within his limits of work as indicated on the Contract Drawings. Any losses involved, damages,
etc. occurring shall be replaced or restitution made agreeable to the Board, as the case may
be, at no cost to the Board, until completion and acceptance of the work.
The Construction Industry, OSHA Safety and Health Standards (29) CFRR 1926/1920),
U.S. Department of Labor, Occupational Safety and Health Administration Revised 1987
publication OSHA 2207 shall be made part of these specifications and contract requirements
for the construction and occupancy by the Board.
(c) Board’s Drawings and Specifications
Copies of data furnished by Board or Engineer to Contractor or Contractor to Board or
Engineer that may be relied upon are limited to the printed copies (also known as hard copies).
Files in electronic media format of text, data, graphics, or other types are furnished only for the
convenience of the receiving party. Any conclusion or information obtained or derived from
such electronic files will be at the user’s sole risk. If there is a discrepancy between the
electronic files and the hard copies, the hard copies govern.
Req. No. 046129
Addendum No. 1
Special Conditions
Article 50 – Sheet 2
Because data stored in electronic media format can deteriorate or be modified
inadvertently or otherwise without authorization of the data’s creator, the party receiving
electronic files agrees that it will perform acceptance tests or procedures within 60 days, after
which the receiving party shall be deemed to have accepted the data thus transferred. Any
errors detected within the 60-day acceptance period will be corrected by the transferring party.
When transferring documents in electronic media format, the transferring party makes
no representations as to long term compatibility, usability, or readability of documents resulting
from the use of software application packages, operating systems, or computer hardware
differing from those used by the data’s creator.
Accompanying these specifications, and forming an integral part thereof, are the
Board's drawings which numbers are listed in the "Table of Contents."
(c-1) Submittals
Whenever work is to be fabricated and/or machined specifically for this contract, the
Contractor shall submit, for approval, final shop and erection drawings, manufacturer's
drawings, catalogue cuts and/or literature covering products (equipment, fixtures, devices, etc.)
to be furnished or for items of work for which submittals are required in the technical
specifications, all as soon as possible. These are to be delivered to the Board of
Commissioners of the Port of New Orleans, Engineering Dept., 1350 Port of New Orleans
Place, P.O. Box 60046, New Orleans, Louisiana 70160, Attention: Engineering Director. The
checking and approval as to overall conformity with the contract document will not be
considered to waive any of the provisions of these contract documents and shall not release
the Contractor from responsibility for the corrections of his submittals nor for errors in details
which may interfere with erection. All submittals transmitted for approval shall be in strict
conformity thereto as provided for under "Request for Alterations or Substitutions." Prior to
transmittal, all submittals must be thoroughly checked by Contractor to insure this conformity.
In addition, the Contractor must be certain that any equipment he proposes to furnish and/or
install will fit and functionally operate within the designated available space. Clearances shall
be functional and as specified. Each submittal shall have Contractor's signed statement that
the above requirements have been met and that he approves it for submission, such as
"Reviewed and approved by XYZ Construction."
Whenever required in the technical specifications, the originator of the shop drawings or
data shall certify compliance with the Contract Documents except for deviations specifically
identified as a variation and noted clearly on the submittal.
If the Contractor fails to comply with the requirements of Article 50 (c-1), the Engineer
will not review the submittal and it will be returned stamped "NOT ACCEPTED FOR REVIEW."
Submittals not required by the Contract Documents will not be reviewed and will be
returned stamped "NOT APPLICABLE."
Such submittals, properly checked before submission, shall be delivered to the Board in
a timely manner to allow review by the Board prior to ordering or fabrication. These submittals
Req. No. 046129
Addendum No. 1
Special Conditions
Article 50 – Sheet 3
are to be requested within the time stated in Subsection c-2 and will be reviewed by the Board
within fourteen (14) calendar days, not including Board holidays, after receipt. After Board’s
review the Contractor shall pick up submittals from the Board. Submittal and checking time is
included in total time for completion of work.
Submittals/shop drawings reviewed by the Engineer shall be returned stamped with one
of the following:
1.
CONFORMS WITH CONCEPT
The Engineer's review found no objectionable deviations and it conforms with the
design concept.
2.
CONFORMS WITH CONCEPT AS NOTED
The Engineer's review found no major deviations from the contract requirements.
Minor discrepancies or deficiencies were noted onto the drawing or submittal.
Corrected copies are not required for re-submittal, however the item is to be
furnished in accordance with the Engineer's notes. If the contractor, supplier, or
manufacturer takes exception to any of the Engineer's comments, then corrected
or supplemental data is to be re-submitted.
3.
REVISE AND RESUBMIT
The Engineer found major discrepancies or deficiencies such that the
submittal/shop drawing must be corrected to comply with the Contract
Documents and re-submitted.
4.
NOT ACCEPTED
It is the Engineer's opinion that the item submitted does not meet the Contract
Document requirements. The correct data must be re-submitted.
The Engineer's review is to determine if the shop drawing, catalog brochure, letter, etc.,
conforms to the design concept and the requirements of the Contract Documents. Design
concept relates to the final, in-place installation of material and equipment as part of a
functioning whole project as required by the Contract Documents.
Time lost because of submission by Contractor of incorrect or incomplete submittals will
not be cause for extension of specified contract period.
The Contractor shall follow up requests for approval, if not acknowledged within the time
designated above, to avoid loss of submittals in mail or in handling.
The Contractor shall furnish at least six (6) complete sets of check prints plus the
number of additional copies over two (2) required for return to Contractor; four (4) of these
copies will be retained for use by the Board and the others returned. The Contractor shall
Req. No. 046129
Addendum No. 1
Special Conditions
Article 50 – Sheet 4
furnish, for Board use, four (4) sets of prints of all final drawings, plus one or more sets of
prints for return to Contractor after approval.
The Contractor, at his option, may elect to submit one (1) reproducible drawing and two
(2) check prints, in which case, one (1) marked-up reproducible will be returned to the
Contractor for his duplication.
Where manufacturer's drawings or catalogue cuts are required, the quantities required
shall be the same as above. Two (2) of these MUST BE PRINTED ORIGINALS which will be
kept by the Board for its records. Those submittals which do not contain two (2) originals will
not be accepted.
All catalogue cuts, brochures or other literature submitted shall be manufacturer's latest
issue in current use.
All information on all submittals must be clearly legible. Those submittals which are not
clearly legible will not be accepted. Any variations from the Contract Documents made by the
supplier, manufacturer or Contractor shall be clearly identified.
As far as practical, drawings shall be submitted in installments as to avoid any
unnecessary concentration of checking by Board.
When submission of manufacturer's catalogue cuts or brochures is required to
described items of equipment to be furnished by Contractor, each brochure shall include
manufacturer's name, catalogue number and dimensions, and shall indicate all modifications to
standard equipment. Each piece of literature shall be clearly marked to indicate the specific
type or catalogue number of the item to be supplied, and the location and application for which
it is intended, for example: "limit switch No. 000XYZ, upper travel limit for overhead rolling
door, Bay No. 42." All such submittals shall bear the title of the project, in the case of shop
and erection drawings, each shall additionally bear an appropriate drawing number.
If the submittal data is bound in a folder, the outside of the folder shall be clearly marked
with the name of the job, otherwise each individual sheet must carry this identification.
Each submittal package presented for review must be accompanied by an itemized list
of all items submitted.
All manufacturers' literature as well as Contractor's shop and erection drawings, as
above specified, which are submitted without proper marking and identification, will not be
reviewed by the Board, but will be returned for proper marking as required.
Whenever Contractor's drawings and/or catalogue cuts are returned to him marked
other than "Conforms with Concept" or "Conforms with Concept As Noted," he shall correct
these documents and resubmit for final review and distribution. No product shall be purchased
or work fabricated until final corrected submittals, shop drawings and/or catalogue cuts are
reviewed by Board and returned to Contractor marked "Conforms with Concept" or "Conforms
with Concept as Noted."
Req. No. 046129
Addendum No. 1
Special Conditions
Article 50 – Sheet 5
Within ten (10) days after substantial completion of the work, the Contractor shall
furnish the Board, at contractor's expense, one complete set of vellum reproducibles of all
final shop and erection drawings. Vellum shall be of quality acceptable to Board. No part of
the retainage due Contractor will be paid until all such vellum reproducibles have been
furnished, and accepted by the Board.
SUBMITTAL SCHEDULE
At the time the construction schedule is submitted, a schedule shall be submitted of
the items of materials and equipment for which submittals are required by the specifications.
For each required submittal, the date shall be given for intended submission of the submittal
to Engineer for review and the date required for its return to avoid delay in any activity
beyond the scheduled start date. Sufficient time shall be allowed for initial review, correction
and resubmission, and final review of all submittals. In no case will a schedule be
acceptable which allows less than fourteen (14) calendar days, not including Board holidays,
for each review by Engineer.
MAINTENANCE AND OPERATION MANUALS AND AS-BUILT DRAWINGS
Within ten (10) days after substantial completion, the Contractor shall submit two
copies of all maintenance and/or operation manuals, installation drawings, instructions,
calibration manuals and assembly instructions received or used for this contract.
The Contractor shall be responsible for keeping accurate records and up to date “asbuilt” drawings of any additions or modifications to the original Contract Drawings. These “asbuilt” drawings shall be available for viewing on the site at all times and shall be reviewed by
the Engineer at the monthly progress meetings.
In addition the Contractor shall submit one (1) set of “as built” drawings marked in red
showing all significant deviation from the drawings, including changes in material, location,
size, quantity, etc. Dimensions shall be given for underground runs and hidden installations.
All “as-built” drawings shall be approved by the Engineer. Final payment shall not be
issued until all “as-built” drawings are completely submitted and approved by the Port.
(c-2) Requests for Alterations or Substitutions
Should the Contractor desire to make alterations or substitutions during the contract
period of any nature whatsoever, he shall formally request approval of the same, in writing,
from the Board. Such approval of a change or substitution will only be valid when issued to
the Contractor, in writing, over the signature of the Manager of Construction Services.
The Contract, if awarded, will be on the basis of materials and equipment described in
the Drawings or specified in the Specifications without consideration of possible substitute or
“or approved equal” items. Whenever it is indicated in the Drawings or specified in the
Specifications that a substitute or “or approved equal” item of material or equipment may be
furnished or used by the Contractor if acceptable to Engineer, application for such
Req. No. 046129
Addendum No. 1
Special Conditions
Article 50 – Sheet 6
acceptance shall be submitted for prior approval no later than seven working days before the
date of the bid opening, set out in accordance with the procedure set out in Article 11 of the
General Conditions.
(d) Furnished by the Board
Either with its own forces or otherwise, the Board will provide the following items for
this project:
1.
Engineering services to the extent stated in Art. 37 and testing laboratory
services as stated in paragraph (e-1).
2.
Board's facilities to the extent stated in Art. 50 (g).
3.
Space, if available, near the project area for storage of Contractor's tools and
equipment but without responsibility of part of the Board for security thereof.
The Contractor shall pay for damage caused by his forces to structures, materials
delivered to him, or to trucks or equipment, which are property of the Board or others, or
which might be used in providing the above mentioned work, services or materials.
Well in advance of time needed, the Contractor shall make requests to the Engineer
or responsible representative for delivery of materials or services to be furnished as above.
(e) Furnished by the Contractor
The items of labor, materials, or other details specifically mentioned in these
specifications or the accompanying plans, or attached contract form, as being supplied by
the Board, are the only items which the Board will furnish; and everything else required for a
complete job under this contract shall be furnished by the Contractor at his expense.
Contractor will be required to meter and pay for water on Board property after making
proper arrangements with the Board’s Maintenance Department. (See Section 1500) This
varies specification to specification so refer to 1500 only.
(e-1) Materials Tests
The Board reserves the right to conduct tests of all materials for compliance with the
specifications. These tests will be performed at the direction and under the general
supervision of the Engineer. Whenever practicable, sampling of materials will be done at the
project. If such tests show the materials do not meet specifications, the tests shall be at the
Contractor’s expense and will be deducted from amounts due the Contractor. The Board will
Req. No. 046129
Addendum No. 1
Special Conditions
Article 50 – Sheet 7
assume the costs of tests ordered by the Engineer on materials found to meet the specified
requirements.
All welds shall be subject to spot nondestructive testing by any method(s) which, in
the judgement of the Board, may be required to establish the soundness of any and all welds
in conjunction with this Article (e-1), and in accordance with the American Welding Society
STRUCTURAL WELDING CODE AWS D1.1, Section 6, Inspection, and “STRUCTURAL
WELDING CODE - REINFORCING STEEL” AWS D12.1.
The Contractor is obligated without extra cost to Board, to render all reasonable
assistance needed at his plant or shop or at job site in connection with sampling and testing
materials or products.
(f) Construction Program
Contractor shall proceed with the work at project site under this contract within ten
(10) calendar days after date set forth in Notice to Proceed and all work shall be completed
within the time stipulated in the Bid Form and subject to assessment of ascertained and
liquidated damaged as set forth in BID FORM of these contract documents.
Immediately after written date of notice to begin work under this contract, the
Contractor shall line up his forces and equipment, do other preparatory work, and maintain
the following work schedule:
1.
Begin work within ten (10) calendar days after date set forth in Notice to
Proceed and complete all work within the number of consecutive calendar days
stipulated under BID OF CONTRACTOR, and subject to the ascertained and
liquidated damages set forth therein.
If requested by the Engineer, the Contractor shall, within 15 consecutive calendar
days after notice to begin work under this contract, or at such later date as may be
determined by the Board, prepare and submit to the Board for approval, a construction
schedule, showing the order in which the Contractor proposes to accomplish the work, the
date on which he plans to start each of the various phases of construction (including
procurement of materials and equipment) and the contemplated date on which he proposed
to complete each such operation. The schedule shall be in the form of a progress chart
suitable to indicate the percentage of work scheduled for completion at any time and the
anticipated monthly progress payments. The Contractor shall further submit regular progress
reports to the Board. A progress report shall be submitted for each calendar month or other
suitable period as may be determined in advance by the Board. The actual progress
attained during the period shall be entered on a copy of the progress chart and delivered to
the Board within five (5) working days following the end of the period covered. All charts
shall be submitted in triplicate. Progress shall be indicated as a percentage completed for
each phase of construction scheduled, plus an overall percentage completed for the entire
Req. No. 046129
Addendum No. 1
Special Conditions
Article 50 – Sheet 8
project. Charts shall be compiled in the form of "bar graphs" and "S" curves on appropriate
sheets of such length and width as may be required to plot the graphs to a scale approved by
the Board. Immediately following award of contract the Board will furnish a sample copy of
each required type of chart to the Contractor. Should the construction program be delayed,
the Board may require a revised schedule, and same shall be provided within fifteen (15)
consecutive calendar days after date of Board's request, by Contractor and at Contractor's
expense. Should the Contractor fail to submit a construction schedule within the time herein
prescribed the Board shall have the right to order all work on the project to cease until such
time as an acceptable schedule is furnished, and without any extension of the contract period
for time so lost. Failure to submit a progress report within the time herein prescribed will be
cause for the Board to withhold approval of progress payment until such time as Contractor
submits the required progress report. Consistent with the schedule, the Contractor shall
inform the Board in advance, sufficiently in time to permit the Board to make proper
arrangements, whenever services furnished by the Board, or inspections of materials are
needed by the Contractor.
PROGRESS MEETINGS
If requested by the Engineer Contractor shall schedule and hold regular progress
meetings at least monthly and at other times as requested by Engineer or required by
progress of the Work at the project site. Contractor, Board Quality Control Engineer, Project
Engineer, Field Project Representative, Contractor's Project Manager and Superintendent
and all Subcontractors active on the site shall be represented at each meeting or required by
the Engineer. Contractor may at his discretion request attendance by representatives of his
suppliers, manufacturers, and other Subcontractors. Contractor shall be fined $250 if his
Project Manager or Superintendent of record fail to attend the schedule progress meeting.
Fines shall be deducted from the progress payments.
Contractor shall preside at the meetings and provide for keeping and distribution of
the minutes. The purpose of the meetings will be to review the progress of the work,
maintain coordination of efforts, discuss changes in scheduling, submittal data, anticipated
work, pay requests, etc. and resolve other problems which may develop.
Time will not be extended because of inclement weather ordinarily liable to occur
during the contract period, or regularly established holidays, whether set by law or labor
rules. Forces employed and rate of progress must be sufficient for the work as scheduled,
and to compensate
for usual non-working hours. If work lags, sufficiently increased forces and hours shall be
used to maintain the schedule.
Time will not be extended due to high river stages ordinarily liable to occur during the
Contract Time.
Throughout the progress of the job, Contractor shall provide sufficient materials, labor,
Req. No. 046129
Addendum No. 1
Special Conditions
Article 50 – Sheet 9
tools and equipment needed to carry on the various types of work required in proper
sequence and in an orderly and efficient manner to complete all items of work as promptly
and satisfactorily as possible.
The Board has established the following time to be lost "because of inclement weather
ordinarily liable to occur during the contract period":
January
February
March
April
May
June
July
August
September
October
November
December
TOTAL
4 work days
4 work days
4 work days
2 work days
2 work days
2 work days
2 work days
2 work days
0 work days
0 work days
2 work days
2 work days
26 work days
From commencement of construction through final acceptance of the project, the
Contractor shall provide a competent, qualified, experienced superintendent at the job site
during all working hours.
Time extensions will be granted when inclement weather, as defined herein, prevents
the Contractor from performing work (critical to the construction schedule at the time the
adverse condition occurs) for more than the number of work days stipulated above.
The Contractor shall coordinate time and location of deliveries of material and
equipment to the project site with the Engineer. The Contractor shall have his own
representative receive all deliveries. The Contractor shall be fully responsible for all items
delivered to the project site and shall provide, at his expense, all necessary protection and
security for same.
(g) Construction Site
The site of the work is located in the vicinity of the East Bank of the Mississippi River
in New Orleans, Louisiana, as shown on the "Vicinity Map" on the Board's drawing.
Bidders are required to visit the site, and to investigate operations of the Board and
others at the site, or in the vicinity, and conditions existing and liable to exist during the time
of the work, and their possible effect on receipt and storage of materials, difficulties in
performing the work and rate of progress. Operations of the Board or others shall not be
Req. No. 046129
Addendum No. 1
Special Conditions
Article 50 – Sheet 10
interfered with or interrupted, except as herein stipulated or as may be necessary and only
by previous arrangement with the Engineer.
In his use of the construction site described above, the Contractor will be responsible
for the safety of his own equipment with reference to all hazards. All personnel who enter
Port terminals in areas with cargo or construction activity, may be denied access if a hard hat
and a safety vest is not worn.
The Contractor shall confine his Construction operation and shall use due care in
placing construction tools, equipment, pipe materials and supplies, so as to cause no
damage to property and interference with Port traffic. Materials may be stored only within
areas designated by Engineer. If material are stored elsewhere, it shall be at the
Contractor's risk, and if interfering with a tenant's operation, shall be relocated promptly
without any cost to the Board. Continuous coordination between Contractor and Board's
tenants shall be maintained and both shall cooperate fully in maintaining operations of both
Contractor and tenants concurrently with as little interference and inconvenience as possible.
Contractor shall make his own arrangements for receiving his materials and shall
assume full responsibility for security of all items stored at the work site, including equipment
and tools. Contractor shall devise his own methods for access.
Contractor shall occupy an area only so long as is necessary, and shall remove all
equipment, temporary construction, scrap material, litter and debris immediately when his
use of that area is no longer needed.
The Contractor is also expected to observe and to be cognizant of the existing
conditions of river and soil, and how these conditions (river and soil) can change during the
time of the work due to a seasonal change, and/or inclement weather, and how these
operations and conditions could effect the receipt and storage of materials, problems of
performing the work in this contract and its rate of progress.
The Contractor shall observe all rules and regulations of the local levee authorities
and of the Federal Government in regard to performing work at his location, particularly those
of the Orleans Levee District, U.S. Coast Guard and U.S. Corps of Engineers. The
Contractor shall also observe all rules and regulations applicable to railroad, highway and
navigation operations, and he shall keep the railroad tracks, roads and river channel clear of
all obstructions. Temporary permits required, if any, for execution of the work will be the
responsibility of the Contractor. Permits for construction of the project will be obtained by the
Board from the Orleans Levee District and U.S. Corps of Engineers.
The Contractor shall be responsible for receipt of his materials and protection thereof
from theft or damage, as well as for his equipment, tools and other items.
The physical extension of all utilities, including electric power facilities and piping from
Req. No. 046129
Addendum No. 1
Special Conditions
Article 50 – Sheet 11
present service locations to points of temporary consumption during construction, the
removal of any and all additions or extensions so made, and restoration to its previous
condition of any and all services into which a tie-in was made, shall be made by Contractor at
his expense. Contractor shall make his own arrangements for such services. He shall be
fully responsible for any and all bills incurred for utilities.
Damage done to structures or equipment of the Board or others shall be repaired by
the Contractor at his cost, to the satisfaction of the Engineer.
Smoking and operations creating a fire or explosion hazard are prohibited, except in
areas where specifically allowed, and only if adequate precautions, approved in advance by
the Engineer, are taken.
Welding and burning on the project site will be permitted only under controlled
conditions approved in advance by the Engineer. When required, non-combustible shields
and manned fire hoses with water instantly available shall be provided. Contractor shall
obtain a welding and burning permit from the U.S. Coast Guard and Harbor Police.
(h) Work on or Adjacent to Railroad
The Contractor shall perform all work on and adjacent to the railroad in accordance
with the requirements shown on the Contract Document. During the progress of such work,
the Contractor shall maintain liaison with the Railroad Company's officers and
representatives as may be designated by the Railroad Company. In the event the Contractor
requires a crossing of the Railroad Company's right-of-way and tracks at other than a public
crossing and outside the limits of work of this contract with its machinery or equipment
incident to the contract, the Contractor shall first enter into an agreement satisfactory to the
Railroad Company setting forth the terms and conditions with respect to the establishment,
use, and removal of such crossing.
The Contractor shall, prior to progress inspections, clear the railroad tracks of any
materials, earth, mud, rocks and other debris.
The Contractor shall keep all equipment, tools and materials stored at least ten (10)
feet from the center line of any usable track.
Any cost for damage to NOPB or ICRR track and/or delays in service caused by the
Contractor shall be borne by the Contractor. Any silting of track adjacent to Contractor's
work areas which is caused by sand or other material blowing or draining into rails shall be
hosed and/or swept clean by the Contractor before the end of the day at no cost to the Board
or the railroad. Any cost for damage to trackage and/or delays in service caused by the
Contractor shall be borne by the Contractor.
(i) Prevention of Environmental Pollution
Req. No. 046129
Addendum No. 1
Special Conditions
Article 50 – Sheet 12
Direct or indirect discharge of contaminants* into the Mississippi River, the Inner
Harbor-Navigation Canal or the Mississippi River-Gulf Outlet is strictly prohibited by law.
Board's Contractor(s) and, if any, respective Sub-Contractor(s) (all hereinafter referred to
collectively as "Contractor") shall be held responsible for any and all such discharges or
pollution of the foregoing mentioned navigable waters resulting from contract work performed
under this contract. Should a contaminant be discharged to any or all of the foregoing
navigable waters, thereby bypassing proper and legal disposal procedures, then immediate
remedial action is required on the part of the responsible Contractor, at his cost, risk and
expense, to recover and properly and legally dispose of any and all such material(s)
constituting the condition of pollution. Contractor must promptly inform Board concerning all
such discharge or release of contaminants.
*The word "contaminants," as used in this Article 50, refers particularly to such petroleum
products commonly identified as oil and grease, but is not limited to petroleum products. The
word includes hazardous wastes and toxic substances. The Federal Water Pollution Act,
appearing in "United States Code Annotated" (USCA) Title 33 provides information
concerning the regulation of discharges of oil and hazardous substances. Discharges of
other "contaminants" are defined by applicable Government regulation(s). For example, the
Clean Water Act of 1977 includes the discharge of toxic substances under Section 307a and
the discharge of conventional pollutants under Sections 301 and 402.
(j) Salvage of Materials
All debris and grubbed materials including vegetation shall become the property of the
Contractor.
Removed concrete, reinforcing and similar materials shall be disposed of by the
Contractor at an off-site location at his expense, beyond Board’s property.
(k) Vehicular Restrictions
All trucks shall be within legal allowable weight limits according to Local, Parish, or
State requirements for truck loads, whichever are more stringent.
Truck routes, within the project areas and through all Board-owned and residential
City streets to be utilized by the Contractor during the construction of the contracted work,
shall be defined and three (3) copies furnished, if so requested, to the Engineer for review
and approval prior to commencing work.
All transportation equipment shall be State inspected, mechanically safe, and
equipped with backup/reverse audio alarm movement devices as required by OSHA
(Occupational Safety and Health Administration).
Req. No. 046129
Addendum No. 1
Special Conditions
Article 50 – Sheet 13
Any cranes the Contractor proposes to place on any Board wharf to facilitate the work
shall be defined and reviewed by the Engineer prior to placing.
(n) Maintenance of Traffic
The Contractor will be required to provide for and maintain terminal traffic during the
construction of this project. It will be the responsibility of the Contractor to conduct his
operations in such a manner as not to block any roads during construction. It is further the
responsibility of the Contractor to provide tenants and their customers with reasonable
access to their properties at all times during construction and to provide access for
emergencies and necessary service vehicles, such as fire fighting equipment and sanitary
refuse collection trucks.
The Contractor will be required to provide and maintain all necessary flagmen, police,
barricades, warning and detour signs in order to properly facilitate the movement of all traffic
at all times when work is in progress that obstructs or is hazardous to traffic safety or
impedes traffic flow.
(o) Underground Installations
Existing underground installations are indicated on the Contract Drawings only to the
extent such information was made available to or discovered by Engineer in preparing the
drawings. There is no guarantee as to the accuracy or completeness of such information,
and all responsibility for the accuracy and completeness thereof is expressly disclaimed.
Generally, service connections are not indicated on the Contract Drawings.
Contractor shall be responsible for discovery of existing underground installations, in
advance of excavating or trenching, by contacting all local utilities, and by prospecting.
(p) Unfavorable Construction Conditions
Contractor shall confine his operations to work which will not be affected adversely by
unfavorable weather, wet ground, or other unsuitable construction conditions. No portion of
the Work shall proceed under conditions which would affect adversely the quality or
efficiency of the Work, unless suitable special precautions or countermeasures are taken by
Contractor.
(q) Materials and Workmanship
Contractor shall be fully responsible for furnishing all of his Subcontractors and
Req. No. 046129
Addendum No. 1
Special Conditions
Article 50 – Sheet 14
Suppliers with Contract Drawings and Specifications and Addenda.
All permanent and temporary materials, parts and equipment furnished by the
Contractor shall be new high grade, and free from defects and imperfections unless
otherwise hereinafter specified. Workmanship shall be in accordance with the best standard
practices. Both materials and workmanship shall be subject to the approval of the Engineer.
All materials and workmanship not conforming to the requirements of these
specifications shall be considered as defective and will be rejected. Defective material
whether in place or not, shall be removed immediately from the site of the work by the
Contractor at his expense when so directed by the Engineer. No rejected material, the
defects of which have been subsequently corrected, shall be used until approval in writing
has been given by the Engineer.
In the event any defect in material or workmanship is of a minor nature and the
Engineer determines that it is not of such consequence as to result in a dangerous or
undesirable condition, or that the removal of such work would create a dangerous or
undesirable condition, the Engineer shall have the right to retain such work and make such
deductions in the payment therefore as they determine reasonable and in the public interest.
Such determination by the Engineer is final.
(r) Cutting and Patching
The Contractor shall perform all cutting and patching required for the Work, and as
may be necessary in connection with uncovering Work for inspection or for the correction of
defective Work.
Contractor shall perform all cutting and patching required for the installation of
improperly timed Work, to remove samples of installed materials for testing, and to provide
for alteration of existing facilities or the installation of new Work in existing construction.
Except when the cutting or removal of existing construction is specified or indicated,
Contractor shall not undertake any cutting or demolition which may affect the structural
stability of the Work or existing facilities without Engineer’s concurrence.
Contractor shall provide all shoring, bracing, supports, and protective devices
necessary to safeguard all Work and existing facilities during cutting and patching
operations.
Materials shall be cut and removed to the extent indicated on the drawings or as
required to complete the Work. Materials shall be removed in a careful manner with no
damage to adjacent facilities or materials. Materials which are not salvable shall be removed
from the site by Contractor.
Req. No. 046129
Addendum No. 1
Special Conditions
Article 50 – Sheet 15
All Work and existing facilities affected by cutting operations shall be restored with
new materials, or with salvaged materials acceptable to Engineer, to obtain a finished
installation with the strength, appearance, and functional capacity required. If necessary,
entire surfaces shall be patched and refinished.
Do not cut and patch operational elements and safety-related components in a
manner resulting in a reduction of capacities to perform in the manner intended or resulting in
decreased operational life, increased maintenance or decreased safety.
Prior approval of cutting and patching is required, submit proposal well in advance of
time work will be performed, and request approval to proceed. Include description of why
cutting and patching cannot reasonably be avoided, how it will be performed, how structural
elements (if any) will be reinforced, products to be used, firms and tradesman to perform the
work, approximate dates of the work and anticipated results in terms of variations from the
Work as originally completed (structural, operational, visual and other qualities of
significance). Where applicable, include suggested alternatives to the cutting and patching
procedure proposed, and a description of the circumstances which lead to the need for
cutting and patching.
Req. No. 046129
Addendum No. 1
Special Conditions
Article 50 – Sheet 16
INDEX
SECTION 2132 - UNKNOWN INFRASTRUCTURE
___________________________________________________________________________
PARA.
PAGE
NO.
PARAGRAPH TITLE
NO.
___________________________________________________________________________
1.
SCOPE
02132-1
2.
MEASUREMENT AND PAYMENT
02132-1
Req. No. 046129
02132-a
SECTION 2132 - UNKNOWN INFRASTRUCTURE
1. SCOPE
An allowance, for Unknown Infrastructure, of a specific amount of monies has been
mandatorily included in the Bid. These monies are to be utilized, upon authorization by the
Engineer, to compensate the Contractor for removal, relocation, or for reconstruction of
infrastructures (as defined herein) encountered during the construction phase which were not
indicated or shown, or differs substantially from the Contract Documents.
2. MEASUREMENT AND PAYMENT
Unknown infrastructure payable under "Bid Item No. 7 - Unknown Infrastructure" is defined
as any man-made objects encountered during the required work excluding objects and
materials indicated on the Contract Drawings and/or reasonably known by the Contractor
through a pre-bid inspection of the site which conflict with new construction.
This item may be used as follows: Not At All, In Part, In Whole, Greater Than Whole.
Measurement for payment of removal of obstructions will be made by the cubic yard of
obstructions removed or for conduits and pipes, by the linear foot.
Compensation for Unknown Infrastructure will be made in accordance with Article 43 of the
General Conditions and such price and payment shall include furnishing of all materials,
equipment tools, labor, and incidentals and performance of all work necessary to complete
the works not covered, or covered in part, by the Contract Documents.
Req. No. 046129
02132-1
INDEX
SECTION 02821 – CHAIN-LINK FENCES AND GATES
PARA.
NO.
PARAGRAPH TITLE
PAGE
NO.
1.
SUMMARY
02821-1
2.
PERFORMANCE REQUIREMENTS
02821-1
3.
SUBMITTALS
02821-1
4.
QUALITY ASSURANCE
02821-2
5.
PROJECT CONDITIONS
02821-2
6.
PRODUCTS
02821-2
7.
CHAIN-LINK FENCE FABRIC
02821-2
8.
INDUSTRIAL FENCE FRAMING
02821-3
9.
INDUSTRIAL SWING GATES
02821-3
10.
FITTINGS
02821-4
11.
GROUT AND ANCHORING CEMENT
02821-4
12.
POLYMER FINISHES
02821-4
13.
EXECUTION
02821-5
14.
EXAMINATION
02821-5
15.
PREPARATION
02821-5
16.
INSTALLATION, GENERAL
02821-5
17.
CHAIN-LINK FENCE INSTALLATION
02821-5
18.
GATE INSTALLATION
02821-6
19.
ADJUSTING
02821-7
Req. REQ. 046129
02821-a
Addendum No. 1
20.
MEASUREMENTS AND PAYMENT
Req. REQ. 046129
02821-b
02821-7
Addendum No. 1
SECTION 02821 - CHAIN-LINK FENCES AND GATES
PART 1 - GENERAL
1.
SUMMARY
This Section includes the following:
Chain-Link Fences
Industrial, galvanized with polymer coating.
Swing Gates (as shown on Drawings):
2.
PERFORMANCE REQUIREMENTS
Structural Performance: Provide chain-link fences and gates capable of withstanding
the effects of gravity loads and the following loads and stresses within limits and under
conditions indicated:
Minimum Post Size and Maximum Spacing for Wind Velocity Pressure: Determine
based on mesh size and pattern specified, and on the following minimum design wind
pressures and according to CLFMI WLG 2445:
Basic wind gust: V = 130 mph
Fence Height: See Drawings.
Line Post Group: IA, ASTM F 1043, Schedule 40 steel pipe.
Wind Exposure Category: B.
3.
SUBMITTALS
Product Data: Include construction details, material descriptions, dimensions of
individual components and profiles, and finishes for chain-link fences and gates.
Fence and gate posts, rails, and fittings.
Chain-link fabric, reinforcements, and attachments.
Gates and hardware.
Accessories.
Shop Drawings: Show locations of fences, gates, posts, rails, tension wires, details
of extended posts, extension arms, gate swing, or other operation, hardware, and
accessories.
Indicate materials, dimensions, sizes, weights, and finishes of
components. Include plans, gate elevations, sections, details of post anchorage,
attachment, bracing, and other required installation and operational clearances.
Samples for Initial Selection: Manufacturer's color charts or 6-inch (150-mm) lengths
of actual units showing the full range of colors available for components with factoryapplied color finishes.
02821 - 1
Req. REQ 046129
Addendum No. 1
Samples for Verification: For each type of chain-link fence and gate indicated.
Polymer-coated galvanized steel wire (for fabric) in 6-inch (150-mm) lengths.
Polymer coating, in 6-inch (150-mm) lengths on shapes for posts, rails, wires, and
gate framing and on full-sized units for accessories.
Maintenance Data: For the following to include in maintenance manuals:
Polymer finishes.
4.
QUALITY ASSURANCE
Installer Qualifications: An experienced installer who has completed chain-link fences
and gates similar in material, design, and extent to those indicated for this Project and
whose work has resulted in construction with a record of successful in-service
performance.
5.
PROJECT CONDITIONS
Field Measurements: Verify layout information for chain-link fences and gates shown
on Drawings in relation to property survey and existing structures. Verify dimensions by
field measurements.
6.
PRODUCTS
7.
CHAIN-LINK FENCE FABRIC
General: Height indicated on Drawings. Provide fabric in one-piece heights measured
between top and bottom of outer edge of selvage knuckle or twist. Comply with
ASTM A 392, CLFMI CLF 2445, and requirements indicated below:
Polymer Coating: ASTM F 668, Class 2b over metallic-coated steel wire.
Color: Green as indicated on drawings or as selected by Engineer from manufacturer's
full range, complying with ASTM F 934.
Steel Wire Fabric at perimeter fencing: Steel Wire Fabric: Galvanized Metallic-coated
wire with a minimum diameter of 0.1495 inch (3.797 mm).
Mesh Size: 2 inches (50 mm).
Weight of Metallic (Zinc) Coating: ASTM A 392, Type II, Class 2, 2.0 oz./sq. ft. (610
g/sq. m) with zinc coating applied after weaving.
02821 - 2
Req. REQ 046129
Addendum No. 1
8.
INDUSTRIAL FENCE FRAMING
Posts and Rails: Comply with ASTM F 1043 for framing, ASTM F 1083 for Group IC
round pipe, and the following:
Group: IA, round steel pipe, hot-dipped galvanized steel pipe conforming to ASTM F
1083, plain ends, standard weight (schedule 40) with not less than 1.8 oz. zinc per sq.
ft. of surface area coated.
Coating for all Steel Framing:
Metallic Coating:
External, Type B, zinc with organic overcoat, consisting of a minimum of 0.9 oz./sq. ft.
(0.27 kg/sq. m) of zinc after welding, a chromate conversion coating, and a clear,
verifiable polymer film. Internal, Type D, consisting of 81 percent, not less than 0.3-mil(0.0076-mm-) thick, zinc pigmented coating.
Polymer coating over metallic coating.
Fence Height: See Drawings
Strength Requirement: Light industrial according to ASTM F 1043.
Post Diameter and Thickness: According to ASTM F 1043.
Line Post: 2.375 inches (60 mm) minimum.
End, Corner and Pull Post: 2.875 inches (73 mm) minimum.
Swing Gate Post: According to ASTM F 900.
Top Rail: 1.66-inch OD Type I or II steel pipe. Manufacturer's longest lengths, with
expansion-type couplings, approximately 6 inches long, for each joint. Provide means
for attaching top rail securely to each gate corner, pull, and end post.
9.
INDUSTRIAL SWING GATES
General: Comply with ASTM F 900 for single swing gate types.
Metal Pipe and Tubing:
Galvanized steel.
Comply with ASTM F 1043 and
ASTM F 1083 for materials and protective coatings.
Frames and Bracing: Fabricate members from, galvanized steel tubing, shape as
selected by Engineer, with outside dimension and weight according to ASTM F 900 and
the following:
Gate Fabric Height: As indicated.
Leaf Width: As indicated.
Frame Members:
Tubular Steel: 1.90 inches (48 mm) round.
02821 - 3
Req. REQ 046129
Addendum No. 1
Frame Corner Construction:
Welded or assembled with corner fittings.
Hardware: Latches permitting operation from both sides of gate, hinges, center gate
stops and keepers for each gate leaf more than 5 feet (1.52 m) wide. Fabricate latches
with integral eye openings for padlocking; padlock accessible from both sides of gate.
10.
FITTINGS
General: Comply with ASTM F 626.
Rail Fittings: Provide the following:
Top Rail Sleeves: Pressed-steel or round-steel tubing not less than 6 inches (152 mm)
long.
Tie Wires, Clips, and Fasteners: According to ASTM F 626.
Standard Round Wire Ties: For attaching chain-link fabric to posts, rails, and frames,
complying with the following:
Hot-Dip Galvanized Steel: 0.148-inch- (3.76-mm-) diameter wire; galvanized coating
thickness matching coating thickness of chain-link fence fabric.
Finish:
Metallic Coating for Pressed Steel or Cast Iron: Not less than 1.2 oz. /sq. ft. (366 g /sq.
m) zinc.
11.
GROUT AND ANCHORING CEMENT
Nonshrink, Nonmetallic Grout: Premixed, factory-packaged, nonstaining, noncorrosive,
nongaseous grout complying with ASTM C 1107. Provide grout, recommended in
writing by manufacturer, for exterior applications.
Erosion-Resistant Anchoring Cement:
Factory-packaged, nonshrink, nonstaining,
hydraulic-controlled expansion cement formulation for mixing with potable water at
Project site to create pourable anchoring, patching, and grouting compound. Provide
formulation that is resistant to erosion from water exposure without needing protection
by a sealer or waterproof coating and that is recommended in writing by manufacturer,
for exterior applications.
12.
POLYMER FINISHES
Supplemental Color Coating: In addition to specified metallic coatings for steel, provide
fence components with polymer coating.
Metallic-Coated Steel Tension Wire: PVC-coated wire complying with ASTM F 1664,
Class 2b.
Metallic-Coated Steel Framing and Fittings:
Comply with ASTM F 626 and
ASTM F 1043 for polymer coating applied to exterior surfaces and, except inside cap
shapes, to exposed interior surfaces.
02821 - 4
Req. REQ 046129
Addendum No. 1
Polymer Coating: Not less than 10-mil- (0.254-mm-) thick PVC or 3-mil- (0.076-mm-)
thick polyester finish.
Color: Green as indicated on drawings or as selected by Engineer from manufacturer's
full range, complying with ASTM F 934.
13.
EXECUTION
14.
EXAMINATION
Examine areas and conditions, with Installer present, for compliance with requirements
for a verified survey of property lines and legal boundaries, site clearing, earthwork,
pavement work, and other conditions affecting performance.
Do not begin installation before final grading is completed, unless otherwise permitted
by Engineer.
Proceed with installation only after unsatisfactory conditions have been corrected.
15.
PREPARATION
Stake locations of fence lines, gates, and terminal posts. Indicate locations of utilities,
lawn sprinkler system, underground structures, benchmarks, and property
monuments.
16.
INSTALLATION, GENERAL
Install chain-link fencing to comply with ASTM F 567 and more stringent requirements
specified.
17.
CHAIN-LINK FENCE INSTALLATION
Post Excavation: Drill or hand-excavate holes for posts to diameters and spacings
indicated, in firm, undisturbed soil.
Post Setting: Set posts in concrete at indicated spacing into firm, undisturbed soil.
Verify that posts are set plumb, aligned, and at correct height and spacing, and hold in
position during setting with concrete or mechanical devices.
Concrete Fill: Place concrete around posts to dimensions indicated and vibrate or tamp
for consolidation. Protect aboveground portion of posts from concrete splatter.
Exposed Concrete: Extend 2 inches (50 mm) above grade; shape and smooth to shed
water.
Posts Set into Concrete in Sleeves: Use steel pipe sleeves preset and anchored into
concrete for installing posts. After posts have been inserted into sleeves, fill annular
space between post and sleeve with nonshrink, nonmetallic grout, mixed and placed to
02821 - 5
Req. REQ 046129
Addendum No. 1
comply with anchoring material manufacturer's written instructions, and finished sloped
to drain water away from post.
Terminal Posts: Locate terminal end, corner, and gate posts per ASTM F 567 and
terminal pull posts at changes in horizontal or vertical alignment of as indicated on
Drawings.
Line Posts: Space line posts uniformly at 8 feet (2.44 m) o.c.
Post Bracing and Intermediate Rails: Install according to ASTM F 567, maintaining
plumb position and alignment of fencing. Install braces at end and gate posts and at
both sides of corner and pull posts.
Locate horizontal braces at midheight of fabric 6 feet (1.83 m) or higher, on fences with
top rail and at 2/3 fabric height on fences without top rail. Install so posts are plumb
when diagonal rod is under proper tension.
Top Rail: Install according to ASTM F 567, maintaining plumb position and alignment of
fencing. Run rail continuously through line post caps, bending to radius for curved runs
and terminating into rail end attached to posts or post caps fabricated to receive rail at
terminal posts. Provide expansion couplings as recommended in writing by fencing
manufacturer.
Bottom Rails: Install, spanning between posts.
Chain-Link Fabric: Apply fabric to outside of enclosing framework. Leave 2 inches (50
mm) between finish grade or surface and bottom selvage, unless otherwise indicated.
Pull fabric taut and tie to posts, rails, and tension wires. Anchor to framework so fabric
remains under tension after pulling force is released.
Tension or Stretcher Bars: Thread through fabric and secure to end, corner, pull, and
gate posts with tension bands spaced not more than 15 inches (380 mm) o.c.
Tie Wires: Use wire of proper length to firmly secure fabric to line posts and rails.
Attach wire at 1 end to chain-link fabric, wrap wire around post a minimum of 180
degrees, and attach other end to chain-link fabric per ASTM F 626. Bend ends of wire
to minimize hazard to individuals and clothing.
Maximum Spacing: Tie fabric to line posts at 12 inches (300 mm) o.c. and to braces at
24 inches (610 mm) o.c.
18.
GATE INSTALLATION
Install gates according to manufacturer's written instructions, level, plumb, and secure
for full opening without interference. Attach fabric as for fencing. Attach hardware
using tamper-resistant or concealed means. Install ground-set items in concrete for
anchorage. Adjust hardware for smooth operation and lubricate where necessary.
19.
ADJUSTING
Gate: Adjust gate to operate smoothly, easily, and quietly, free of binding, warp,
excessive deflection, distortion, nonalignment, misplacement, disruption, or malfunction,
throughout entire operational range. Confirm that latches and locks engage accurately
and securely without forcing or binding.
02821 - 6
Req. REQ 046129
Addendum No. 1
Lubricate hardware and other moving parts.
20.
MEASUREMENTS AND PAYMENT
All work shall be measured for payment based upon each location, as described on The
Bid Form. Include all elements as required for each location. No separate
measurement for payment will be made for any work described under this section of the
specifications.
02821 - 7
Req. REQ 046129
Addendum No. 1
BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS
ENGINEERING AND CONSTRUCTION
ATTENDANCE RECORD
PREBID CONFERENCE
.
I
DATE:
\
1/
/
i3jO'{
I
f I/t1.. m~az.,
I ~ -5 .
PURPOSE:
()
P
REQ
644? {;).<1
NAME
I LOCATION:
~
~ L ,,~
T(~)<€ (2..'rY1,,-I~ A \ S
wo
VO~+ Xf,c-'(.
-
'
I'
(/l
tu \ M.. eS 5 L--.t fr\
\-"-~-t''''-')------I
~I
.,
/Yl
./'
vrJ) Girl' lo...J
S'1').-t{ ey.-.'
1~ 13 q SCOMPANY
TELEPHONE
FAX
BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS
NOTE TO PROSPECTIVE BIDDERS ON
CONTRACT FOR
UPRIVER SECURITY
WIRELESS COMMUNICATION SYSTEM
REQUISITION NO. REQ. 046129
NOVEMBER 19, 2007
FOR BIDS DUE ON
NOVEMBER 28, 2007 AT 2:00 P.M.
Dear Sirs:
Please note the following:
ADDENDUM NO. 2
I.
PERTAINING TO THE SPECIFICATIONS
Item No. 1
Delete the BID FORM, issued with November 1, 2007 Bid Documents, in
it’s entirety and replace with attached BID FORM issued with this
Addendum No. 2.
Req. No. REQ. 046129
Sheet 1 of 3
Addendum No. 2
ACKNOWLEDGMENT
This notice of addendum No. 2 is sent to you with the last sheet in
duplicate. Upon receipt, please sign and clip one copy to your bid; and
sign the other copy and return promptly by mail or facsimile machine to
the Port of New Orleans. FAX: 504-528-3445.
Very truly yours,
William Cromartie
Engineering Manager
Board of Commissioners of the
Port of New Orleans
New Orleans, Louisiana
NOTICE ACKNOWLEDGED:
_______________________
(Prospective Bidder)
By: ____________________
Date: ___________________
Req. No. REQ. 046129
Sheet 2 of 3
Addendum No. 2
ACKNOWLEDGMENT
This notice of addendum No. 2 is sent to you with the last sheet in
duplicate. Upon receipt, please sign and clip one copy to your bid; and
sign the other copy and return promptly by mail or facsimile machine to
the Port of New Orleans. FAX: 504-528-3445.
Very truly yours,
William Cromartie
Engineering Manager
Board of Commissioners of the
Port of New Orleans
New Orleans, Louisiana
NOTICE ACKNOWLEDGED:
_______________________
(Prospective Bidder)
By: ____________________
Date: ___________________
Req. No. REQ. 046129
Sheet 3 of 3
Addendum No. 2
BID FORM
NOTE: This bid form is issued for receiving bids in conformity with La. R.S. 37:2163 (laws for
the licensing of Contractors). Consideration will be given to bids received only from Bidders
qualified thereunder. The furnishing of the Contract Documents to persons, firms, or
corporations, other than those so qualified under the law, is for information only.
We certify that we are currently licensed per
the above NOTE as follows:
Bid of
License No. __________________________
Address
Classification _________________________
City _______________________________
__________________________
State
Zip _________________________________
Date
Telephone ___________________________
To:
Board of Commissioners, Port of New Orleans
1350 Port of New Orleans Place
New Orleans, Louisiana 70160
Sirs:
We hereby propose to furnish under one contract all superintendence, labor, tools,
equipment, materials, transportation, and all other facilities and incidentals of every
description, to perform all work (except as may be otherwise specifically provided)
The work consists of furnishing all labor, material and equipment for the Wireless
Communication System by installing six (6) concrete poles at six (6) locations on this east
bank or the Mississippi River and all associated electrical and telecommunications hardware
and software all in accordance with project specifications and drawings.
Req. No. 046129
VI
Bid Form - Page 1 of 5
Addendum No. 2
ITEM
NO
APPROXIMATE
UNIT
ITEM
QUANTITY
PRICE
TOTAL
DESCRIPTION
1.
Mobilization
2.
Furnish and install all electrical
and communications equipment
and wiring for complete and
operational radio installation at
the Port Administration Bldg.
Lump
3.
Lump
Furnish and install all civil
structural, electrical and
communication materials for
complete and operational
radio at pole locations #1 & #2.
Lump
$
lump sum
$
_________
$
lump sum
$
_________
$
$
_________
$
_________
$
_________
lump sum
4.
Furnish and install all civil
structural, electrical and
communication materials for
complete and operational
radio at pole location #3.
Lump
$
lump sum
5.
Furnish and install all civil
structural, electrical and
communication materials for
complete and operational
radio at pole location #4.
Lump
$
lump sum
6.
7.
Furnish and install four (4)
treated wooden poles, Class 2
(48 ft. x 12” dia. at base to 8”+/at tip) 8 ft. in ground with all
accessories.
Lump
$
lump sum
$
_________
Unknown Infrastructure
Lump
$ 15,000.00
lump sum
$
15,000.00
TOTAL AMOUNT OF BASE BID
(Items 1 thru 7)----------------------------------------------------------------$ _
Req. No. 046129
VI-a
Bid Form - Page 2 of 5
_____
Addendum No. 2
ALTERNATE BID #1 – In addition to Base Bid add the following:
8.
Furnish and install all civil
structural, electrical and
communication materials for
complete and operational
radio at pole location #5.
Lump
$
$
_________
lump sum
TOTAL AMOUNT OF ALTERNATE BID #1
(Sum of Base Bid and Item #8)-------------------------------------------$ __
____
ALTERNATE BID #2 – In addition to Base Bid and Alternate #1 add the following:
9.
Furnish and install all civil
structural, electrical and
communication materials for
complete and operational
radio at pole location #6.
Lump
$
$
_________
lump sum
TOTAL AMOUNT OF ALTERNATE BID #2
(Sum of Base Bid. Item #8 and Item #9)--------------------------------$ _
Req. No. 046129
VI-b
Bid Form - Page 3 of 5
Addendum No. 2
_
We agree that the description under the item (being briefly stated) implies, although it
does not necessarily mention, all incidentals, and that the prices stated are intended to be
complete and to cover all such work, materials and incidentals that constitute our obligations as
described in the specifications, with the foregoing price covering any and every detail not
specifically mentioned but evidently included in the contract. The price stated covers as well
every cost and expense incurred by us in the performance of the contemplated contract,
including, but not limited to, any and all sales and use taxes which might otherwise be charged
against the Board.
In accordance with the terms of the specifications and the general and special conditions
of the contract documents, especially Article 45 and Article 50, paragraph (f), we propose to
begin work at the project site within ten (10) calendar days after date set forth in Notice to
Proceed from the Board, and to complete all work within one hundred eighty (180) consecutive
calendar days after date in said Notice to Proceed, subject to the assessment of ascertained
and liquidated damages of five hundred dollars ($500) per calendar day of delay.
We agree that we will perform work with our own organization to meet the requirements
of Article 46.
Upon request of the Board we agree to furnish, within two working days
thereafter, a list of work by classes that we will perform with our own organization, and the
percentage of the total work that each represents.
We deposit with this bid a certified or cashier's check in the amount of:
Dollar($
)
Alternatively, we deposit a bid bond, together with "Power of Attorney," written by a surety
company meeting all requirements stipulated under INSTRUCTION TO BIDDERS of these
documents, in the amount of:
Dollar($
or
).
percent of the total bid.
The bid deposit, as above, is at least five percent (5%) of the total bid and is a guarantee
that we will, within ten (10) calendar days after receipt of written notice from Board that award is
made to us, enter into a notarial contract with the Board as herein provided, and furnish
performance bond equal to the amount of contract, or otherwise forfeit the deposit as
ascertained, and liquidated damages. Said contract will be entered into the City of New
Orleans, at the office of the Notary Public selected by the Board, and whose fee will be paid by
the Board. Contract will be executed upon the attached standard forms.
Req. No. 046129
VI-c
Bid Form - Page 4 of 5
Addendum No. 2
The performance bond hereinabove stipulated will be written by:
____________________________________________________________________________
name of company
of _________________________________________________________________________
address of company
in full complexity with all requirements stipulated under INSTRUCTIONS TO BIDDERS of these
documents.
We agree that this bid shall be binding upon us, pending award of contract, for a period
of forty-five (45) calendar days after date of opening of bids.
We acknowledge that we have visited the site of the proposed work, have observed the
conditions and current operations of the Board and others in the area, and we confirm that we
have carefully read the INSTRUCTIONS TO BIDDERS and have complied with the conditions
therein.
We acknowledge and have signed receipt(s) for Addendum or Addenda as follows:
____________________________________________________________________________
_
(Bidders must fill in the above line with the Addendum No. of all Addenda received and
acknowledged.)
____________________________
(Bidder's Signature In Ink)
________________________________
(Title of Firm In Ink)
(Please supply a Corporate Resolution or other document showing person whose signature
appears above is duly authorized to sign.)
Req. No. 046129
VI-d
Bid Form - Page 5 of 5
Addendum No. 2
BID FORM
NOTE: This bid form is issued for receiving bids in conformity with La. R.S. 37:2163 (laws for
the licensing of Contractors). Consideration will be given to bids received only from Bidders
qualified thereunder. The furnishing of the Contract Documents to persons, firms, or
corporations, other than those so qualified under the law, is for information only.
We certify that we are currently licensed per
the above NOTE as follows:
Bid of
Hi-Tech Electric,
Inc.
d/b/a HTE Contractors
of DE
!.,.....•
5""'!.,.....•
5
License No. ----""?....••
Building Construction:
Classification Elec trical
Sta tewide
Address 22189 M C H Road
City
Mandeville,
State
Louisiana
Date
To:
Zip
11/28/07
_
70471
Telephone (985)
809-1054
Board of Commissioners, Port of New Orleans
1350 Port of New Orleans Place
New Orleans, Louisiana 70160
Sirs:
We hereby propose to furnish under one contract all superintendence, labor, tools,
equipment, materials, transportation, and all other facilities and incidentals of every
description, to perform all work (except as may be otherwise specifically provided)
The work consists of furnishing all labor, material and equipment for the Wireless
Communication System by installing six (6) concrete poles at six (6) locations on this east
bank or the Mississippi River and all associated electrical and telecommunications hardware
and software all in accordance with project specifications and drawings.
Req. No. 046129
VI
Bid Form - Page 1 of 5
Addendum NO.2
um sum
ump
sum
6,000.00
VI-aAPPROXIMATE
Unknown
TOTAL
DESCRIPTION
Furnish
and
all
electrical
Mobilization
ITEM
UNIT
ITEM
QUANTITY
102,644.00
$Infrastructure
102,644.00
110,298.00
$PRICE
install
four
(4)
Bid Form
-Lump
Page
2 of 5
15,000.00
26,023.00
15,000.00
Lump
Lump
$138.531.
$~298.00
00civil
27.683.00
$~683.00
$~023.00
$$$138,531.00
accessories.
materials
communication
for
structural,
electrical
and
treated
wooden
poles,
Class
2
radio
at
pole
location
#3.
and
the
Port
communications
Administration
equipment
Bldg.
at
(48
ft.
8x ft.
12"
in
dia.
ground
atinstallation
base
with
toall
operational
andtip)
wiring
and
for
radio
locations
complete
#1and
&8"+/#2.
at
complete
operational
#4.
(ItemsNo.
1 thru
7)----------------------------------------------------------------$
Req.
046129
426,179.00
ALTERNATE
8.
BID #1 - In addition to Base Bid add the following:
Furnish and install all civil
structural, electrical and
communication materials for
complete and operational
radio at pole location #5.
$
Lump
96.596.00
$ 96.596.00
lump sum
TOTAL AMOUNT OF ALTERNATE
BID #1
(Sum of Base Bid and Item #8)-------------------------------------------$
ALTERNATE
9.
BID #2 -In
522,77 5.00
---------
addition to Base Bid and Alternate #1 add the following:
Furnish and install all civil
structural, electrical and
communication materials for
complete and operational
radio at pole location #6.
Lump
$104, 71 ').00
$104,71').00
lump sum
TOTAL AMOUNT OF ALTERNATE
BID #2
--'---------
(Sum of Base Bid. Item #8 and Item #9)
READ PUBLICLY
r
$627,490.00
I
RECORDED
,.
VERIFIED
Req. No. 046129
VI-b
Bid Form - Page 3 of 5
Addendum No.2
We agree that the description under the item (being briefly stated) implies, although it
does not necessarily mention, all incidentals, and that the prices stated are intended to be
complete and to cover all such work, materials and incidentals that constitute our obligations as
described in the specifications, with the foregoing price covering any and every detail not
specifically mentioned but evidently included in the contract. The price stated covers as well
every cost and expense incurred by us in the performance of the contemplated contract,
including, but not limited to, any and all sales and use taxes which might otherwise be charged
against the Board.
In accordance with the terms of the specifications and the general and special conditions
of the contract documents, especially Article 45 and Article 50, paragraph (f), we propose to
begin work at the project site within ten (10) calendar days after date set forth in Notice to
Proceed from the Board, and to complete all work within one hundred eighty (180) consecutive
calendar days after date in said Notice to Proceed, subject to the assessment of ascertained
and liquidated damages of five hundred dollars ($500) per calendar day of delay.
We agree that we will perform work with our own organization to meet the requirements
of Article 46.
Upon request of the Board we agree to furnish, within two working days
thereafter, a list of work by classes that we will perform with our own organization, and the
percentage of the total work that each represents.
We deposit with this bid a certified or cashier's check in the amount of:
ill
Dollar($
2
Alternatively, we deposit a bid bond, together with "Power of Attorney," written by a surety
company meeting all requirements stipulated under INSTRUCTION TO BIDDERS of these
documents, in the amount of:
5%
Bid Bond w/Power of Attorney
or
AttachedDollar($
).
percent of the total bid.
The bid deposit, as above, is at least five percent (5%) of the total bid and is a guarantee
that we will, within ten (10) calendar days after receipt of written notice from Board that award is
made to us, enter into a notarial contract with the Board as herein provided, and furnish
performance bond equal to the amount of contract, or otherwise forfeit the deposit as
ascertained, and liquidated damages. Said contract will be entered into the City of New
Orleans, at the office of the Notary Public selected by the Board, and whose fee will be paid by
the Board. Contract will be executed upon the attached standard forms.
Req. No. 046129
VI-c
Bid Form - Page 4 of 5
Addendum NO.2
The performance bond hereinabove stipulated will be written by:
Agent:
Mullis
-Newby
- Hurst
LP
(Fidelity
& Deposit
Company
of Maryland)
name of company
of
5057 Keller
Springs
Road,
Suite
400, Addison,
TX
75001
address of company
in full complexity with all requirements stipulated under INSTRUCTIONS TO BIDDERS of these
documents.
We agree that this bid shall be binding upon us, pending award of contract, for a period
of forty-five (45) calendar days after date of opening of bids.
We acknowledge that we have visited the site of the proposed work, have observed the
conditions and current operations of the Board and others in the area, and we confirm that we
have carefully read the INSTRUCTIONS TO BIDDERS and have complied with the conditions
therein.
We acknowledge and have signed receipt(s) for Addendum or Addenda as follows:
Addendum
#1 dated
11/16/07;
Addendum
#2 dated
(Bidders must fill in the above line with the Addendum
acknowledged.)
11/19/07;
No. of all Addenda
received and
(Please supply a Corporate Resolution or other document showing person whose signature
appears above is duly authorized to sign.)
Req. No. 046129
VI-d
Bid Form - Page 5 of 5
Addendum NO.2
Minority Business Enterprises (MBE)
and
Women Business Enterprises (WBE)
Instructions to Bidders: This form shall be completed and submitted with your 8id Form. Use
additional sheets if necessary. See Instructions to Bidders Page V-c.
Plan for Usinq MBE/WBE Subcontractors,
Materials Supplies
Indicate
WBE or MBE
Name
Constructed Related Service Providers, or Construction
Contract
Dollar
Value
--
Task/Function
N/A
Listinq of Subcontractors, Construction-Related
Suppliers Contacted and Considered
Service Providers, or Construction Materials
Indicate
WBE or MBE
Name
Hi-Tech Electric, Inc. of DE
d/b/a HTE Contractors
Vice President
Title in Firm
11/28/07
Date
Req. No. 046129
Fidelity and Deposit Company of Maryland
Colonial American Casualty and Surety Company
Home Offtce: P.O. Box 1227. Baltimore. MD 21203·1227
BID BOND
KNOW ALL MEN BY 1HESE PRESENTS:
That we,
Hi-Tech Electric, Inc. dba HTE Contractors,
22189 MCH Road, Mandeville,
____________________
LA 70471
, as Principal, (hereinafter called the "Principal"),
and Fidelity and Deposit Company of Maryland
,
P.O. Box 1227, Baltimore, Maryland 21203, a corporation duly organized under the laws of the State of Maryland, as
Surety, (hereinafter called the "Surety"), are held and finnly bound unto
Board of Commissioners of the Port of
New Orleans. 1350 Port of New Orleans Place. New Orleans. LA 70160
as Obligee, (hereinafter called the "Obligee"), in the sum of
Five Percent of the Greatest
Amount Bid - - - - - - - -
Dollars ($
5% GAB
), for the payment ofwmch sum well and truly to be made, the said Principal
and the said Surety, bind ourselves, ourheilS, executors, administmtolS, successors and assigns, jointly and severally,
fumly by these presents.
WHEREAS, the Principal has submitted a bid for
New Orleans,
Upriver Security Wireless Communication
System,
Louisiana
NOW, TIIEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract
with the Obligee in accordance with the tenus of such bid and give such bond or bonds as may be specified in the bidding
OT contract documents with good and suffICient surety for the faithful performance
of such contract and for the prompt
payment of labor and material furnished in the prosecution thereof, OT in the event of the failure of the Principal to enter
into such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the
penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith
contract with another party to perfonn the work covered by said bid, then this obligation shall be null and void, otherwise
to remain in full force and effect.
Signed and sealed this
28th
day of
November
A.D., _2_0_0_7
_
(SEAL)
Witness
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
COLONIAL AMERICAN CASU~L,TY AND SURETY COMPANY
Surety
By
'6"
~
0.0 Wi~
(SEAL)
Ne;'';y
,
Wi"'e",
Attnmey-in-Fad
Printed in cooperation with the American Institute
of Architects (AlA) by Fidelity and Deposit CQJJIpany 0 Maryland and Colomal Amcncan
Casualty
and Surety Company. Fidelity and Deposit Company of Maryland and Colonial American Casualty and Surety Company vouch that the language in me
document conforms exactly to the language used in AlA Document A·31 0, February 1970 Edition.
BrD70(}{)()TXO
10 I c
Power of Attorney
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, corporations oftheS at
aryland, by WILLIAM
J. MILLS, Vice President, and GERALD F. HALEY, Assistant Secretary, in pUffln
:IJt t
. granted by Article VI,
Section 2, of the By-Laws of said Companies, which are set forth on t~ffi9~
~ 0 an '"
reby certified to be in
j'
LIS, JR., John
full force and effect on the date hereof, does hereby nomina~~fUt1ill--appoffia;
GOODENOUGH, Julie P. STORM
. s~H~~~
~
Y, all of Addison, Texas, EACH its true
\ ~~y nd WATSON, Carolyn J.
William NEWBY, Robert Donald HURST, pa~~~~l
deed: any and all
~"d
and lawful agent and~ttorn
~=~
-i~~~
)~onds on behalf of Independent Executors, Community
0.~e
'ver, for, and on its behalf as surety, and as its act and
ex
shall be as binding u
~l
m~Me's', as fully and amply, to all intents and purposes, as if they had been duly executed
Survivors
and co~~.
y.gularly
UU~~d
of such at
bonds
or undertakings
of own
these proper
presents,
and acknowledged
b
elected officersexecution
of the Company
its office
in Baltimore,in pursuance
Md., in their
persons. This power of attorney revokes that issued on behalf of Sammy Joe MULLIS, JR., John William NEWBY, Robert
Donald HURST, Patricia Lee BARTLETT, Wilbert Raymond WATSON, Carolyn J. GOODENOUGH, Julie P. STORM,
Troy Russell KEY, Sandra Lee RONEY, dated May 4, 2006.
The said Assistant Secretary does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI,
Section 2, of the By-Laws of said Companies, and is now in force.
IN WITNESS WHEREOF, the said Vice-President and Assistant Secretary have hereunto subscribed their names and
affixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL
AMERICAN CASUALTY AND SURETY COMPANY, this 24th day of September, A.D. 2007.
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
ATTEST:
By:
Gerald F. Haley
City of
State
of Baltimore
Maryland
Assistant Secretary
William J. Mills
Vice President
} 55:
On this 24th day of September, A.D. 2007, before the subscriber, a Notary Public of the State of Maryland, duly
commissioned and qualified, came WILLIAM J. MILLS, Vice President, and GERALD F. HALEY, Assistant Secretary of
the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND
SURETY COMPANY, to me personally known to be the individuals and officers described in and who executed the
preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and
each for himself deposeth and saith, that they are the said officers of the Companies aforesaid, and that the seals affixed to the
preceding instrument is the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such
officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations.
IN TESTIMONY
written.
WHEREOF,
I have hereunto set my hand and affixed my Official Seal the day and year first above
Maria D. Adamski
Notary Public
My Commission Expires: July 8, 2011
POA-F
168-0016A
EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND
"Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-President, or any of the SeniOJ
Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee
shall have power, by and with the concurrence of the Secretary or anyone of the Assistant Secretaries, to appoint Residen
Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or tc
authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations
policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments ir
the nature ofmortgages, ...and to affix the seal of the Company thereto."
EXTRACT FROM BY-LAWS OF COLONIAL AMERICAN
CASUALTY AND SURETY COMPANY
"Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-President, or any of the SeniOJ
Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee
shall have power, by and with the concurrence of the Secretary or anyone of the Assistant Secretaries, to appoint Residen
Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or tc
authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations
policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments ir
the nature ofmortgages, ...and to affix the seal of the Company tbereto;"
CERTIFICATE
I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, do hereby certify that the foregoing Power 0
Attorney is still in full force and effect on the date of this certificate; and I do further certify tbat the Vice.-President whe
executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized by the Board of Direct on
to appoint any Attorney-ill-Fact as provided ill Article VI, Section 2, of the respective By-Laws of the FIDEPTY AN[
DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the
Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held or
the 10th day of May, 1990 and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETI:
COMPANY at a meeting duly called and held on the 5th day of May, 1994.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanic all)
reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore 0:
hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid ane
binding upon the Company with the same force and effect as though manually affixed."
IN TESTIMONY
this
28th
WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies,
day of
November
,.
2007
Assistant Secretary
ACKNOWLEDGMENT
This notice of addendum No. 1 is sent to you with the last sheet in
duplicate. Upon receipt, please sign and clip one copy to your bid; and
sign the other copy and return promptly by mail or facsimile machine to
the Port of New Orleans. FAX: 504-528-3445.
Very truly yours,
W...b...••
~
William Cromartie
Engineering Manager
Board of Commissioners of the
Port of New Orleans
New Orleans, Louisiana
NOTICE ACKNOWLEDGED:
Hi-Tech Electric, Inc. of DE
d/b/a HTE Contractors
Gfl7?~
BY ..
Date.
,;Jc;,R-Jr27·
(
I
Reg. No. REQ. 046129
Sheet 7 of 7
Addendum No. 1
ACKNOWLEDGMENT
1.-
f
This notice of addendum No. is sent to you with the last sheet in
duplicate. Upon receipt, please sign and clip one copy to your bid; and
sign the other copy and return promptly by mail or facsimile machine to
the Port of New Orleans. FAX: 504-528-3445.
Very truly yours,
W.b ...~
William Cromartie
Engineering Manager
Board of Commissioners of the
Port of New Orleans
New Orleans, Louisiana
NOTICE ACKNOWLEDGED:
H~-Tech Electric, Inc. of DE
d/b/a HTE Contractors
By:
~
Date:
~c
"IIJag/{f/
Req. No. REQ. 046129
Sheet 3 of 3
Addendum No.2
INFORMATION
TO BE FURNISHED WITH BID
PART I
CONTRACTOR'S EXPERIENCE
Under our present title, as given immediately below,
(or under other titles, if any, also stated)
Electrical
Contractor
August,
1984
NATURE
OF
ORGANIZED
BUSINESS
d/b/a
Delaware
HTE Contractors
FIRM NAME
WORK, COMPARABLE IN KIND (NOT NECESSARILY BOARD'S)
AND EXTENT TO THAT COVERED BY THE ACCOMPANYING
BID, HAS BEEN PERFORMED BY US, AS FOLLOWS:
CONTRACT
TIME
DATE OF
COMPLETION
OWNER
OF
WORK
AND
WHERE
!
BRIEF DESCRIPTION
I
II
,
i
!
i
(Bidder's Signature)
. Req. No. 041629
INFORMATION
TO BE FURNISHED WITH BID
PART II
'---~
The information furnished below is necessary for the drafting of a notarial
contract; however, it does not constitute a formal part of the contract documents.
PLEASE PRINT OR TYPE IN BLANK SPACES
1. Bidder is
(a)
_
(full name)
If bidder is an individual, use
paragraph (a) and ignore para~
(b) and (c).
residing at
_
(street, city, and zone number)
or doing business at
_
(street, city, and zone number)
and is sole owner of, and doing business as,
(trade name)
If a bidder is a partnership, us
paragraph (b) and ignore
paras. (a) and (c).
(b) A commercial co-partnership
partners:
composed of the following
(Give names of all partners)
doing business as
_
(trade name)
domiciled at
_
(street, city, and zone number)
in the state of
and which contract will be
be signed by
_
a member of
_
(Name of co-partner)
partnership.
If bidder is a corporation, USE
paragraph (c) and ignore paras
(a) and (b).
(c) A corporation
organized under the laws of the State of
domiciled at Mandeville,
LA
(city and state)
Req. No. 041629
INFORMATION
TO BE FURNISHED WITH BID (PART III
(continued)
authorized to do and doing business in the State of Louisiana,
whose address is
22189 MCRRoad
(street, city, and zone number)
R. Russo. Vice Pres.
and which contract will be signed by Patrick
(name and title to officer)
Officer who signs contract for successful bidder must furnish
Notary with and extract of minutes of corporation's Board
of Directors showing his authority to act for the corporation.
2.
The following name surety company, being qualified, as required in the Advertisement,
Sheet IV, of these specifications, will execute the bond as surety for the bidder:
Req. No. 041629
NOV.27.2007
1:28PM
HI-TECH ELECTRIC 832-457-0132
Hi- Tech
NO. 397
F'.2/2
E'ectric~Inc.
ELECTRICAL CONTRACTORS & ENGINEERS
Superior electrical solutions for Industrial, Commercial & Service EnvironmslitE.
November 27,2007
Board of Commissioners
Port of New Orleans
1350 Port of New Orleans Place
New Orlea.n$~LA 70160
To Whom It May Concern:
1, 2007 the Board of Directors re-elected Patrick R. Russo
With that title Mr. Russo is Q.uly authorized to execute all
bid documents and contracts for the corpc;>ration.
Please note that on November
to the of11,ceof Vice-President.
Sincerely,
Michael L. Hodge
Secretary/Treasurer
11116 W. Little York.
RS{ju/i1W'1
by rhs Tsxa~ Department
I:Jldg.S • HouGton, Texas 77041 • Telephone (8~2) 243-0345 • Facsimile (832) 467-0132
or Llcerrslng ana F/BglJlatlon, PO
I3D!!
12157, AUSI/n, TX ;8711, 1·/lQO·80S-92G2,512-4lilJ.fi599:
wsc6lrs "If'>V",.'lcen~e,Bt.!;j18,t){,U8ICQmpllJlnrs
(TEc:~g1f;n)
WORKOR
70620
24786
30787
60619
80567
10607
21759
81017
60782
60788
60289
60618
50264
21758
30288
50756
20777
81010
61011
51002
20782
60770
50278
71024
30774
872849
60789
71018
40781
20617
70285
40998
60280
60283
80785
20783
20287
80786
30779
862844
20760
24778
30252
21757
51032
41012
862845
22787
40982
872848
71023
PROJECT
LOCATION
Second Baptist Church Baytown
River Garden Apartments
Weatherford Manufacturing
U.S. Oncology
Houston Pavilions
Valero Port Arthur
Baytown
New Orleans
Houma
The Woodlands
Houston
Port Arthur
Hammond
NG Army Avaiation Support
Dayton WWTP
NAS P-263 Hanger
P262K Public Works
HBK
20 Waterway
IBOC Church
NG Readiness Center
Bluebonnet Medical Plaza
Jackson Barracks
Chevron Northpark
Cypress Hill MUD #1
NASA Building 52
FBC MUD #23 RWW#1
Trinity Yachts PT Slip
Valero Maintenance Building
Sagamore Hill Baptist Church
Magellan 500 Series Tanks
Westminster Pump Station
Northwestern Trust
NAS Building 386
LCY Elastomers Line 2
Capital One Pi
Cyrus One Phase 5
Akin Gump
North Park PUD Generator
Thompson & Knight
First American Marsh
Avondale Tech's
Rolls Royce Syncrolift
Transcore
Avondale Restrooms
Textron Office Building
First American Lab
Stennis Rolls Royce
Magellan Fuel Dock
Safety-Kleen Generator
Shell Robert Training Facility
Agrifos Truck Loading
Freeport LNG Dock Bldg.
Verizon Conference Room
Pecan Island
Cameron LNG
Merrill Lynch
Magellan Tank 842
Dayton
Belle Chase
New Orleans
Dallas
The Woodlands
Dallas
Hammond
Ennis
New Orleans
Mandeville
Houston
Houston
Houston
New Orleans
New Orleans
Ft. Worth
Galena Park
New Orleans
Dallas
Plaquemines
Baytown
New Orleans
Houston
Dallas
Houston
Dallas
Dallas
Avondale
Gulfport
Dallas
Avondale
New Orleans
Dallas
Belle Chase
New Orleans
Plano
New Orleans
Pasadena
Freeport
Dallas
Kaplan
Hackberry
Dallas
Houston
CONTRACTOR
G.L. Barron
Clayco
Carl E. Woodward
DE Harvey
D.E. Harvey
Spaw Glass
Broadmoor
Allco Inc.
Broadmoor
Broadmoor
Spaw Maxwell
Harvey
G.L. Barron
Broadmoor
DE
Rogers O'Brien
Broadmoor
Clayco
Wolf Smith
EMI
Alsay Incorp
Trinity Yachts
Spaw Glass
G.L. Barron
Magellan
M.R. Pittman
Constructors
Hall Builders Inc.
LCY Elastomers
Core Construction
Lee Technologies
Spaw Maxwell
Nicholson Consulting
Constructors
FBE Construction
Northrop Grumman
Trinty Yachts
Pacific Builders
Weidner Engineering
C.G. Favret
First American
Contential Const.
Stewart Construction
Safety-Kleen
Broadmoor
TKS Tessenderlo
Superior Buildings
Constructors
Data Cell Systems
Superior Buildings
Turner Construction
Magellan
862847
90615
71028
51030
10608
60284
781832
862846
70286
70578
60551
60690
70997
781821
60279
70603
50265
50272
10753
20766
61004
10596
60277
10604
781825
30610
41016
22785
22784
10783
50612
80784
10616
10614
70282
51014
71000
22781
22765
20746
80534
20779
20780
80752
60274
90606
872843
10772
20276
40968
30257
70992
Verizon 400 Cooling Tower
West Pavilion Voice & Data
Kaneka Waste Water System
Equistar Heaters
Dr. Ciaravino
Verizon Emergency Feeder
East Jeff North Raceway
Verizon Cube Consolidation
GloballP Network
Bellaire Plaza
24 Waterway Tower
Hale Boggs
VAM Yard Lights
Tulane Coax Cables
Verizon Royal Lane Lab
IBM Consolidation
IBM Belleview UPS
Commercial Metals
Lakeside Garage
Boh Bros Service
HC MUD #402
CVS Store Renovations
First American MCC Building 9
Apache Level 5
Tulane Power Plant Telecom
SJMH X-Ray Rooms
Generon
Port Radiation Monitor
Rescue 21 Cell Site
Pittman Office/Warehouse
Fidelity Memorial
Avondale Buildout
Crescent Basement
Apache Level 2
SHW Group
Spring Valley Transfer Switch
Magellan 7 Tanks
Embarq Upgrades
Embarq DSL Upgrades
Naval Air Hangers
Perry Homes Office Building
Alltel Main Switch
HTTS Service Work
Avondale Telecom
First American "B" Service
Apache Level 2 Data
Price Waterhouse Coopers
London Ave Canal Pumps
Network Appliance
Freeport LNG Buildings
The Campus Phase 3
Magellan Truck Loading
Richardson
The Woodlands
Pasadena
LaPorte
Houston
Richardson
New Orleans
Dallas
Plano
Bellaire
The Woodlands
New Orleans
Houston
New Orleans
Dallas
Houston
Dallas
Dallas
Metairie
New Orleans
Houston
Houston
Westlake
Houston
New Orleans
Baytown
Houston
New Orleans
Reggio
New Orleans
Houston
Avondale
Houston
Houston
Dallas
Houston
Galena Park
New Orleans
New Orleans
New Orleans
Houston
New Orleans
New Orleans
Avondale
Westlake
Houston
Dallas
New Orleans
Addison
Freeport
Plano
Houston
Verizon
Scheidt & Bachmann
Quality Plus Service
Equistar
Spaw Maxwell
Verizon
East Jefferson
Verizon
Allied Interiors
Brothers Const
D.E. Harvey
Bernhard Mechanical
VAM USA
Tulane University
Verizon
Aguirre Corp.
Skanska
Pacific Builders
Broadmoor
Boh Bros
D.J. Civil Engineeri
NCS Retail Services
FBE Construction
Spaw Maxwell
Tulane
Delk Construction
IGS Generon
South Bay EDC
Tower One
M.R. Pittman
Constructors
Weidner Engineering
Spaw Maxwell
SpawMaxwell
Turner Construction
Claunch & Miller
Magellan
Embarq
Embarq
Sauer Inc.
Durotech, Inc.
Alltel
HTTS
Northrop Grumman
FBE Construction
Spaw Maxwell
Spaw Maxwell
M.R. Pittman
Constructors
Demar
Abstract Const.
Magellan
862841
862837
71001
862832
51005
711828
41008
22768
30281
41006
20772
10598
80780
20609
20575
50580
50521
20996
60761
852811
50601
50777
862839
90605
50611
20588
60275
20734
832836
862840
862842
50581
50536
70273
862827
60773
20739
50593
90592
20600
80965
50602
- 842825
20587
50530
70594
872835
20259
30654
40547
60268
50270
1201 Cooling Tower Replacement
Verizon 3rd Floor XFMR
VAM Engineering Office
Goldman Sachs
Equistar Cable Pull
Barto Marble
Marino Ware Office Trailers
Moffet Hangar
PNMR Services
Enterprise Warehouse Seminole
WesTower Generators
Apache Level 4
Avondale Turnstile Fiber
Crescent Generator
Cyrus One Data Center
Halliburton DAC
Art Works
Pepsi Bottling Loadind Docks
TCI - Steves
First American Bldg #7
Twinrose Repairs
Intralox 2nd Floor Extruder
Verizon VA V
Apache Level 5 Data
Halliburton 1NW 15-18
Apache Level 20
Fidelity Convergence 1st Floor
Verizon Generators
EDS H4 Lab
Verizon 1201 DC Plant
1201 Torque & Clean Verizon
Paul Mitchell School
American First National Bank
Knowledge Base Marketing
Verizon Bollard Replacement
Superdome Clubrooms
Trinty Yachts Sub Replacement
Well Dynamics
Apache Level 4 Voice & Data
Merrill Lynch PDU
MC MUD #99 Water Plant
Timet Service Upgrade
Inerf Lab UPS
Merrill Lynch
Claghorn Lesem Clinic
Fidelity Investments
Viant Remodel
Gateway Plaza Lot #1
Loyola Law School
17000 Katy Freeway
Fidelity Convergence
Halff & Associates
Dallas
Dallas
Houston
Dallas
En Tech Services
Verizon
VAM USA
Constructors
Laporte
New Orleans
Pasadena
New Orleans
Equistar
Bar to Marble
Marino Ware
Orleans Levee Board
FBE Construction
Irving
Seminole
New Orleans
Houston
New Orleans
Houston
Houston
Houston
New Orleans
Pasadena
Jefferson
Irving
Houston
New Orleans
Richardson
Houston
Houston
Houston
Dallas
New Orleans
Dallas
Richardson
Richardson
Houston
Houston
Richardson
Richardson
New Orleans
New Orleans
Houston
Houston
College Station
Spring
Houston
Richardson
Houston
Houston
Houston
Dallas
Southlake
New Orleans
Houston
Lewisville
Richardson
Superior Buildings
WesTower
Spaw Maxwell
Northrop Grumman
Crescent
Lee Technologies
D.E. Harvey
Gibbs Construction
ICI
Steves & Sons
FBE Construction
MAPP Construction
Laitram
Verizon
Spaw Maxwell
Cactus Builders
Spaw Maxwell
Constructors
Verizon Wireless
EDS
Valere Power
Verizon
MAPP Construction
Spaw Glass
Turner Construction
Verizon
Broadmoor
Trinty Yachts
Cactas Builders
Spaw Maxwell
Merrill Lynch
Industrial Tx
Beltway 8 Business
H.C. Beck
Constructors
K.L. Heidtmann
Constructors
MAPP Construction
Constructors
Brice Building Co.
D.E. Harvey
Constructors
Pacific Builders
40574
60522
80559
70590
80554
20670
862838
872830
872831
70249
862815
70988
50751
832833
70271
70269
90583
70993
30744
70999
50989
50253
20579
50591
751814
60749
10586
30576
90589
70267
60232
70979
22769
30571
21764
70266
50260
70261
822816
90577
30762
30741
40981
30250
20735
10941
30572
20720
30569
70262
872817
90582
Memorial City Mall SW Entry
911 Walker Parking Garage
Lakewood Crossing Medical
KHS Batting Cage
Woodlands Street Lights
NAS Pensacola SOW 6
HBK Electrical Survey
Cap Gemini 3rd Floor
Cap Gemini 6th Floor
Nucomm Call Center
Verizon Temp Transformer
Sanyo Tub Project
Intralox 301 Front Office
EDS H5 D&E Tapmates
GE Capital Restack
Tenet Phase 3 Remodel
Apache Leve 19 Voice & Data
AKZO SCHP VOC Project
Laitram Machine Shop
VAM Underground
Invista CSD Whse.
Hewlett Packard Waterview
Apache Level 19
Integrated Production Service
CHNO Helipad
TCI Edwards Service
Town & Country Service Repair
Apache Level 22
Apache Level 20 Data
Tenet
First American Data Center
Magellan Tank Farm
Iberia Bank
Apache Level 16
Honda of Slidell
VHA Place
Watermark Church
ABSG Amerisource Bergen
Solana Heliport
Apache Level 22 Telcom
Avondale Western Loop
Textron Marine Bldg #3
Generon IGS Shop
Communities Foundation
Superdome Audio Visual
Houston Cement
GX Technology Bldg. 3
Verizon Wireless Service
Apache Level 23
Spencer Furniture @ ABSG
Fritz Industries
CMC Recycling OSP Fiber
Houston
Houston
Houston
Kingwood
Woodlands
Pensacola
Dallas
Dallas
Dallas
Lafayette
Dallas
Pasadena
New Orleans
Dallas
Frisco
Frisco
Houston
Houston
New Orleans
Houston
Orange
Richardson
Houston
Houston
New Orleans
Jefferson
Houston
Houston
Houston
Dallas
Irving
Gelena Park
Abbeville
Houston
Slidell
Irving
Dallas
Frisco
Westlake
Houston
Avondale
New Orleans
Houston
Dallas
New Orleans
Houston
Houston
New Orleans
Houston
Frisco
Mesquite
Houston
Anslow Bailey
D.E. Harvey
Anslow Bailey
Kingwood Baseball
D.E. Harvey
Sauer Southeast
HBK
MAPP Construction
MAPP Construction
MAPP Construction
Verizon
Gunther-Nash
Carl E. Woodward
Schweiger Const.
Constructors
Constructors
Spaw Maxwell
AKZO
Carl E. Woodward
V AM USA
Independent Const.
Precept Builders
Spaw Maxwell
Spaw Maxwell
Carl E. Woodward
TCI
Davis Brothers
Spaw Maxwell
Spaw Maxwell
Constructors
FBE Construction
Magellan
Lincoln Builders
Spaw Maxwell
Teal Construction
MAPP Construction
Pacific Builders
Turner Construction
Constructors
Spaw Maxwell
Weidner Engineers
C.G. Favret
Superior Building
Constructors
Broadmoor
Continental Const.
DE Harvey
Verizon Wireless
Spaw Maxwell
The Spencer Co.
Front Line Fire
CMC Recycling
NON COLLUSION DECLARATION
A sworn statement shall be submitted in the form of an affidavit as indicated below, executed and sworn to by
the bidder before persons authorized by laws of the State to administer oaths. The original of such sworn
statement shall be submitted by the successful bidder after the Award of Contract.
Affidavit
State Project Number:
NameofPr~ect:
Parish:
(if applicable)
Upriver
Security
Wireless
Communication
System
Requisition
No.
REQ 046129
ORLEANS
~:ID{i){>.~JH{~X1QC
Hi-Tech
Electric,
Inc.
of
DE d/b/a
~~miX~~
(a corporation)
HTE Contractors
certify that:
(1) That affiant employed no person, corporation, firm, association, or other organization, either directly or
indirectly, to secure the public contract under which he received payment, other than persons regularly
employed by the affiant whose services in connection with the construction, alteration or demolition of the
public building or project or in securing the public contract were in the regular course of their duties for affiant,
and
(2) That no part of the contract price received by affiant was paid or will be paid to any person, corporation,
firm, association, or other organization for soliciting the contract, other than the payment of their normal
compensation to persons regularly employed by the affiant whose services in connection with the construction,
alteration or demolition of the public building or project were in the regular course of the::- d~t:es fe:- 8ff:G~t.
(an individual)
(a partnership)
~orporatiOn)
WITNESSES:
~~-
Title Vice
~
Parish or county
State of
fuJ..s..s..Q
~
.....
St.
President
"Tammany
Louisiana
Subscribed and sworn to before me this
day of
_
')f)
L.V_
NOTARY PUBLIC (signature)
NOTARY PUBLIC (printed name)
NOTARY PUBLIC NUMBER
Req. No. 041629
EXPIRATION
DATE
Non-Collusion
Declaration
R-1020
Louisiana Department of Revenue
(11/04)
Designation of Construction Contractor
Agent of a Governmental Entity
and Exemption Certificate
Board of Commissioners
Port of New Orleans
Legal
Entity
name of Governmental
as
, an agency of the
United States government, or an agency, board, commission, or instrurnentality of the State of Louisiana or its political
subdivisions, including parishes, municipalities and school boards, does hereby designate the following contractor as its
agent for the purpose of rnaking sales tax exernpt purchases on behalf of the governmental body:
Hi-Tech Electric, Inc. dba HTE Contractors
Name of Contractor
22189 M C H Road
Add ress
Mandeville, LA 70471
City,State,zlp
This designation of agency shall be effective for purchases of cornponent construction materials, taxable services and
leases and rentals of tangible personal property for the following named construction project:
Upper Mississippi River Terminals Wireless
This designation and acceptance of agency is effective for the period
Communication
________
System
, through
-
Purchases for the named project during this period by the designated contractor shall be considered as the legal equivalent
of purchases directly by the governmental body. Any materials purchased by this agent shall immediately, upon the vendor's
delivery to the agent, become the property of this government entity. This government entity, as principal, assumes direct
liability to the vendor for the payrnent of any property, services, leases, or rentals made by this designated agent. This
agreement does not void or supersede the obligations of any party created under any construction contract related to this
project, including specifically any contractual obligation of the construction contractor to submit payment to the vendors of
materials or services for the project.
This contractor-agent
governmental
is not authorized to delegate this purchasing agency to others; separate designations of agency by this
entity are required for each contractor or sub-contractor who is to purchase on behalf of this governmental
entity. The undersigned
hereby certify that this designation is the entirety of the agency designation agreement between
them. In order for a purchase for an eligible governmental entity through a designated agent to be eligible for sales tax exemption, the designation of agency must be made, accepted, and disclosed to the vendor before or at the time of the purchase
transaction.
Designation
Signature
Acceptance
of Agency
of Authorized
Designator,
Date
Signature
of Agency
of Contractor
or Subcontractor
Name of Contractor's
Designator
Board of Commissioners,
Name of Governmental
Port of New Orleans
Entity
Acceptor,
Date
Patrick R. Russo
Gary LaGrange, Chairman and CEO
Name of Authorized
Authorized
or Subcontractor's
Acceptor
Hi-Tech Electric, Inc. dba HTE Contractors
Name of Contractor
22189 M C H Road
1350 Port of New Orleans Place
Add ress
Address
Mandeville, LA 70471
New Orleans, LA 70130
City, State, ZIP
City, State, ZIP
This designation of agency form, when properly executed by both the contractor and the governmental entity, shall serve as
evidence of the sales tax exempt status that has been conferred onto the contractor.
necessary to claim exemption from sales taxes.
No other exemption certificate form is
~
~#,
PORT
OP
NEW ORLEANS
December 14, 2007
Mr. Patrick R. Russo, Vice President
Hi-Tech Electric, Inc
dba HTE Contractors
22189 M C H Road
Mandeville, Louisiana 70095
RE: UPPER MISSISSIPPI RIVER TERMINALS
WIRELESS COMMUNICATIONS SYSTEM
REO. 046129
W.O. NO 1-845
NOTICE OF AWARD
Dear Mr. Russo:
I am pleased to advise you that the Board of Commissioners of the Port of New
Orleans has accepted your Lump Sum Bids and the summation thereof in the amount of
$627,490.00 for the subject project.
Our attorneys have prepared a contract consistent with the plans and specifications,
which must be signed within the next ten days. Before the contract can be executed, but
within five days of receipt of this letter, you must present the following to the Board's Risk
Manager:
(1)
Insurance coverage, as more fully described in Article 48 of the GENERAL
CONDITIONS under Special Conditions - Insurance Requirements for
Contractors.
(2)
A performance bond in the full amount of your bid - Please see Article 30 Performance Bond and Continuing Obligations.
The telephone number for the Board's Risk Manager, Mr. William Sickinger, is 5283273.
Upon submittal and acceptance by the Board's Risk Managerofthe foregoing, please
contact Mr. Joseph Fritz, the Board's Staff Attorney, at 528-3226 forthe purpose of signing
the contract.
You are requested to advise this Board promptly of the number of complete sets of
BOARD OF COMMISSIONERS
Post Office Box 60046.
OF THE PORT OF NEW ORLEANS
New Orleans, Louisiana 70160 • Tel: 504 522-2551 • Fax: 504524-4156
Mr. Russo
December 14,2007
Page 2
plans and specifications you will need, over and above those which you received during
the bidding period.
Please be advised that this contract will be administered by our Construction Services
group of the Port Development Division. All verbal requests for services and materials
should be made to the writer. The Construction Section's phone number is (504) 5283288. All correspondence is to be directed to the writer with three additional copies.
Please indicate our project description, requisition number, & work order number on all
correspondence.
Sincerely,
'\--~---J
c
WJM/bgh
cc
Ms. Carol Balthazar
Riverworks
201 St Charles Ave, Suite 2570
New Orleans, Louisiana 70170
Mr. Wayne Peterson
Schrenk and Peterson Consulting Engineers
4141 Bienville Street
New Orleans, Louisiana 70119
Mr. Tony Marinello
New Orleans Public Belt Railroad
4822 Tchoupitoulas Street
New Orleans, Louisiana 70115
C:\Documents
and Settings\PORTOFNO_USER\My
Documents\Notofaward\046129
BOARD OF COMMISSIONERS
Post Office Box 60046.
HTE
12-14-07.wpd
OF THE PORT OF NEW ORLEANS
New Orleans, Louisiana 70160 • Tel: 504522-2551
• Fax: 504 524-4156
CONTRACT FOR MATERIAL AND LABOR
FOR THE CONSTRUCTION OF
UPPER MISSISSIPPI RIVER TERMINALS
WIRELESS COMMUNICATION SYSTEM
This Agreement, made and entered into in multiple counterparts, effective on the date
last executed by a party hereto, by and between:
BOARD OF COMMISSIONERS OF THE
PORT OF NEW ORLEANS
and
HI-TECH ELECTRIC, INC
dba HTE CONTRACTORS
WITNESSES:
That for and in consideration of payments hereinafter stipulated to be made to Contractor by Board, Contractor
and Surety (hereinafter appearing) hereby agree and bind themselves jointly, severally and in solido at their
own cost to furnish all labor and materials, equipment, transportation and other facilities, necessary and
requisite to perform, construct, complete and deliver in a substantial and workmanlike manner, to the entire
satisfaction of the Board Representative, hereinafter called “Engineer,” all of the work called for, embraced
and described in the Plans and Specifications of Board, and according to the Bid of Contractor, for the
construction of
UPPER MISSISSIPPI RIVER TERMINALS
WIRELESS COMMUNICATION SYSTEM
in the manner and in strict accordance with said Plans and Specifications and Bid, as accepted by Board
and in accordance with the Notice of Award as follows, to wit:
REQ 046129
I
(a) The Notice of Award dated the 14TH day of December 2007, a copy of which is annexed
hereto and made part of this agreement as fully as if herein at length.
(b) The specifications dated the 1 st day of November 2007, are hereto annexed and made a part
of this agreement as fully as if written herein at length and are marked for identification “Upper Mississippi
River Terminals Wireless Communication System.”
(c) The Plans issued with said Specifications are hereto annexed and made part of this agreement
and are initialed by the parties hereto for identification.
(d) The Bid of Contractor dated the 28th day of November 2007 is hereto annexed and made a
part of this agreement.
Contractor hereby agrees to commence work under this agreement on the date or dates as set forth in the
aforesaid Notice of Award, and to complete all work under this agreement on or before the dates as
therein set forth, subject to the assessment of ascertained and liquidated damages as set forth in the Bid
of Contractor. Contractor agrees that ascertained and liquidated damages shall automatically apply
against Contractor without the necessity or formality of putting Contractor in default therefore, and
Contractor, further agrees that Board shall have the right to retain from any monies due Contractor, or
which may become due, an amount sufficient to pay such ascertained and liquidated damages.
That for and in consideration of the faithful performance by Contractor of all singular the obligations herein
assumed by, or imposed upon, Contractor by this agreement, Board shall make payment to contractor, in
the manner and at the time or times set forth in the Specifications and in accordance with Contractor’s Bid,
but nothing herein shall prevent Board, if it sees fit, from making payments to Contractor, without the
consent of surety, in amounts or at different times than fixed herein.
Req. 046129
II
IN WITNESS WHEREOF, the parties hereto have executed this agreement in
multiple originals in New Orleans, Louisiana, on the dates hereafter set forth to be
effective on the last date executed by a party hereto.
BOARD OF COMMISSIONERS
PORT OF NEW ORLEANS
OF THE
WITNESSES:
GE, PRESIDENT
CUTIVE OFFICER
HI-TECH ELECTRIC, INC dba HTE
CONTRACTORS
WITNESSES:
B~'
::>__
VICE PRESIDENT
DATE:
REQ NO. 046129
ACKNOWLEDGMENTS
STATE OF LOUISIANA
PARISH OF ORLEANS
On this
day of
, 2007, before me personally came and appeared Gary P.
LaGrange, to me known, who being by me duly sworn, did depose and say that he is President and Chief Executive
Officer of the Board of Commissioners of the Port of New Orleans, the political subdivision of the State of Louisiana
described in and which executed the foregoing contract; and that he signed his name thereto pursuant to authority
granted to him by the Board of Commissioners of Port of New Orleans; and that said instrument is the full and free
act and deed of Board of Commissioners of the Port New Orleans.
And the said Gary P. LaGrange did further produce to me sufficient proof that he is President and Chief
Executive Officer of said Board of Commissioners of the Port of New Orleans and that he was duly authorized by
Board of Commissioners of the Port of New Orleans to execute the foregoing instrument, and I, the Notary Public,
hereby certify that the signature of said Gary P. LaGrange on the foregoing instrument is authentic.
NOTARY PUBLIC
I
)j' J
STATE
•••.
PARISH OF
OFLOUISIANA
ORLEANS
On this
Z-day
, 20C/t, before me personally came and appeared Patrick R.
Russo to me known; who, being duly worn, did depose and say that he is Vice President for Hi-Tech Electric, Inc.,
dba HTE Contractors, described in and which executed the foregoing contract; and that he signed his name thereto
pursuant to authority granted to him by Hi-Tech Electric, Inc., dba HTE Contractors; and that said instrument is the
full and free act and deed of Hi-Tech Electric, Inc., dba HTE Contractors.
And the said did further produce to me sufficient proof that he is Vice President and that he was dully
authorized by Hi-Tech Electric, Inc., dba HTE Contractors, to execute the foregoing instrument, and I, the Notary
Public, hereby certify that the signature of said Patrick R. Russo is authentic.
REQ NO. 046129
Fidelity and Deposit Company of Maryland
Colonial American Casualty and Surety Company
Home Office: P.O. Box 1227, Baltimore, MD 21203~1221
Bond No. PRF8898064
Performance Bond
Arry singular reference to Contractor, Surety, Owner or other party shall be considered pluml where applicable.
CONTRACTOR (Name and Address):
Hi-Tech Electric, Inc. dba HTE Contractors
22189 MCH Road
Mandeville, LA 70471
SURETY:
[!] Fidelity and Deposit Company ofMaIyland
D Colonial
American Casualty and Surety Company
P.O. Box 1227
Baltimore, Mmyland 21203
OWNER (Name and Address):
Board of Commissioners of the Port of New Orleans
1350 Port of New Orleans Place
New Orleans, LA 70160
CONSTRUCTION CONTRACT
Date: J./I D-/D<g
Amount: Six Hundred Twenty-Seven Thousand Four Hundred Ninety And No/I00ths---Dollars,
($627,490.00)
Description (Name and Location): Upper Mississippi River Terminals Wireless Communication System, New Orleans,
Louisiana,
BOND
Date (Not earlier than Construction Contract Date): 0211 bl{JD g
Amount: Six Hundred Twenty-Seven Thousand Four Hundred Ninety And No/I00ths----Dollars, ($627,490.00)
o See Page 3
~ None
Modifications to this Bond:
CONTRACTOR AS PRINCIPAL
SURE1Y
COmp2.ny:.~i-Tech Electric, Inc. dba HTE Contractors
Company:
[X] Fidelity and Deposit Company ofM3IYland
D Colonial American C~ty
and Surety Company
Colp017lteSea]
b-:-::~=~Ti~~;C~
_ .__ .i-~~
I'.
?
1,..D",~~ II
f',,1.,t:J./<-Jj
.•
P
Signature:
Name and Title:
·(~w additiQi1;\jsignatures appear on page 3)
'-" (F01UNFORMAT/ON ONLY-Name, Address and Telephone)
AGENT or BROKER:
OWNER'S REPRESENTATIVE (AIchitect, Engineer or
other party):
Mullis Newby Hurst, LP
Schrenk and Peterson Consulting Engineers
5057 Keller Springs Road, Suite 400
4141
Bienville Street
Addison, TX 75001
New Orleans, LA 70119
972-201-0100
~
Printed in cooperation with the American Institute of Architects (AlA) by Fidelity and Deposit Company of Maryland and Colonial American
Casuahy and Surety Company. Fidelity and Deposit Company of Maryland and ColoniaJ American Casualty and Surety Con1>any vouch that the
language in the document conforms exactly to the language used in AlA Document A-312, December 1984 Edition.
PFlF760001J(0601c
I The Contractor and the Surety, jointly and severally, bind
themselves, their heirs, executors, administrators, successors and
assigns to the Owner for the performance of the Construction
Contract, which is incorporated herein by reference.
2 If the Contractor perfonns the Construction Contract, the
Surety and the Contractor shall have no obligation under this
Bond, except to participate in conferences as provided in Subparagraph 3. L
3 If there is no Owner Default, the Surety's obligation under this
Bond shall arise after:
3.1 The Owner has notified the Contractor and the Surety at its
address described in Paragraph 10 below that the Owner is
considering declaring a ContrdCtorDefault and has requested
and attempted to arrange a conference with the Contractor and
the Surety to be held not later than fifteen days after receipt of
such notice to discuss methods of performing the Construction
Contract. If the Owner, the Contractor and the Surety agree,
the Contractor shall be allowed a reasonable time to perform
the Construction Contract. but such an agreement shall not
waive the Ownets right, if any, subsequently to declare a
Contractor Default; and
3.2 The Owner has declared a Contractor Default and formally terminated the Contractor's right to complete the contract. Such Contractor Default shall not be declared earlier
than twenty days after the Contractor and the Surety have
received notice as provided in Sub-paragmph 3.1; and
3.3 The Owner has agreed to pay the Balance of the Contract
Price to the Surety in accordance with the terms of the
Construction Contract or to a contractor selected to perlOnn
the Construction Contract in accordance with the terms of the
contract with the Owner.
4 When the Owner has satisfied the conditions of Paragraph 3,
Surety shall promptly and at the Surety's expense take one of the
following actions:
4.1 Arrange for the Contractor, with consent of the Owner, to
pertorm and complete the Construction Contract, or
4.2 Undertake topeIform and complete the Coru.1ruction
Contract itself, through its agents or through independent
contractors; or
4.3 Obtain bids or negotiated proposals ftom qualified contractors acceptable to the Owner for a contract for performance and completion of the Construction Contmct, arrange
for a contract to be prepared for execution by the Owner and
the contractor selected with the Owner's concurrence, to be
secured with performance and payment bonds executed by a
qualified surety equivalent to the bonds issued on the
Construction Contract, and pay to the Owner the amount of
damages as described in Paragraph 6 in excess of the Balance
of the Contract Price incurred by the Owner resulting from the
Contractor's default; or
4.4 Waive its right to perform and complete, arrange for
completion, or obtain a new contractor and with reasonable
promptness under the circwnst.anccs:
.1 After investigation, determine the amount for which it
may be liable to the Owner and, as soon as practicable after the amount is determined, tender payment therefor to the Owner; or
.2 Deny linbility in whole or in part and notitY the
Owner citing reasons therefor.
5 If the Surety does not proceed as provided in Paragraph 4 with
reasonable promptness, the Surety shaJl be deemed to be in
default on this Bond fifteen days after receipt of an additional
written notice from the Owner to the Surety demanding that the
Surety perform its obligations under this Bond, and the Owner
shall be entitled to enforce any remedy available to the Owner. If
the Surety proceeds as provided in Subparagraph 4.4, and the
Owner refuses the payment tendered or the Surety has denied
liability, in whole or in part, without further notice the Owner
shall be entitled to enforce any remedy available to the Owner.
6 After the Owner has terminated the Contractors right to complete the Const.mction Contract, and if the Surety elects to act
under Subparagraph 4.1, 4.2, or 4.3 above, then the
responsibilities of the Surety to the Owner shall not be greater
than those of the Contractor under the Construction Contract, and
the responsibilities of the Owner to the Surety shall not be greater
than those of the Owner under the Construction Contract. To the
limit of the amount of this Bond, but sul:!jectto commitment by
the Owner of the Balance of the Contract Price to mitigation of
costs and damages on the Construction Contract, the Surety is
obligated without duplication for.
6.1 The responsibilities of the Contractor for correction of
defective wolk and completion of the Construction Contract;
6.2 Additional legal, design professional and delay costs
resulting ITomthe Contractor's Default, and resulting from the
actions or failure to act of the Surety under Paragraph 4; and
6.3 Liquidated damages, or if no liquidated damages are
specified in the Construction Contract, actual damages caused
by delayed performance or non-performance of the
Contractor.
7 The Surety shall not be liable to the Owner or others for obligations of the Contractor that are UTlTe1ated
to the Construction
Contract. and the Balance of the ContractPnce shall not be
reduced or set off on account of any such unrelated obligations.
No right of action shall accrue on this Bond to any person or
entity other than the Owner or its heirs, executors, administrators
or successors.
8 The Surety hereby waives notice of any change, including
changes of time, to the Construction Contract or to related subcontractors, purchase oIders and other obligations.
9 Any proceeding, legal or equitable, under this Bond may be
instituted in any court of competent jwisdiction in the location in
which the wolk or part of the wolk is located and shall be
instituted VI-'ithin
two years after Contmctor Default or within two
years after the Contractor ceased working or within two years
after the Surety refuses or fails to perfonn its obligations under
this Bond, whichever occurs fIrSt. If the provisions of this
Paragraph are void or prohibited by law, the minimum period of
limitation available to sureties as a defense in the jurisdiction
Printed in cooperation with the American Institute of Architects (AlA) by Fidelity and Deposit Cumpany of Maryland and Colonial American
Casualty and Surety Comp'lllY. Fidelity and Dt.'Posit Comp'lllY of Maryland 'IIld Colonial American Casualty and Surety Comp'lllY vouch that the
language in the document conforms exactly to the language used in AlA Document A-312, December t984 Edition.
2
shall be applicable.
10 Notice 10 the Surety, the Owner or the Contractor shall be
majled or delivered to the address shown on the signature JXtge.
II When this Bond has been furnished to comply with a statutory
or other legal requirement in the location where the construction
was to be performed, any provision in this Bond conflicting with
said statutory or legal requirement shall be deemed deleted
herefrom and provisions confonning to such statutory or other
legal requirement shall be deemed incorporated herein. The intent
is that this Bond shall be construed as a statutory bond and not as
a common law bond
12 DEFINITIONS
12.1 Balance of the Contract Price: The total amount payable by
the Owner to the Contractor under the Construction Contract after
all proper adjustments have been made, inc1uding allowance to
the Contractor of any axnounts received or to be received by the
MODIFICATIONS
Owner in settlement of insurance or other claims for
damages to which the Contractor is entitled, reduced by all
valid and proper payments made to or on behalf of the
Contractor under the Construction Contract
12.2 Construction Contract The agreement between the
Owner and the Contractor identified on the signature page,
including all Contract Documents and changes thereto.
12.3 Contractor Default Failure of the Contractor, which has
neither been remedied nor waived, to perfonn or otherwise
to comply with the terms of the Construction Contract
12.4 Owner Defanlt: Failure of the Owner, which has neither
been remedied nor waived, to pay the Contractor as required
by the Construction Contract or to perfonn and complete or
comply with the other terms thereof.
TO TIllS BOND ARE AS FOLLOWS:
(Space is provided below for additional signatures of added parties, otrer than tbose appearing on the cover page.}
CON1RACTOR
Company:
Signature:
~
SURErY:
AS PRINCIPAL
(Corporate Seal)
_
Company:
(Corporate Seal)
Signature:
Name and Title:
Name and Title:
Address:
Address:
Printed in cooperation with the American Institute of Afchitects (AIA) by Fidelity and Deposit C.ompany of Maryland and Colonia! American
Casualty and surety Company. Fidelity and Deposit Company of Maryland and C<>lonial American Casualty and Surety Company vouch that the
language in the document confOTm$ exactly to the language used in AlA Document A-312, December J984 Edition,
_
3
Fidelity and Deposit Company of Maryland
Colonial American Casualty and Surety Company
Home Office: P.O. Box 1221, Baltimore, MD 21203~1227
BondNo. PRF8898064
Payment Bond
Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable.
CONTRACTOR (Name and Address):
Hi-Tech Electric, Inc. dba HTE Contractors
22189 MCH Road
Mandeville, LA 70471
SURETY:
00
o
Fidelity and Deposit Company of MatyJand
Colonial American Casualty and Surety Company
P.O. Box 1227
Baltimore, MaIyland 21203
OWNER (Name and Address):
Board of Commissioners of the Port of New Orleans
1350 Port of New Orleans Place
New Orleans, LA 70160
CONSTRU<;:1}ONCONTRACT
Date: d.{Six
/(j)IIundred
Dg
Amount:
Twenty-Seven Thousand Four Hundred Ninety And No/I00ths----Dollars, ($627,490.00)
Description (Name and Location): Upper Mississippi River Terminals Wireless Communication System, New Orleans,
Louisiana,
I
Date (Not earlier than Construction Contract Date): .12. 1:;'/0
<3
J
BOND
Amount: Six Hundred Twenty-Seven Thousand Four Hundred Ninety And No/I00ths----Dollars, ($627,490.00)
!!J None
See Page 3
Modifications to this Bond:
0
CO~'0-bT01.t
- --
/' ..
AS PRINClP AL
~_:..). Qj~~Y~.!!ije~h
SURETY
Electric, Inc. dba HTE Contractors
::.t:;.,:
:. ".-:-::-f~/~~
/'.- ,
Company:[j]
Corporate Seal
"'S~~ture~
~
N~l~.@~·ntl
.Thirick R~RUSSD/ V P.
Fidelity and Deposit Company of Maryland
D Colonial/J--.
American Casua1?'1fld
Corporate
Surety Company
Seal
/I
Signature:
()
Name and Title:
(Any additional signatures appear on page 3)
(FOR INFORMATION
ONLY-Name.
Address and Telephone)
AGENT or BROKER:
Mullis Newby Hurst, LP
5057 Keller Springs Road, Suite 400
Addison, TX 75001
972-201-0100
OWNER'S REPRESENTATIVE (Architect, Engineer or'
other party):
Schrenk and Peterson Consulting Engineers
4141 Bienville Street
New Orleans, LA 70119
'--trinted
in cooper8tioo with The American Institute of Architects (AlA) by Fidelity and Depusit Cumpany of Maryland and Colonial American
Casualty and Swety Company. Fidelity and Deposit Company of Maryland and Colonial American Casualty and Surety Company vouch that
the language in the document conforms exactly to the language used in AlA Document A-312, December 1984 EDmON.
PAY76000TXOSOlc
I The Contractor and the Smety, jointly and severally, bind
themsel yes, their heirs, executors, administmtors, successor and
assigns to the Owner to pay for labor, materials and equipment
furnished for use in the performance of the ConsIIUction Contract, which is incoIpOrated herein by reference.
2 With ~t
to the Owner, this obligation
void if the Contractor:
2.1 Promptly makes payment,
sums due Claimants, and
directly
shall be null and
or indirectly,
for all
2.2 Defends, indemnifies and holds hannless the Owner trom
claims, demands, liens or suits by any person or entity whose
claim, demand, lien or suit is for payment for labor, materials
or equipment furnished for use in the performance of the
Construction Contract, provided the Owner has promptly
notified the Contractor and the Surety (at the address
described in pamgraph 12) of any claims, demands, liens or
suits and tendered defense of such claims, demands, liens or
suits to the Contractor and the Surety, provided there is no
Owner Default.
3 With respect to Claimants, this obligation shall be null and
void if the Contractor promptly makes payment, directly or indirectly, for all sums due.
4 The Surety shall have no obligation
Bond until:
to Claimants
under this
4.1 Claimants Who are employed by or have a direct contract
with the Contractor have given notice to the Smety (at the
address described in Paragraph 12) and sent II copy, or notice
thereof. to the Owner, stating that a claim is being made under
this Bond and, wifu substantial accuracy, the amount of the
claim.
4.2 Claimants
Contractor:
Who do not have a direct contract with the
. I Have furnished written notice to the Contractor and sent
a copy, or notice thereof, to the Owner, 'within 90 days
after having last performed labor or last furnished
materials or equipment included in the claim stating.
with substantial accuracy, the amount of the claim and
the name of the party to whom Ole materials were
furnished or supplied or for whom the labor was done
or perfonn~
and
.2 Have either received Iirejection in Whole or in part from
from 1.b.eContractor, or not received wifuin 30 days of
furnishing the above notice any communication from
the Contractor by which the Contractor has indicated
the claim will be paid directly or indirectly; and
.3 Not having been paid within the above 30 days, have
sent a written notice to the Surety (at the addrcss
described in Paragmph 12) and sent a copy, or notice
1.b.ereol: to 1.b.eOwner, stating that a claim is being
made under this Bond and enclosing a copy of the
previous written notice furnished to Ole Contractor.
5 If a notice required by Paragmph 4 is given by the Owner to the
Contractor or to the Surety, that is sufficient compliance.
6 When the Claimant bas satisfied the conditions ofParagIaph 4,
the Surety shall promptly and at the Surety's expense take the
following actions:
6.1 Send an answer to the Claimant, with a copy to the Owner,
within 45 days after receipt of the claim, stating the amounts
that are undisputed and the basis for challenging any amounts
that are disputed.
6.2 Payor arrange fOTpayment of any undisputed amounts.
7 The Surety's total obligation shall not exceed the am01mt of this
Bond, and the amount of this Bond shall be credited for any
payments made in good faith by the Smety.
8 Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for 1.b.epetformance of the Construction Contract and to satisfY claims, if any, under any Construction Performance Bond By the Contractor furnishing and the
Owner accepting this Bond, they agree that all funds earned by
the Contractor in the performance of the Construction Contract
are dedicated to satisfy obligations of the Contractor and the
Surety under this Bond, subject to Ole Owner's priority to use the
funds for the completion of the wolk.
9 The Surety shall not be liable to the Owner, Claimants or others
for obligations of the Contractor that are unrelated to the
Construction Contract. The Owner shall not be liable for payment of any costs or expenses of any Claimant under this Bond,
and shall have under this Bond no obligations to make payments
to, give notices on behalf of, or otherwise have obligations to
Claimants under this Bond
10 The Surety hereby waives notice of any change, including
changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obligations.
II No suit or action shall be commenced by a Claimant under this
Bond other than in a court of competent jurisdiction in the
location in which the work or part of the work: is located or after
the c.xpiration ()f one year from the date (1) on which the Claimant gave Ole notice required by Subparagraph 4.1 or Clause 4.2.3,
or (2) on which the last labor or service was performed by anyone
or the Jm.1 materials or equipment were furnished by anyone under
the Construction Contract, whichever of (1) or (2) fJrst OOOJTS. If
the provisions of this Paragraph are void or prolnoited by law, Ole
minimum period of limitation available to sureties as a defense in
the jurisdiction of the suit shall be applicable .
12 Notice to the Surety, the Owner or the Contractor shall be
mailed or delivered to the address shown on the signature page.
Actual receipt of notice by Smety, the Owner or the Contractor,
however accomplished, shall be sufficient compliance as of the
date received at the address shown on the signature page .
13 When this Bond has been furnished to comply with a statutory
or 01.b.er legal requirement in the location where the construction
was to be performed, any provision in this Bond conflicting with
said statutory or legal requirement shall be deemed deleted
hcrefrom and provisions conforming to such statutory or other
legal requirement shall be deemed incorporated herein. The intent
is that this Bond shall be construed as a statutory bond and not as
a common law bond.
Printed in cooperation with The American Institute of Architects (AlA) by Fidelity and Deposit Company of Maryland and Colonial Americ<m
Casualty and Surety Company. Fidelity and Deposit Company of Maryland and Colonial American Casualty and Surety Company vouch that the
language in the document conforms exactly to the language used in AlA Document A-312, December 1984 EDmON.
2
14 Upon request by any person or entity appearing to be a potential beneficiaJy of this Bond, the ConbBctor shall promptly fUrnish a copy of this Bond or shall pennit a copy to be made.
15 DEFINITIONS
15.1 Claimant An individual or entity having a direct contract with the Contmctor or with 8 subcontmctor of the Contractor to furnish labor, materials or equipment for use in the
performance of the Contmct. The intent of this Bond shall be
to include without limitation in the ter.ms "labor, materials or
equipment" that part of water, gas, power, light, heat, oil,
gasoline, telephone service or rental equipment used in the
Const:ruction Contmct, architectural and engineering services
MODmCATlONS
required for performance of the WOtX of the Contmctor and
the ConbBctor's subcontractors, and all other items for which
a mechanic's lien may be asserted in the jurisdiction where
the labor, materials or equipment were fumisbed..
15.2 ConstIUction Contract The agreement between the
Owner and the Contmctor identified on the signature page,
including all Contmct Documents and changes thereto.
15.3 Owner Default Failure oftbe Owner, which bas neither
been remedied nor waived. to pay the Contmctor as required
by the ConstnIction Contmct or to perform and complete or
comply with the other terms thereof
TO THIS BOND ARE AS FOLLOWS:
(Space is provided below for additional signatures of added parties, other than those appearing on the cover page.)
CON1RACTOR AS PRINCIPAL
SURETY:
Company:
Signature:
Name and Title:
Address:
(Corporate Seal)
_
Company:
(Corporate Seal)
Signature:
Name and Title:
Address:
---------------------------------------------.-------
Printed in cooperation with The American Institute of Architects (AlA) by Fidelity and Deposit Company of Maryland and Colonial American
Casualty and Surety Company. Fidelity and Deposit Company of Maryland and Colonial American Casualty and Surety Company voucb that the
language in the document conforms exactly to the language used in AlA Document A-312, December 1984 EDmON.
_
3
Power of Attorney
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,
and the
theBs
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, corporations of
aryland, by WILLIAM
<6"ta t
.
ranted by Article VI,
J. MILLS, Vice President, and GERALD F. HALEY, Assistant Secretary, in pUffln~
~5 an ~~reby
certified to be in
Section 2, of the By-Laws of said Companies, which are set forth on the.-r.$Y~~
William NEWBY, Robert Donald HURST, Pa ..
T
I
nd WATSON, Carolyn J.
GOODENOUGH,
Julie P. STORM
s v
an
Y, all of Addison, Texas, EACH its true
t 31Wl-aPPO· '"
~LIS,
JR., John
full force and effect on the date hereof, does hereby nomina
0
~~/i;;
deed: any and all
'"
and lawful agent an~Attorn
-i~~~~~
!
~~f
),~onds on behalf of Independent Executors, Community
rs.~e
·ver, for, and on its behalf as surety, and as its act and
ex
~l
m~Me's', as fully and amply, to all intents and purposes, as if they had been duly executed
shall be as binding u
Survivors
and Co b _y
U~~delected officersexecution
of such at
bonds
or undertakings
of own
these proper
presents,
and
acknowledged
gularly
of the Company
its office
in Baltimore,in pursuance
Md., in their
persons. This power of attorney revokes that issued on behalf of Sammy Joe MULLIS, JR., John William NEWBY, Robert
Donald HURST, Patricia Lee BARTLETT, Wilbert Raymond WATSON, Carolyn J. GOODENOUGH, Julie P. STORM,
Troy Russell KEY, Sandra Lee RONEY, dated May 4, 2006.
The said Assistant Secretary does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI,
Section 2, of the By-Laws of said Companies, and is now in force.
IN WITNESS WHEREOF, the said Vice-President and Assistant Secretary have hereunto subscribed their names and
affixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL
AMERICAN CASUALTY AND SURETY COMPANY, this 24th day of September, A.D. 2007.
ATTEST:
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
By:
Gerald F. Haley
City of
State
of Baltimore
Maryland
Assistant Secretary
William J. Mills
Vice President
} 55..
On this 24th day of September, A.D. 2007, before the subscriber, a Notary Public of the State of Maryland, duly
commissioned and qualified, came WILLIAM J. MILLS, Vice President, and GERALD F. HALEY, Assistant Secretary of
the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND
SURETY COMPANY, to me personally known to be the individuals and officers described in and who executed the
preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and
each for himself deposeth and saith, that they are the said officers of the Companies aforesaid, and that the seals affixed to the
preceding instrument is the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such
officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations.
IN TESTIMONY
written.
WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above
Maria D. Adamski
Notary Public
My Commission Expires: July 8, 2011
POA-F 168-0016A
EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND
"---../
"Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior
Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee,
shall have power, by and with the concurrence of the Secretary or anyone of the Assistant Secretaries, to appoint Resident
Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to
authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations,
policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in
the nature ofmortgages, ...and to affix the seal of the Company thereto."
EXTRACT FROM BY-LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
"Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior
Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee,
shall have power, by and with the concurrence of the Secretary or anyone of the Assistant Secretaries, to appoint Resident
Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to
authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations,
policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in
the nature ofmortgages, ...and to affix the seal of the Company thereto."
CERTIFICATE
I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, do hereby certify that the foregoing Power of
Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice-President who
executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized by the Board of Direcjors
to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the respective By-Laws of the FIDELITY AND
DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the
Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on
the 10th day of May, 1990 and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY
COMPANY at a meeting duly called and held on the 5th day of May, 1994.
RESOLVED: "That the facsimile or mechanically reproduced
reproduced signature of any Vice-President, Secretary, or Assistant
hereafter, wherever appearing upon a certified copy of any power
binding upon the Company with the same force and effect as though
seal of the company and facsimile or mechanically
Secretary of the Company, whether made heretofore or
of attorney issued by the Company, shall be valid and
manually affixed."
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies,
this
/
:L
day of
FebrUtL-irvf
J
Assistant Secretary
Download